Tender Ref No /Tender ID : NTPC/SSC-VSR/9900189232
SECTION - I
INVITATION FOR BIDS (IFB)
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900189232
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(SSC-NR VINDHYACHAL)
INVITATION FOR BIDS (IFB)
FOR
INSTALLATION OF CLO
2
SYSTEM
IN PLACE OF CONVENTIONAL
CL
2
SYSTEM FOR ST-I
at NTPC Vindhyachal
(Domestic Competitive Bidding)
IFB No.: 9900189232 Date: ………………
1.0 NTPC invites online Bids on
Single Stage Two Envelope bidding basis (Envelope-I: Techno-
Commercial Bid & Envelope-II: Price Bid)
from eligible Bidders for aforesaid Package ,as per the
Brief Scope of Work mentioned hereinafter.
2.0
BRIEF SCOPE OF WORK
.
INSTALLATION OF ClO
2
SYSTEM IN PLACE OF CONVENTIONAL Cl
2
SYSTEM FOR ST-I at
NTPC Vindhyachal
.
, as detailed in the Technical Specification and as per provision of this
Bidding Document
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/ Own sources.
4.0
Brief Description of NIT:
Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding Documents,
which are available for examination and Sale at the address given below and as per the following
schedule:
Tender Ref No /
Tender ID
NTPC/SSC-VSR/9900189232
2019_NTPC_26706_1
Document Download / Sale Start Date
01.06.2020
, 10:00AM
Document Download / Sale End Date
17.06.2020, 11:00AM (for detail refer GePNIC NIT)
Source of IFB/NIT
SSC-NR Vindhyachal
Form of Contract/Tender Category
SUPPLY
*
Type Of Bidding
SINGLE STAGE-TWO ENVELOPE
Pre Bid Conference
AS PER GePNIC NIT
Clarification Start Date
01.06.2020
, 10:00AM
Clarification End Date
07.06.2020, 06:00PM(for detail refer GePNIC NIT)
Bid Submission Start Date
01.06.2020
, 10:00AM
Bid Submission End Date
17.06.2020,11:00 AM(for detail refer GePNIC NIT)
Bid Opening Date
19.06.2020, 11:00AM(for detail refer GePNIC NIT)
“Cost of Bidding Documents”/”Tender Fee” in INR
Rs. 3990/-
EMD in INR
Rs 10,00,000/-
Integrity Pact (Applicable / Not Applicable) Not Applicable
*
The MSME Benefits as mentioned in Bid Data Sheet (BDS), shall be applicable for “Form of Contract/Tender Category” type
“categorized as "Services" / ”Supply” and not for “Form of Contract/Tender Category” categorized as “Works Contracts”.
Applicable relevant MSME certificate should be submitted offline/online before schedule bid submission end date & time
SECTION - I (IFB)
Page 1 of 6
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900189232
5.0
Bidder has to ensure the following documents to be submitted offline and the same should
reach in sealed envelopes before the bid submission deadline prescribed by the Employer,
pursuant to ITB Clause 15, failing which bid is liable for rejection
a)
Tender Fee: as applicable
b)
Earnest Money Deposit : as applicable
c)
Integrity Pact : Not Applicable;
Any bid not accompanied by an acceptable Earnest Money Deposit, Tender fee and
Integrity pact, if applicable, shall be rejected by the Employer as being non-responsive
and shall not be opened.
6.0
QUALIFYING REQUIREMENTS FOR BIDDERS
6.1.0
Technical Criteria
Route-1
1.1 Bidder should have Designed, ' Supplied/ Supplied on Rental basis ', Chlorine Di-Oxide
'System/Plant' of cumulative generation capacity ‘40 kg/hr or more’, under 'one or more
contracts ', with minimum one no. Chlorine Di-oxide Generator of capacity '10 Kg/hr or
more' which should have been in successful operation for a period not less than one 1 year
prior to the date of Techno Commercial Bid opening.
