NTPC Limited

(A Government of India Enterprise)

A Maharatna CompanySSC, ER-1, Barh

PO-NTPC Barh S.O., Dist- Patna (Bihar)

NOTICE INVITING TENDER (NIT)

(Domestic Competitive Bidding through E-tendering)

1.0 NTPC Limited invites online bids on Single Stage Two Envelope bidding basis (Envelope-1: Techno- Commercial Proposal & Envelope-2: Price Proposal) from eligible bidders for “PROCUREMENT OF BRAKE VAN AND WAGONS AT KAHALGAON AND FARAKKA, as per the scope of work briefly mentioned hereinafter.

2.0Brief Scope of Work & other Specific details:

PROCUREMENT OF BRAKE VAN AND WAGONS AT KAHALGAON AND FARAKKA

3.0Detailed specifications, scope of work and terms & conditions are given in the bidding documents and can be viewed in our Online Tender Portal

https://eprocurentpc.nic.in/nicgep/app

4.0Brief Details:

As per provisions of bidding documents, the bidders shall submit “Techno-Commercial Proposal” and “Price Proposal” online (https://eprocurentpc.nic.in/nicgep/app), within the bid submission date and time as mentioned above. Only Techno-Commercial proposals will be opened on the date and time mentioned in the NTPC-GePNIC Website.

5.0The date of opening of Price Proposal shall be intimated separately by NTPC after completion of evaluation of Techno-Commercial Proposal.

6.0Bid Security (EMD) and Tender Fee shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security (EMD), Tender Fee shall be treated as non-responsive by the employer and shall not be opened. All credential filled up formats & supporting documents as asked by NTPC are to be given online as attachments with the bid.

1

7.0Any document submitted by the agency in hard copy other than the documents mentioned at Para 6.0 above, will not be considered. In spite of this condition, if any document is submitted by the agency in hard copy other than the documents mentioned at Para 6.0 above before bid opening shall be ignored and the offer submitted through the e-tendering shall be binding on the agency.

8.0 Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation(NSIC) or Directorate of Handicrafts and Handloom or Udyog Aadhar or any other body specified by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, for goods produced and services rendered, shall be issued the bid documents free of cost and shall be exempted from paying Earnest Money Deposit.

The above benefits to MSEs are meant for procurement of only goods produced and services rendered by MSEs. However, traders are excluded from the purview of Public Procurement Policy and not eligible for Benefits to MSEs. Also, benefits under Public Procurement Policy for MSEs shall not be extended in Works Contract.

The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar certificate and EMD, Power of Attorney well in advance to NTPC Ltd., SSC(ER-1), BARH office so as to reach before the scheduled bid submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar certificate in Fee cover in GePNIC, failing which the bid shall be liable for rejection.

9.0NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from local suppliers as defined in the bidding documents. The bidders may apprise themselves of the relevant provisions of bidding documents in this regard before submission of their bids.

10.0A complete set of Bidding Documents may be downloaded by any interested Bidder at our E Tender Site (https://eprocurentpc.nic.in/nicgep/app). For logging on to the E Tender Site, the bidder

would require to create user ID and Password as per the Bidder’s Manual Kit provided in the

aforementioned web site. The payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account payee demand draft in favour of NTPC Ltd., Payable at BARH shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below.

11.0Qualifying Requirements:

1.0The bidder should have executed orders for “Design, Manufacture and Supply” or “Manufacture and Supply conforming to RDSO design” of:

(a)Minimum of 200 bogies wagons (8 wheelers).

(b)Minimum of 32 bottom discharge type wagons (8 wheelers), which must have been in successful operation for at least two (2) years prior to the date of Techno-Commercial bid opening.

(c)Minimum of 7 nos. of BVZI Type 8 (eight) wheeler Brake Van, which must have been in successful operation for at least two (2) years prior to the date of Techno-Commercial bid opening

2

2.0The bidder should have executed orders for any types of wagons as per clause 1.0 above within the preceding seven(07) years prior to the date of Techno-commercial bid opening as per the following criteria:

One order of value not less than INR 1017.00 Lakh (Indian Rupees One Thousand seventeen Lakh only)

OR

Two orders of value not less than INR636.00 Lakh (Indian Rupees Six Hundred Thirty Six Lakh only) each.

