NTPC LIMITED
(A Government of India Enterprise)
KOLDAM HYDRO POWER STATION
P.O. JAMTHAL, JAL JYOTI VIHAR
TEH.: SADAR,DISTT. BILASPUR (H.P.) 174036
FOR
Name of Work: Rate Contract for hiring of registered taxis on as and when required basis by NTPC Koldam
from different Chandigarh based agencies.
1.0 NTPC invites online bids from eligible Bidders for aforesaid package, as per the scope of work briefly
mentioned hereinafter:
2.0 Brief Details
NIT No. NTPC/Koldam HPS/9900200297
NIT Date 28.05.2020
Proposed Document Sale Commencement Date & Time 28.05.2020 11:00 AM
Proposed Document Sale Close Date & Time 12.06.2020 11:00 AM
Source of IFB/NIT Koldam Hydro Power Station
Contract Classification Services
Proposed Last Date and Time for Bid submission 12.06.2020 11:00 AM
Proposed Technical Bid Opening Date & Time 13.06.2020 11:00 AM
Cost Put to Tender Rs 22,40,640 /-
Completion / Contract Period 02 years
Cost of Bidding Documents in INR Rs 531 /-
EMD in INR Rs 20,000/-
3.0 EMD (Bid Security) / Tender Fee shall be submitted online on e-procurement portal though:
1) NEFT/RTGS: if payment is to be made through NEFT/RTGS
2) SBI If payment is to be made through SBI netbanking.
3) Other Banks: If payment is to be made through netbanking from any bank other than SBI
Generally it takes 2 to 3 hours for payment to be credited to beneficiary account but it is better to make
payment at least one day before bid submission end date/time.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE EMD (BID SECURITY) / TENDER FEE
SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE .
Bidders who are unable to submit online EMD Bid Security / Cost of Bidding documents through
GepNIC portal may opt for Online Transfer of Bid Security / Cost of Bidding documents through
NEFT/RTGS to NTPC’s Bank whose details are :
NAME : NTPC LTD.
CURRENT ACCOUNT NO. : 10952747400
IFSC : SBIN0001157
Bank Name: State Bank of India,
Ballabgarh,Faridabad , Haryana. Pin -121004
2
While carrying out online transfer, Bidders shall ensure to enter “EMD - Tender No-Vendor
Name” in the Text / Remarks / Reason field. Bidder shall intimate the details of same through
email to concerned C&M department and also upload the details in the “Fee/SCANNED COPY
OF EMD” folder in GepNIC in the following format:
Declaration for EMD / Tender Fee Deposit
Tender No. :
Vendor Name :
UTR Reference :
Amount:
Date of Transfer:
Transferor Bank:
(Signature of Vendor with Seal)
4.0 QUALIFYING REQUIREMENTS (QR):
4.1 Work Criteria (Similar work):
A. The bidder should have executed the works of “Contract for hiring of registered taxis” during last seven years
from the date of Techno-commercial bid opening for Govt. or any public/ private sector organization.
B. The bidder company/firm/ individual must be registered/based in and around Chandigarh area (Tricity:
Chandigarh, Mohali and Panchkula).
C. The bidder must own a minimum of 10 nos. of registered taxis of model 2013 or later for Chandigarh and
nearby based agency in his or his firm’s name.
4.2 Financial Criteria of Bidder:
A. The bidder should have a separate valid P.F. Registration with Regional Provident Fund commissioner, PAN
Number and GST registration number.
B. The average annual turnover of the bidder in the preceding 03 (three) financial years as on the date of Techno-
commercial bid opening, shall not be less than INR 12.5 Lacs (Indian Rupees Twelve Lakhs Fifty Thousands
only).
C. The bidder should have successfully completed / executed either of the of the following similar works during
the last 07 (Seven) years reckoned from the date of Techno-commercial bid opening::
One similar completed / executed work costing not less than INR 10 Lacs.
OR
Two similar completed / executed works each costing not less than INR 6.25 Lacs.
OR
Three similar completed / executed works each costing not less than INR 5 Lacs.
a) The word “executed” mentioned above means the bidder should have achieved the above mentioned financial
criteria , even if the total contract is started earlier and/or is not completed/closed.
3
b) In case where audited results for the last financial year as on the date of 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 the 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 certificates from the
practicing Chartered Accountant certifying the financial parameters are not available.
c) In case the bidder is not able to furnish its audited financial statements on standalone entity basis, the un-
audited 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 un-audited unconsolidated financial statements of the bidder along with copies of the
audited consolidated financial statements of the 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 un-audited unconsolidated financial statements form part of the
Consolidated Financial Statements of the Holding Company.
Notes: Other income shall not be considered for arriving at annual turnover.
D. Similar work means “Hiring of Registered Vehicles / Taxis”.
5.0 BENEFITS TO MSEs: “Benefits to MSEs” is applicable for subject contract.
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 or Directorate of Handicrafts and Handloom 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.
