Page 1 of 8
SECTION - I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
Periodical Maintenance Contract for 400/200/132KV
Switchyard & 33KV Switchgear at NTPC Ramagundam
SECTION – I
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER (NIT)
Page 2 of 8
SECTION - I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam- 531020
invites bids Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid)
from eligible bidders for the contract with following details:
Sl.No
Particulars
Details
1.
Name of the Package
Periodical Maintenance Contract for 400/200/132KV Switchyard & 33KV
Switchgear at NTPC Ramagundam
2.
Location of Contract
Ramagundam Super Thermal Power Station, P.O.: Jyothinagar, Distt. Karim
Nagar (Telangana) - 505215, GST No. 36AAACN0255D1ZZ
3.
Qualifying Requirements
As mentioned in Annexure-1 of IFB
4.
Maximum number of
reference works, bidders can
submit for meeting the
Technical QR
09
5.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
6.
Scope of Work
May please refer Section V of bidding documents.
7.
Completion Period/ Duration
of Contract
Contract Service Period shall be 24 Months from the date of start of work. The
contract period can be extended for three months or part thereof on mutual
agreement with the same rates, terms and conditions of the contract
8.
Defect Liability Period
The defect liability for the subject work shall be as mentioned in the Scope of Work.
Any defects observed during this period shall be rectified by you at no extra cost to
NTPC.
9.
Price Bid
The Bidder shall quote rate and applicable GST for each item in the relevant field of
BOQ sheet (Price Bid). The BOQ (Excel Sheet) template must not be modified/
replaced by the bidder and the same should be uploaded after filling the relevant
columns.
If agency does not mention any GST rate, it will be treated that GST is inclusive
in the quoted Basic Rate. In case the bidder is exempted from GST, bidder has
to produce valid Exemption Document. If not produced, it will be treated that
GST is inclusive in the quoted Basic Rate.
10.
Required Offline Documents
The following Attachments to Bid Form of Section VII of bidding documents
shall be submitted OFFLINE.
a) Attachment 1: Earnest Money Deposit & Tender Fee in the form fo DD/BG/BC
should be submitted offline
b) Bidder need not submit offline document for Attachment-1 to bid form if exemption
from payment is availed as per MSMED Act 2012 (if applicable) in accordance
with ITB Clause 31.0 (Scanned Copy to be uploaded in the portal). Bidders also
have an option to directly pay EMD online in the tendering portal while
submitting the bid.
c) Attachment 2: Authority to Sign the bid
d) Attachment 7: Electronic Fund Transfer (EFT) Form
e) Integrity Pact: Not Applicable
11.
Tender Fee & EMD
EMD Amount (Rs). 1,00,000/- (Rupees One Lakhs Only)
Tender Fee Amount (Rs): 1,125/- (Rupees One Thousand One Hundred Twenty-Five
Only)
Bidders also have an option to directly pay EMD online in the tendering portal
while submitting the bid.
In case of Any difficulty in payment of EMD/Tender Fee/ Submission of any
offline document in view of COVID-19 pandemic, bidders may choose to opt
the procedure mentioned in Annexure-III to IFB.
Page 3 of 8
SECTION - I INVITATION FOR BIDS (IFB)
Micro and Small Enterprises (MSEs) registered with District Industries Centers 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 2012, for goods produced and services rendered,
shall be issued the bid documents free of cost and shall be exempted from paying
Earnest Money Deposit.
Any bid not accompanied by an acceptable Earnest Money Deposit & Tender
Fee in accordance with the provisions of bidding documents shall be rejected
by the Employer as being non-responsive and shall be rejected without being
opened.
12.
Price Basis
Variable as per the Price Variation Formula enclosed as Annexure-II to IFB.
Wages as on 01.10.2019 have been considered for estimate purposes. There is
a revision in Minimum wages from 01.04.2020. Bidders may please take it into
consideration while quoting the rates.
13.
Security Deposit
As per GCC Unless otherwise specified in Section V of bidding documents
14.
Payment Terms
As per GCC Unless otherwise specified in Section V of bidding documents
15.
Liquidated Damages for
Delay
As per GCC Unless otherwise specified in Section V of bidding documents
16.
Contract Category
Non-Overhauling Contract
17.
Order Placement
On Single Agency. In this particular case, splitting of quantity is not possible.