In addition to the requirement given at 1.1 above, bidder should also have installed and
commissioned ' either of the following ' which should have been in successful operation
for a period not less than one 1 years prior to the date of Techno Commercial Bid opening.
1.2a A chlorine dioxide generator of capacity 10kg/hour or more
OR
1.2b One no. Gas Chlorination plant/Electro Chlorination plant, of total generation
capacity not less than 120 Kg/hr
Route-2
2.1 Bidder who do not fulfill the requirement in ROUTE-1 above, can also participate provided
Bidder has Designed, Supplied, Erected and Commissioned one no. Gas Chlorination
plant/Electro Chlorination plant, of total generation capacity not less than 120 Kg/hr and
shall associates/collaborates with a party fully meeting the requirements of Route-1.
In such a case, the Bidder shall be required to furnish a Deed of Joint Undertaking(s) (DJU)
jointly executed by the Bidder and the Collaborator(s)/ Associate(s) and each executants of
DJU shall be jointly and severally liable to the
Employer for successful performance of Chlorine Di-Oxide (CIO2) Generator(s), as per the
format enclosed with the bidding documents. The Deed of Joint Undertaking(s) (DJU)
should be submitted along with the bid failing which Bidder shall be disqualified and its
bid shall be rejected. In case of award, the Collaborator(s) /Associates shall be required to
furnish an on demand bank guarantee as per the format enclosed with the bidding
documents for a value equal to 1% (one percent) of the contract price in addition to the
Contract Performance Security to be furnished by the Bidder.
SECTION - I (IFB)
Page 2 of 6
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900189232
DETAILED INVITATION FOR BIDS
Notes for Clause 1.0 above:
The bidder has to meet the Technical Criteria at 1.0, either through “ROUTE -1, ' clause 1.1
and 1.2 ' ” or through “ROUTE -2 , clause 2.1 ” for evaluation of qualifying requirement.
The word “executed” means the Bidder should have achieved the criteria specified in the
qualifying requirements at Clause 1.0, even if the contract has been started earlier and/or is
not completed/ closed and shall be considered as below.
Case-I: The work is started earlier (prior to the period stipulated in Clause-1.0, but completed
within the stipulated period as mentioned in clause 1.0. In such cases, entire executed value of
the relevant work vide that work order shall be considered for evaluation.
Case-II: The work is started and completed within the stipulated period as mentioned in
clause 1.1
Case-III: The work is started within the stipulated period as mentioned in clause 1.0 but not
completed as on the last date of stipulated period. In such cases, “In Progress” executed value
of the relevant work vide that work order as on the last date of stipulated period, shall be
considered for evaluation.
Remarks: Any of the above cases shall be supported by documentary evidence issued by the
"Owner".
"Owner" means the entity which has the original requirement of the subject work and has
initiated and awarded the work to the contractor (bidder) for executing the reference work
against which the credentials have been submitted. And the "Owner" defined as above is not
a contractor to any other entity for the reference work. In
case, the bidder has worked as approved sub-Contractor/sub vendor, he has to provide
documentary evidence issued by the "Owner".
6.2.0
Financial Criteria
2.1 The average annual turnover of the Bidder, in the preceding three (3) financial years as on the
date of Techno-Commercial bid opening, should not be less than Rs. 386.23 Lakhs (Rupees Three
Crore Eighty Six Lakhs Twenty-Three Thousand only).
In case a bidder does not satisfy the financial criteria, stipulated above on its own, its Holding
Company would be required to meet the stipulated turnover requirements above, provided that
the net worth of such Holding Company as on the last day of the preceding financial year is at
least equal to or more than the paid - up share capital of the Holding Company. In such an event
the Bidder should be required to furnish along with its Techno-Commercial bid, a Letter of
Undertaking from the Holding Company, supported by the Holding Company’s Board
Resolution as per the format enclosed in the bid documents, pledging unconditional and
irrevocable financial support for the execution of the Contract by the Bidder in case of award.