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price within
price band of L1 + 15 percent shall also be allowed to supply a portion of requirement by bringing down their
price to L1 price in a situation where L1 price is from someone other than a Micro and Small Enterprise and
such Micro and Small Enterprise shall be allowed to supply up to 20 percent of total tendered value. In case of
more than one such MSE, the supply will be shared proportionately (to tendered quantity).
However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting price
within price band of L1 + 15 percent shall be allowed to execute the package by bringing down their price to
L1 price in a situation where L1 price is from someone other than a Micro and Small Enterprise. The award
shall be made as follows:
a) Award shall be given to L1 bidder if L1 bidder is a MSE.
b) In case L1 bidder is not a MSE, then all the MSE vendor(s) who have quoted within the range of L1 + 15%,
shall be given the opportunity in order of their ranking (starting with the lowest quoted MSE bidder and so
on) to bring down its price to match with L1 bidder. Award for full quantity shall be placed on the MSE
vendor who matches its price with L1 Bidder at the price quoted by L1 bidder.
c) If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1 bidder then the award
shall be made to the L1 bidder.
4
The benefit as above to MSEs shall be available only for Goods/Services produced & provided by MSEs for
which they are registered.
MSEs seeking exemption and benefits should enclose a attested/self-certified copy of registration certificate
as a part of his bid, giving details such as stores/services, validity (if applicable) etc. failing which they run
the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
6.0 Bidders must quote their rates as per the requirement specified in the BOQ. Offer validity shall be 180 days
from the date of opening of the bid.
7.0 Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity
of the Bidder/ his collaborators / associates/ subsidiaries/ group companies to perform the contract, should the
circumstances warrant such assessment in the overall interest of the Employer.
8.0 Employer reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids without
assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising
out of such action.
9.0 A Complete Set of Tender Documents may be downloaded by any interested bidder on paying of tender fee
through NTPC e-procurement portal, http://eprocurentpc.nic.in. For logging in to the etender website
(GePNIC) and downloading Tender Documents, the bidder would require GePNIC User ID and Password,
which can be created by registering at our e-tendering website (http://eprocurentpc.nic.in). For depositing of
the tender online, a valid Class III digital signature of the authorized person of the agency is a prerequisite.
10.0 The agencies which are not registered with NTPC Ltd. as vendors and have not been issued vendor codes are
to apply for vendor code along with the following details like PAN card, address, pin code, telephone &
mobile No. Fax No, email id, company registration documents etc.
11.0 Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be
qualified.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
13.0 The following documents are required to be submitted by the bidder online (while submitting technical bid) in
support of meeting the Qualifying Requirements.
a) Documentary evidence in support of meeting the qualifying requirements like copy of Work Orders/Award
letters/Agreement & Completion Certificate. If Completion Certificate is not available then bidder shall
submit Documentary evidence issued by the employer as proof of value of work executed clearly indicating
i) the executed value of the work and ii) period (giving start date and end date) during which the work has
been executed, in the form of job completion certificate / Final Deviation Order / Copies of measurement
book (R/A bills) / proof of receipt of payment.
b) Documentary evidence of having independent PF Registration No. from the concerned regional Provident
Fund Commissioner.
c) Proof of Turnover/Balance Sheet duly certified by Chartered Accountant / Audited Annual Report.
d) Copy of PAN number.
e) Latest Banker’s Solvency Certificate if any.
f) Partnership Deed/ Affidavit for Proprietorship/ Memorandum & Articles of Association, including changes in
the Constitution Of the Firm, if any at least for the last three years, (copy of certification with appropriate
authority must be submitted).
g) GSTIN No and Document related to GST registration.
h) Copies of Registration certificates of registered Taxis of model 2013 or later in the name of the
bidder or his firm
5
14.0 Tender documents consisting of following: -
I. Bill of Quantity.
II. NIT.
III. General Instructions to Bidders.
IV. GCC for Civil Works.
V. SCC
VI. Addendum to SCC
VII. Policy and Procedure for Withholding & Banning of Business Dealings.
VIII. EFT Form
IX. Scope of Work And Terms and Conditions
X. Qualifying Requirement & format for QR
XI. Proforma for:
a. Proforma for Letter of Undertaking
b. Guidelines on Bank Guarantee
c. Proforma for Bank Guarantee for Earnest Money Deposit
d. Contract Performance Bank Guarantee
e. List of Banks whose BG is acceptable
f. BG Check List
g. Form of extension of Bank Guarantee
h. Form of Acceptance of Fraud prevention policy
i. Declaration on Banning Policy
j. No Deviation Certificate
k. Contract Agreement
l. Declaration of Local Content
15.0 Address for Communication
DGM (C&M) NTPC LIMITED
KOLDAM HYDRO POWER STATION
P.O. JAMTHAL, TEHSIL SADAR,
DISTT. BILASPUR (HP) PIN-174036
Tel No.: 01978-265531 / 265711, Mob. 9418687966
Email: sureshkumar02@ntpc.co.in , salikasharma@ntpc.co.in
Websites: https://eprocurentpc.nic.in