18.
Evaluation of bids & Purchase
Preference
Evaluation shall be on Lump sum Basis. NTPC shall allow purchase preference, as
indicated in the bidding documents(ITB).For order preference, MSE guidelines
mentioned in ITB Clause 31.0 read in conjunction with ITB Clause 32.0 “Preference
to Make in India and granting of purchase preference to local suppliers” mentioned in
Annexure-I to ITB, shall be applicable as mentioned in Special Conditions of
Contracts (SCC)
The bidders may apprise themselves of the relevant provisions of bidding documents
in this regard before submission of their bids.
Bidders seeking the purchase preference should necessarily upload relevant
documents in etender portal.
19.
Minimum Local Content
100%. To avail purchase preference with regard to Local Content, bidder shall
submit Attachment-11 to Bid form (Section-VII) through Tendering Portal.
20.
Cost of Owner Issue material
NOT APPLICABLE
21.
Employer’s Beneficiary Bank
Details for Tender Fee &
EMD (if applicable).
State Bank of India
SBIN0020914
Deepanjali Nagar (Branch Code 20914)
Deepanjali Nagar, NTPC Simhadri, Visakhapatnam - 531 020
ntpc_djnagar@sbi.co.in
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC eProcurement
Portal, https://eprocurentpc.nic.in.
C. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
D. NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation For Bids (IFB) without assigning any reason
whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.
E. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts)/ Sr.Mgr (C&M-Contracts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone: 9440100468/9481903482
E-Mail: / bravindrababu@ntpc.co.in /santoshkumar50@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com
Registered office:
NTPC Bhawan, Core 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi 110003.
Website: www.ntpc.co.in
Page 4 of 8
SECTION - I INVITATION FOR BIDS (IFB)
ANNEXURE-I
1.0 Technical Criteria
1.1 The Bidder should have valid Class-A (HT) Electrical License
1.2 The Bidder should have executed the works of Maintenance of Switchyard of 220 KV or above voltage class in a
Power Plant”.
1.3 The Bidder should have executed the works of Maintenance of Electrical Systems covering the areas of (a) HT/LT
Systems or HT/LT Equipment or (b) Transformers or (c) Switchyard or (d) Transmission Lines or any combinations
of a,b,c & d” during the last seven (7) years; reckoned as on the date of scheduled techno-commercial bid opening
with contract values mentioned below.
Single contract with executed value not less than Rs. 36.60 Lakhs
OR
Two contracts with executed value not less than Rs. 22.88 Lakhs each
OR
Three contracts with executed value not less than Rs. 18.30 Lakhs each
2.0 Financial Criteria
2.1 The average annual turnover of the bidder in the preceding three(03) financial years; reckoned as on the date of
scheduled techno-commercial bid opening shall not be less than Rs. 45.75 lakhs (Rupees Forty-five lakhs &
seventy-five thousand only)
3.0 Notes:
a) In case where audited results for the last financial year as on the date of technical 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
technical bid opening and the certificate from practicing Chartered Accountant certifying the financial
parameters is not available.
b) For the purpose of arriving at the executed value of work specified at 1.3 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.
c) Other income shall not be considered for arriving at annual turnover.
d) The value of the work completed in the preceding seven (07) years reckoned as on date of technical bid
opening, even if it has been started earlier, will only be considered for establishing the qualifying requirements.
e) The word “executed” mentioned at clause 1.3 above means; bidder should have achieved the criteria specified
in above QR even if the total contract is not completed / closed.
f) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0 above.
Page 5 of 8
SECTION - I INVITATION FOR BIDS (IFB)
Annexure-II
PVC formula:
E1 = E0 ( F + (1-F)[R
H
( W1
H
/W0
H
) + R
S
( W1
S
/W0
S
) + R
SS
( W1
SS
/W0
SS
) + R
U
( W1
U
/W0
U
)]
Where
F=0.15 (Fixed portion of the contract value where PVC is not applicable),
E1 = Escalated value
E0 = Value of work done as per original awarded BOQ/PO rate for a particular period, say for a Month.
That is E0 will be the Billed value for a month as per the original awarded PO rates
W1= Revised/applicable minimum wage of HSK, SK, SSK and USK category of workers during the
period/month when the work was executed.
W0= wages prevailing seven days prior to actual bid opening.