2.2 The Net Worth of the bidder as on the last day of the preceding financial year (reckoned on the date
of techno-commercial bid opening) should not be less than 100% of the Bidder’s paid-up share
capital. In case the Bidder meets the requirement of Net worth based on the strength of its
Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding companies wherever
applicable, the Net worth of the Bidder and its subsidiary (ies) and/or Holding Company and/or
subsidiary (ies) of the Holding Company, in combined manner should not be less than 100% of
their total paid-up share capital. However individually, their Net worth should not be less than 75%
of their respective paid-up share capitals.
SECTION - I (IFB)
Page 3 of 6
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900189232
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective
paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.
2.3 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:
(a) Copies of the unaudited unconsolidated financial statements of the bidder along with copies of
the audited consolidated financial statements of its Holding Company.
(b) 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 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 for 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 Certificate from the practising Chartered
Accountant certifying the financial parameters is not available.
NOTES FOR CLAUSE 6.2.0:
(a) Net worth means the sum total of the paid up share capital and free reserves. Free reserve
means all reserves credited out of the profits and share premium account but does not include
reserves credited out of the revaluation of the assets, write back of depreciation provision and
amalgamation. Further any debit balance of Profit and Loss account and miscellaneous
expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and
surplus.
(b) Other income shall not be considered for arriving at annual turnover.
(c) “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per
Companies Act of India.
(d) For Turnover indicated in foreign currency, the exchange rate as on seven (07) days prior to
the date of techno-commercial bid opening shall be used.
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.
SECTION - I (IFB)
Page 4 of 6
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900189232
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 Bidding Documents may be downloaded by any interested Bidder from our
NIC Portal (https://eprocurentpc.nic.in/nicgep/app).
Note: No hard copy of Bidding Documents shall be issued.
10.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to
be qualified. Bids shall be submitted online and opened at the address given below in the
presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall
furnish Bid Security, Integrity Pact, Deed of Joint Undertaking (if applicable) and Power of
Attorney separately offline as detailed in Bidding Documents by the stipulated bid submission
closing date and time at the address given below.
11.0 Clarification on bidding documents:
A prospective Bidder requiring any clarification of the Bidding Document shall put the query
under Clarification tab of the on-line bid at least three days prior to the clarification end date.
EMPLOYER will respond to any request for clarification or modification of the bidding
documents that it receives within the time line specified.
EMPLOYER will post the Clarifications under Clarification/Corrigendum tab at e-tender
website. Bidders can view these clarifications.
NOTE: No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the last date of receipt of Queries/ Pre-Bid Conference (if applicable) as
specified above.”
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
13.0 NTPC 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.
14.0 MSE benefits will be extended only to such Bidders who are manufacturer of the item(s) which
is / are a pre requisite for extending MSE benefits. Pre-requisite for extending MSE benefits of
purchase preference is “bidder to be a manufacturer of Chlorine Di-oxide Generator”.
Purchase preference will be given for entire package provided the bidder is manufacturer of such
item(s) which is necessary pre requisite as specified above.
15.0 For the purpose of meeting Qualifying requirement, Section-III, BDS (Bid data sheet) Clause
10 may also be seen.
SECTION - I (IFB)
Page 5 of 6
Tender Ref No /Tender ID : NTPC/SSC
-
VSR/990018923
2
DETAILED INVITATION FOR BIDS
16.0 Address for communication:
NTPC Ltd.,
Contract Services, SSC NR Vindhyachal 2nd Floor ADMINISTRATIVE BUILDING,
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885
DGM. (Contracts) SSC NR Vindhyachal e-mail: schakarvorty01@ntpc.co.in
Dy. Mgr. (Contracts),SSC NR Vindhyachal e-mail: nehakansal@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com
17.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE
Complex, 7, Institutional Area,
Lodi Road, New Delhi –
110003
Corporate Identification Number: L40101DL1975GOI007966. Website: www.ntpc.co.in
SECTION - I (IFB)
Page 6 of 6