NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
AREA PAVING WORKS AT IDENTIFIED LOCATIONS IN PLANT AT NTPC
MOUDA, NAGPUR, MAHARASHTRA
Tender Ref: 9900201540 Date: 04.06.2020
Bidding Document No: C00953
1.0 NTPC Limited (NTPC) invites online bids on Single Stage Two Envelope Bidding
basis from eligible bidders for aforesaid package, as per the scope of work briefly
mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
Brief Scope of work covers construction of Area Paving Works at various location of
Plant as per detailed scope of work & drawings at NTPC Mouda. NTPC intends to
finance subject Package through Domestic Commercial Borrowings/Own sources.
3.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date
04.06.2020
Document sale Commencement Date
04.06.2020
Last date for receipt of queries from
bidders (if any)
18.06.2020
Last Date & time for Bid submission
25.06.2020 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time
26.06.2020 at 16:00 Hrs (IST)
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 2655.00 (Rupees Two Thousand
Six Hundred Fifty-Five only)
Estimated Cost of Works
INR 380.93 Lakhs
“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.”
Corrigendum (if any) shall be available on our e-tender website
https://eprocurentpc.nic.in only.
4.0 All bids must be accompanied by Bid Security for an amount of INR 5,00,000/-
(Indian Rupees Five Lakhs only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the address
given below.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER
AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
Online payment of tender fee and bid security payment option is made available at
GepNIC portal. Bidders are requested to please avail the facility.
SPECIAL PROVISIONS WITH REGARD TO RECEIPT OF BID SECURITY / COST
OF BIDDING DOCUMENTS IN VIEW OF COVID-19 PANDEMIC MAY BE
REFERRED AT ANNEXURE TO NIT AND IN TENDER DOCUMENTS.
5.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
5.1 Technical Criteria:
The Bidder should have executed civil construction/development
work(s) within preceding 07 (seven) years reckoned as on the date of
Techno-commercial bid opening in any of the following manner:
a. One (1) order having contract value not less than 338.61 Lakh
OR
b. Two (2) orders having contract value not less than 211.63 Lakh
each
OR
c. Three (3) orders having contract value not less than 169.30 Lakh
each.
Note:
1. The word “executed” mentioned in clause 5.1 means that the bidder
should have achieved the criteria Specified in clause 5.1 with any of
the following conditions:
i. Case I: The work is started earlier (prior to the period stipulated in
clause 5.1) but completed within the stipulated period as mentioned in
clause 5.1 In such cases, entire executed quantity of the relevant work
vide the work order shall be considered for evaluation.
ii. Case-II: The work is started and completed within the stipulated period
as mentioned in clause 5.1. In such cases, entire executed value of the
relevant work vide that work order shall be considered for evaluation.
iii. Case-III: The work is started within the stipulated period as mentioned in
clause 5.1 but not completed as on the last date of stipulated period.
In such cases, “In Progress” executed quantity of the relevant work
vide that work order as on the last date of stipulated period, shall be
considered for evaluation.
2. In case of orders under execution, the value of work executed till the
date of Techno-commercial bid opening duly certified by the owner
shall be considered acceptable.
3. Reference work executed by the bidder as a sub-contractor may also
be considered provided the certificate issued by the main contractor
is duly certified by the owner specifying the scope of work executed
by the sub-contractor in support of qualifying requirements.
4. ‘Development work(s)’, as referred in clause 5.1, limiting only to
Horticulture/Plantation/floriculture/deforestation works or only
manpower supply will not be considered qualified.
5.2 Financial criteria:
5.2.1 The average annual turnover of the Bidder, should not be less than
282.17 Lakh (Rupees Two Hundred Eighty-Two Lakh and Seventeen
Thousand only) during the preceding three (3) completed financial
years as on the date of Techno-commercial bid opening.
5.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl.
5.2.1 above on its own, its holding company would be required to
meet the stipulated turnover requirements at Cl. 5.2.1 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
would be required to furnish along with its Techno-Commercial bid, a
Letter of Undertaking from the holding company, supported by 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.
5.2.3 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 in substantiation of its
qualification.
1. Copies of the unaudited unconsolidated financial statements of
the bidder along with copies of the audited consolidated
financial statements of the Holding Company.
2. A Certificate from the CEO/CFO of the Holding Company, as
per the format enclosed in the bid documents, stating that the
unaudited unconsolidated financial statements form part of the
Consolidated Annual Report of the Holding company.
5.2.4 In cases 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 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 the
financial parameters is not available.
NOTES:
1. Other income shall not be considered for arriving at annual turnover.
2. “Holding Company" and “Subsidiary Company” shall have the
meaning ascribed to them as per Companies Act of India, in vogue.
6.0 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.
7.0 Benefits to MSE bidders are not applicable for this work. The bidders may
apprise themselves of the relevant provisions of bidding documents in this
regard before submission of their bids.
8.0 NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation
for Bids/NIT 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 Document may be downloaded by any interested Bidder
from https://eprocurentpc.nic.in/nicgep/app.Tender fee as mentioned above in the
form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at
Kawas is required to be submitted in separately sealed envelope at the address
mentioned in the bidding document before stipulated date & time of submission of
bid.
Prospective bidders are compulsorily required to provide GSTIN number at
with Tender Fee.
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 Cost of bidding document, Bid Security 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 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 Address for communication:
Sr.Manager/AGM (Contracts & Materials)
NTPC Limited, Western Region -I Shared Service Centre-Kawas,
Simulator Building, Kawas Gas Power Project,
PO: Adityanagar
Surat- 394516 (India)
Tel. No. : 0091-0261-2877988/ 0091-0261-2877991/ 0091-0261-2860165
Email: sunnyagarwal@ntpc.co.in/bnarasimha@ntpc.co.in/subodhshankar@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
13.0 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
SPECIAL PROVISIONS WITH REGARD TO RECEIPT OF BID SECURITY / COST OF BIDDING
DOCUMENTS IN VIEW OF COVID-19 PANDEMIC
In order to contain the spread of COVID-19, strict lock-down measures have been enforced by Govt. of
India. As, the generation of electricity is covered under essential services, power generation is to be
continued to ensure smooth and uninterrupted power supply to the nation. In view of the above, it has been
decided to provide following special provisions in respect of submission of Cost of Bidding Documents/ Bid
Security documents as a stop gap arrangement.
Following are the provisions of the stop gap arrangement:
1. 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:
1.1. The issuing bank shall intimate through their own official e-mail id to concerned C&M department
(email communication details available in Special Conditions of Contract) 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.
SFMS message must be sent to the Employer’s bank whose details are mentioned below:
Bank Name: State Bank of India
Branch: (07215) Kavas Branch
Bank Address: First Floor Riddhi Complex, Opp. HAEP Township-Hazira Road, Kavas, Surat
(Guj)-394510
IFSC Code: SBIN0007215
c. An undertaking through official e-mail id of bank as per following format:
Format of Undertaking
(To be sent by Issuing Bank through official e-mail id)
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.
1.2. Bidders shall be required to upload the scanned copy of the BG on GepNIC / e-tendering portal.
SPECIAL PROVISIONS WITH REGARD TO RECEIPT OF BID SECURITY / COST OF BIDDING
DOCUMENTS IN VIEW OF COVID-19 PANDEMIC
2. In case of Bidders opting for Demand Draft / Banker’s Cheque as Bid Security / Cost of Bidding
documents (Tender Fee), following shall be applicable:
2.1. 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:
Name: NTPC LTD.
Current Account No.: 00000010179265142
IFSC Code: SBIN0007215
MICR: 395002017
2.2. 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 (email communication details available in Special Conditions of
Contract) 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)