R = ratio/fraction of the workers that belong to a particular category of workers to the total number of
workers considered in the contract. The subscripts H,S, SS and U refers to Highly Skilled, Skilled, Semi-
Skilled and Unskilled category of workers. The total of R
H
, R
S
, R
SS
, and R
U
should add up to one
R
H
= 0, R
S
= 0.31, R
SS
= 0.08, R
U
= 0.61
Notes to PVC Clause:
i. There shall be no ceiling limit for the price adjustment
ii. This PVC is applicable only for changes in the applicable minimum wages and DA. It will not be
applicable for changes in sites-specific payments considered in the estimate like dust allowance,
seniority allowance etc.
iii. PVC is not applicable for BOQ items like hiring tractor trolley/vehicle/JCB/Cranes/T&P,
reimbursement items of PO, items kept in limits, consumables etc.
Page 6 of 8
SECTION - I INVITATION FOR BIDS (IFB)
ANNEXURE-III
Stop Gap arrangement with regard to receipt of Documents to be submitted in physical form along with the
bid in view of COVID-19 pandemic
1. Bid Security/Tender Fee
In case of Bidders opting for Bank Guarantee as Bid Security but unable to send the Original Bank Guarantee in
physical form at the tender opening location, following shall be applicable:
(i) The issuing bank shall intimate through their own official e-mail id to concerned C&M department with a
copy to Bidder regarding issuance / extension of BG along with following documents:-
a) The scanned copy of the BG.
b) SFMS message acknowledgement copy sent to NTPC banker stating the date of sending.
c) An undertaking through official e-mail id of bank as per format enclosed along as Annexure-A
SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding documents.
(ii) Bidders shall be required to upload the scanned copy of the BG on GEPNIC / e-tendering portal
In case of Bidders opting for Demand Draft / Banker’s Cheque as Bid Security/ Cost of Bidding documents (Tender Fee),
following shall be applicable:
(i) 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 provided below and also in the Bidding Document.
State Bank of India, Deepanjalinagar
Bank Account Number: 52134506042
Bank Name: State Bank of India
Name as appearing in Bank Account: NTPC Limited
IFSC Code: SBIN0020914
Branch Name: NTPC DEEPANJALINAGAR BRANCH
(ii) 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)
2. Power of Attorney
Page 7 of 8
SECTION - I INVITATION FOR BIDS (IFB)
Bidder shall be required to upload scanned copy of the Power of Attorney of the Bidder / Collaborator(s) / JV partners, as
applicable, along with the Authority of the person issuing the Power of Attorney, along with the bid on the GePNIC / e-tender
portal.
3. Letter of Undertakings along with Board Resolutions for meeting various requirements specified in
Qualifying Requirements
Bidder shall be required to execute such documents on Plain Paper, as applicable, to be signed/digitally signed by all
executants, and submit the same along with the bid on the GePNIC/e-tender portal. In such cases, the signature of Witnesses in
the documents shall not be required.
Further, the bidder emerging as the successful Bidder shall be required to submit such documents, duly executed on Non-
Judicial Stamp Paper of appropriate value as per the format enclosed with the Bidding documents, at the earliest but not later
than fifteen (15) days from the date of opening of the price bid / completion of Reverse Auction process (if applicable), failing
which the Bid may be liable for rejection and Bid Security may be forfeited by the Employer.
Annexure-A
Format of Undertaking
(To be sent by Issuing Bank through official e-mail id)
Page 8 of 8
SECTION - I INVITATION FOR BIDS (IFB)
From: xxxbank@xx.in
To: xxxx@ntpc.co.in
We have issued BG No. __________ dated_________ for an amount of Rs. ___________ on behalf
of ___________ towards Bid Security / EMD for Tender No ____________ in favor of NTPC.
Please find enclosed the soft copy of the Bank Guarantee and SFMS acknowledgement.
The SFMS is sent on _______(date).
We undertake to send the original BG to __________ (name of tendering location)directly once postal
/courier services are restored and that NTPC’s claim will be binding on us without the physical
copy.
We undertake not to cancel the aforementioned BG No. _______ without written consent /
instruction from NTPC Ltd.
(Name of Bank Official)
Authority No.