OR

Three orders of value not less than INR 509.00 Lakh (Indian Rupees Five Hundred Nine Lakh only) each.

3.0Average annual turnover of the bidder in the preceding three (03) financial years as on date of techno-commercial bid opening should not be less than INR 1272.00 lakh [Rupees One thousand two Hundred Seventy Two Lakh only]

3.0B In case the Bidder is not able to furnish its audited financial statements on stand- alone entity basis, the unaudited unconsolidated financial statements of the Bidder can be considered acceptable, provided the Bidder further furnishes the following documents for substantiation of its qualification.

i)Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of its Holding Company.

ii)A Certificate from the CEO/CFO of the holding Company, as per the format enclosed in the bidding documents, stating that the unaudited unconsolidated financial statements form part of the Consolidated Annual financial statements of the Holding company.

In cases where audited results for the last financial year as on the date of the Techno- Commercial Bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable.

In case Bidder is not able to submit the certificate from practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters. Further, a Certificate would be required from the CEO/CFO as per the format enclosed in the bidding documents stating that the financial results of the Company are under audit as on the date of Techno-Commercial bid opening and the Certificate from the practicing Chartered Accountant certifying that financial parameters is not available

3

Notes to clause 1.0 &2.0

a)In clause 1.0 above, the word “executed” means the bidder should have achieved the criteria specified in the qualifying requirements, within the preceding seven (7) years period, even if the contract has been started earlier and /or is not completed / closed.

Bidder must submit requisite credentials in support of having met the qualifying requirement. A summary sheet of all documents need to be submitted along with the technical offer. Summary Sheet should clearly describe the eligibility credentials. Credentials may include:

1.1. Purchase order/ work order copies.

2.Work Completion Certificate against purchase order/ Work Order Copies.

b)The Bidder shall also be considered qualified, in case the award for reference work has been received by the bidder either directly from the owner of plant or intermediary organization from which it has received the order. However, a certificate/documentary evidence from such owner of plant or the intermediary organization shall be required to be furnished by the bidder along with its bid in support of its claim of meeting the qualification requirement as per clause 1.0 and clause 2.0. with any of the conditions mentioned in Notes (a) above. Further, certificate/documentary evidence from owner of the plant shall also be furnished by the Bidder for the successful operation as specified at Clause 1.0 b & c above.

c)Other incomes shall not be considered for arriving at the annual Turnover.

d)For amount in foreign currency, the exchange rate as on seven(7) days prior to the date of Techno-Commercial bid opening shall be used.

12.0Notwithstanding anything stated above, the Employer reserves the right to undertake a physical assessment of the capacity and capabilities including financial capacity and capability of the Bidder / his Collaborator(s) / Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract, should the circumstances warrant such assessment in the overall interest of the Employer.

The physical assessment shall include but not be limited to the assessment of the office/ facilities/banker’s/reference works by the Employer. A negative determination of such assessment of capacity and capabilities may result in the rejection of the Bid.

The above right to undertake the physical assessment shall be applicable for the qualifying requirements stipulated above.

13.0NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

4

14.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

15.0Participation in the tender does not automatically mean that the bidders are considered qualified. NTPC shall evaluate the qualifying requirements of each bidder as per NIT after opening of Technical Commercial bids and the bids of the bidder who is not meeting the qualifying requirement shall be treated as non-responsive.

16.0Address for Communication: AGM (C&M),

NTPC Limited, SSC(C&M), ER-I, Barh STPP SSC Main Building, P.O.- NTPC Barh S.O. Barh, Distt.- Patna (Bihar) – 803215

Email ID:

surajitsarkar@ntpc.co.in / upmasingh@ntpc.co.in

Phone Nos:

9434028695 / 9431698520

Websites:

https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in

5