NTPC Limited
(A Government of India Enterprise)
SSC-C&M-SIMHADRI
NOTICE INVITING TENDER (NIT)
FOR
Supply of CW treatment chemicals- Sodium molybdate & HEDP for
NTPC-Kudgi
(Domestic Competitive Bidding)
Tender Ref No: 9900201782 Date: 26.05.2020
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 Supply of CW treatment chemicals
Sodium molybdate & HEDP for NTPC-Kudgi, as per the scope of work briefly
mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply of CW treatment chemicals- Sodium molybdate & HEDP for NTPC-
Kudgi
3.0 Detailed 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
4.0 Brief Details:
Document down load Commencement
Date & Time
28.05.2020, 16:00:00 Hrs
Source IFB/ NIT
SSC-C&M-SIMHADRI STPS
Contract Classification Supply Contract
Last Date and Time for Bid Submission 18.06.2020; 16:00 Hrs
Techno Commercial Opening Date &
Time
19.06.2020; 16:00 Hrs
Cost of Bidding Document in INR 2250/-
EMD in INR 2,00,000/-
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.
5.0 The date of opening of Price Proposal shall be intimated separately by
NTPC after completion of evaluation of Techno-Commercial Proposal.
6.0 Bid 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. Alternatively, the EMD and Tender fee can also be
paid online in the e-tendering portal and the system generated receipt has
to be uploaded in the Fee cover of their bid. 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.
7.0 Any 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 the address mentioned
at Para 16.0 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.
9.0 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.
10.0 A 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 Visakhapatnam shall be submitted in a sealed envelope
separately offline by the stipulated bid submission closing date and time at the
address given below.
11.0 Qualifying Requirements:
11.1 Technical Criteria:
11.1.1 The bidder should be a manufacturer of “Sodium Molybdate / other cooling
water treatment chemical(s)”.
OR
An authorized dealer/ distributor/ channel partner of manufacturer of any of the
above chemicals.
11.1.2 The bidder should have executed orders for “supply of Sodium Molybdate / other
cooling water treatment chemical(s)” in the preceding seven (07) years; reckoned
as on the techno-commercial bid opening with executed order values as below:
One order with executed value not less than Rs. 166.20 Lakhs.
OR
Two orders with executed value not less than Rs. 103.88 Lakhs.
OR
Three orders with executed values not less than Rs.83.10 Lakhs each.
11.2 Financial Criteria:
11.2.1 The average annual turnover of the bidder, in the preceding three (3) financial
years as on the date of Techno-Commercial Bid Opening shall not be less than
Rs. 207.75 Lakhs (Rupees two hundred seven lakhs & seventy five thousand
only).
11.3 Notes:
a) 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 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/Proprietor/Partner that the financial
results of the Company are under audit as on the date of techno-commercial bid
opening and the certificate from practicing Chartered Accountant certifying the financial
parameters is not available.
b) In case the bidder is not a manufacturer, then they should submit documentary
evidence of valid authorization from their principals/ manufacturers and in such case the
dealer can furnish their own document or document of principal/manufacturer as
documentary proof for qualifying requirement.
c) For the purpose of arriving at the executed value of work specified at 11.1.2 above,
basic amount only shall be considered. In case of a contract inclusive of Taxes, agency
has to provide the break-up of basic value and tax.
d) Other income shall not be considered for arriving at annual turnover.
e) The value of the supply completed in the preceding seven (07) years reckoned as on
date of techno-commercial bid opening, even if it has been started earlier, will only be
considered for establishing the qualifying requirements.
f) The word “executed” at clause 11.1.2 above means; bidder should have achieved the
criteria specified in above QR even if the total contract is not completed / closed.
g) The bidder should submit the documentary proof for establishing the QR
requirements at 11.1 and 11.2 above.
12.0 Notwithstanding 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.
13.0 NTPC 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.
14.0 Issuance of Bidding Documents to any bidder shall not construe that
bidder is considered qualified.
15.0 Participation 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.
16.0 Address for Communication:
Gurijala Usha
Sr.Manager(C&M),
NTPC Limited,
Simhadri Super Thermal Power Station
SSC, Admin Building Annex
Via Parawada, PO NTPC – Simhadri
Visakhapatnam, A.P. – 531020
Ph: 08924-284843 Mobile : 09884119921
Email ID:
ushagurijala@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
or
www.ntpc.co.in
Registered Office Address:
NTPC Bhawan”
Core No. 7, Scope Complex,
Institutional Area, Lodhi Road,
New Delhi – 110003, India.
Corporate Identification Number: L40101DL1975GOI00796