NTPC Limited eProcurement Portal
Tender Details
Date : 05-Jun-2020 10:48 AM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900200479
Tender ID 2020_NTPC_36597_1
Tender Type Open Tender Form of contract Service
Tender Category Services No. of Covers 3
General Technical
Evaluation Allowed
Yes [Compliance Required]
ItemWise Technical
Evaluation Allowed
No
Payment Mode Both(Online/Offline)
Is Multi Currency Allowed
For BOQ
No
Is Multi Currency
Allowed For Fee
No Allow Two Stage Bidding No
Payment Instruments
Online
Bankers
S.NoBank Name
1 SBI Bank
Offline
S.NoInstrument Type
1 DD
2 BG
3 BC
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
Proof of EMD
and Tender
Fee/Exemption
Certificate
(MSME/NSIC)
2 PreQual/Technical .pdf Technical bid
.pdf
QR supporting
documents as
per
Annexure-I to
IFB
3 Finance .xls Price Bid
.pdf
Attachment-11
of section VII
of Bid
Documents for
preference to
make in India
Tender Fee Details, [Total Fee in ₹ * - 1,125]
Tender Fee in
1,125
Fee Payable To NTPC
Limited
Fee Payable At Visakhapatnam
Tender Fee
Exemption
Allowed
Yes
EMD Fee Details
EMD Amount in
1,00,000 EMD through
BG/ST or EMD
Exemption
Allowed
Yes
EMD Fee Type fixed EMD
Percentage
NA
EMD Payable
To
NTPC
Limited
EMD Payable
At
Visakhapatnam
Work /Item(s)
Title Periodical Maintenance Contract for 400 200 132KV Switchyard and 33KV Switchgear for 2020 22 at
NTPC Ramagundam
Work Description Periodical Maintenance Contract for 400 200 132KV Switchyard and 33KV Switchgear for 2020 22 at
NTPC Ramagundam
Pre Qualification
Details
As per tender documents
Page
1
of
3
NTPC Limited eProcurement Portal
6/
5/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie
...
Independent
External
Monitor/Remarks
NA
Show Tender Value
in Public Domain
Yes
Tender Value in ₹ 0.00 Product Category Serv -
Others
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
730
Location Ramagundam Super
Thermal Power Station
Pincode 505215 Pre Bid Meeting
Place
NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Simhadri
Thermal Power
Project
Should Allow NDA
Tender
No Allow Preferential
Bidder
No
Critical Dates
Publish Date 03-Jun-2020 06:55 PM Bid Opening Date 18-Jun-2020 04:00 PM
Document Download / Sale
Start Date
03-Jun-2020 06:55 PM Document Download / Sale End
Date
17-Jun-2020 03:30 PM
Clarification Start Date 03-Jun-2020 06:55 PM Clarification End Date 10-Jun-2020 03:00 PM
Bid Submission Start Date 03-Jun-2020 06:55 PM Bid Submission End Date 17-Jun-2020 03:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 366.25
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents Tender_Documents.rar
Section I to Section VII of
bid documents
4476.03
2 BOQ BOQ_39624.xls
Rates shall be quoted in
this BOQ sheet only. Rates
quoted elsewhere shall not
be considered for
evaluation purposes.
364.50
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 Do You accept Letter of Undertaking as per tender specific conditions Yes Yes
2.0 Do you accept NTPC Safety Rules Yes Yes
3.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
4.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
Yes Yes
5.0 Do you certify full compliance on Qualifying Requirements Yes Yes
6.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. santoshkumar50@ntpc.co.in Ragala Santosh Kumar SANTOSH KUMAR RAGALA
2. bravindrababu@ntpc.co.in RAVINDRA BABU BANOTHU B RAVINDRA BABU
3. cvinutha@ntpc.co.in VINUTHA C VINUTHA CHINTA
4. gramasubodhreddy@ntpc.co.in GRS REDDY
GAJJALA RAMASUBHODAYA
REDDY
Tender Inviting Authority
Name R SANTOSH KUMAR Dy.Mgr (CS)
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Page
2
of
3
NTPC Limited eProcurement Portal
6/
5/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie
...
Tender Creator Details
Created By Ragala Santosh Kumar
Designation Dy.Mgr
Created Date 02-Jun-2020 11:43 AM
Page
3
of
3
NTPC Limited eProcurement Portal
6/
5/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie
...