NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE –KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
Services required for carrying out CSR Activities-Related to Civil Construction
Works at NTPC-Jhanor- C00967.
Tender Ref: 9900200875 Date: 15.06.2020
Bidding Document NO: C00967
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 this work covers - 1) Construction of Bus Stand at Nand Village
2) Construction of Anganwadi Building at Bharthana Village 3) Construction of RCC
Road at Shahpura Village 4) Construction of Community hall at Samlod Village
5) Construction of protection wall at Dhabali village AND paver block at Agareshwar
and Dhabali village. This work will be executed near NTPC-Jhanor under CSR scheme.
3.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
4.0 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 15.06.2020
Document sale Commencement Date 15.06. 2020
Last date for receipt of queries from
bidders (if any)
25.06.2020
Last Date & time for Bid submission 08.07.2020 at 1100 Hrs (IST)
Technical Bid Opening Date & Time 09.07.2020 at 16:00 Hrs (IST)
Price bid Opening Date & time Shall be intimated separately.
Tender Fee
INR 1062.00 (Rupees one
thousand sixty two only)
Cost Estimate
INR 66.39 Lacs appx
Corrigendum (if any) shall be available on our e-tender website
https://eprocurentpc.nic.in only.
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,00,000/-
(Indian Rupees One Lakh 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.
Benefits of MSME bidders in respect of Tender Fee and Bid Security shall
not be applicable in line with clause 36 of section 2 Instruction to Bidders.
6.0 NTPC shall allow purchase preference, as indicated in the bidding
documents, to bids from local suppliers as defined in the bidding
documents (refer clause 17 of Bid data sheet and refer III-C-Annexure II to
Bid Data Sheet). The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their
bids.
7.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
7.1 Technical Criteria:
Bidder should have executed ‘civil construction work(s)’ / ‘construction of
building(s)’ which include Foundation works, RCC Works, Brick Masonry and
finishing works 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 INR 59.02 Lakh.
OR
b. Two (2) orders having contract value not less than INR 36.88 Lakh each
OR
c. Three (3) orders having contract value not less than INR 29.51 Lakh each
Notes:
1. The word “executed” mentioned in clause 7.1 means that the bidder should have
achieved the criteria Specified in clause 7.1 with any of the following conditions:
i. Case I: The work is started earlier (prior to the period stipulated in
clause 7.1) but completed within the stipulated period as mentioned in
clause 7.1. 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 7.1. 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 7.1 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 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 main contractor is duly certified by
owner specifying the scope of work executed by the sub-contractor in support of
qualifying requirements.
7.2 Financial criteria:
7.2.1 The average annual turnover of the Bidder, should not be less than 73.77 Lakh
(Rupees Seventy Three Lakh and Seventy-Seven Thousand only) during the
preceding three (3) completed financial years as on the date of Techno-commercial bid
opening.
7.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 7.2.1 above
on its own, its holding company would be required to meet the stipulated turnover
requirements at Cl. 7.2.1 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 of the holding company, 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.
7.2.3 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.
1. Copies of the unaudited unconsolidated financial statements of the bidder along with
copies of the audited consolidated financial statements of its Holding Company.
2. 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 Report of the Holding Company.
7.2.4 In cases where audited results for the last preceding 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.
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 Reverse Auction: Not Applicable
13.0 Address for communication:
ADDITIONAL GENERAL MANAGER (C&M)
NTPC Limited, Western Region 1 Shared Service Centre – Kawas,
Simulator Building, Kawas Gas Power Project,
PO Adityanagar,
Surat – 394516, Gujarat
Telephone No. : 02612877981, 02612877980,02612860165
Email: poojasaha@ntpc.co.in/ bhupeshgupta@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
14.0 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