(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENT
(CONTRACTS AND MATERIALS DEP
CONTRACTS SECTION
INVITATION FOR BIDS
SECTION
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENT
E
(CONTRACTS AND MATERIALS DEP
ARTMENT
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS
(IFB)
/NOTICE INVITING
Page
1
of
5
E
R
ARTMENT
)
/NOTICE INVITING
TENDER (NIT)
Page
2
of
5
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
Design, Supply & Installation of Chlorine Dioxide Dosing System for PT
Plant at NTPC Simhadri.
2
.
Address of the Employer &
Location of Contract
Office- Simhadri Super Thermal Power Station
P.O.: NTPC Simhadri, Distt. Visakhapatnam (Andhra Pradesh) - 531020
GST NO. 37AAACN0255D2ZW.
3
.
Qualifying Requirements
As mentioned in
Annexure
-
1 of IFB
4
.
Maximum number of
reference work, bidders
can submit for meeting
the Technical QR
Three(03)
5
.
Whether Joint Venture
Permitted?
YES
6
.
Brief Scope
o
f Work
Design, Supply & Installation of Chlorine Dioxide Dosing System for PT
Plant at NTPC Simhadri.
Details as specified in Tender Documents.
7
.
Completion Period/
Duration of Contract
Completion period for the total work is 12 months.
8
.
Defect Liability Period
AS PER GCC
Unless otherwise specified in Scope of Work (Section VI).
9
.
LD Clause
As Specified
at Clause 5 of SCC
10
.
Payment Terms
As Specified
at
Appendix 1 (Terms and Procedures of
Payment) to the
Contract Agreement
11
.
Bid submission end
date/Bid opening Date/Last
date for Clarifications
As per the dates mentioned in Tender Details of eProcurement
Portal.
12
.
Independent External
Monitors (IEMs)
Not
Applicable
.
13
.
Price Bid
The Bidder shall quote R
ate
along with
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.
If rates of GST are different for different items, the same shall be mentioned
in Sheet titled “GST Breakup” in Excel BOQ Template of Price Bid.
Rates of Recommended Spares shall be quoted in Sheet titled
“Recommended Spares” in Excel BOQ Template of Price Bid.
Page
3
of
5
SECTION
I INVITATION FOR BIDS (IFB)
14
.
Required Offline
Documents
Following shall be
submitted in a sealed envelope separately offline by the
stipulated Bid Submission End Date and Time at the address given below:
Bid Security (Original Bank Guarantee / Original Demand Draft / Original
Pay Order / Original Banker's Cheque)
Tender Fee (Original Demand Draft / Original Pay Order / Original
Banker's Cheque)
Integrity Pact (Not Applicable).
Deed of Joint Undertaking (Applicable).
Power of Attorney
Note-1: Bid Security and Tender Fee in the form of Demand Draft or Pay
order or Banker’s Cheque shall be in favour of NTPC Ltd. payable at
Visakhapatnam
Note-2: Failure of submission of Original Offline Documents for Bid
Security , Tender Fee, and Deed of Joint Undertaking (if applicable), before
stipulated Bid submission end date and time may result in rejection of bid.
15
.
Tender Fee & EMD
EMD Amount (
)
2,00,000/
-
(Rupees Tw
o
Lakhs Only)
Tender Fee Amount ()2,250/- (Rupees Two Thousand Two Hundred Fifty
Only)
“MSME Benefits are not applicable for this contract. Since the nature of
tender is works”.
16
.
Price Basis
FIRM Price basis
.
17
.
Order Placement
On
Single Agency
.
18
.
Purchase Preference
NTPC shall allow purchase preference, as indicated in the
Annexure
-
II to
BDS (Section-III).The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their
bids.
Bidders seeking benefits should necessarily upload relevant documents in
etender portal.
19
.
Employer’s Beneficiary
Bank Details for Tender
Fee & EMD (if applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali
N
agar
(Branch Code 20914)
Bank Address
Deepanjali
N
agar
, NTPC Simhadri, Visakhapatnam
-
531 020
E mail id
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. Tender documents are non-transferable. No bidder other than the original bidder in whose name the tender
documents are sold before Bid Submission End Date and Time can submit the offer.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. 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.
Page
4
of
5
SECTION
I INVITATION FOR BIDS (IFB)
F. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone:
08924-28-4098/4101/4840
E-Mail: / satishkolluri@ntpc.co.in / pnjyothi@ntpc.co.in/sreekumarv@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
5
of
5
SECTION
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
Qualifying Requirements
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section ITB (Instructions
to Bidders) of Bid documents, the following shall also apply:
1.0 Technical Criteria
(a) The Bidder should have designed, supplied, erected/supervised erection and commissioned/supervised
commissioning at least one (1) number of Chlorine Di-Oxide System/Plant having at least one (1) number
Chlorine Di-Oxide (ClO2) generator of capacity not less than 2 Kg/hr in any industrial application. The above
system/plant should have been in successful operation for at least one (1) year reckoned as on the date of
Techno-commercial Bid opening.
(b) The Bidder who do not fulfill the requirement in clause 1.0 (a) above, can also participate provided the Bidder
has designed, supplied, erected/supervised erection and commissioned/supervised commissioning at least one
(1) number Gas chlorination plant/system of capacity not less than 6 Kg/hr. in any industrial application and
associates/collaborates with a party fully meeting the requirements of clause 1.0 (a) above.
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 executant of DJU shall be jointly and severally
liable to the Employer for successful performance of Chlorine Di-Oxide (ClO2) System/Plant, 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)/Associate(s) shall be required to furnish an on demand bank guarantee as per the format
enclosed with the bidding documents for a value equal to 2% (two percent) of the contract price in addition
to the Contract Performance Security to be furnished by the Bidder.
2.0 Financial Criteria:
The average annual turnover of the Bidder, in the preceding three (3) financial years reckoned as on the date
of Techno-commercial Bid Opening shall not be less than Rs. 115.00 Lakhs (Rupees One Hundred Fifteen
Lakhs Only).
3.0 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)
Other income shall not be considered for arriving at annual turnover.
c)
The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0 above.
Welcome : satishkolluri@ntpc.co.in Server Time
Last login : 20-Jun-2020 10:10 AM
20-Jun-2020 11:08:20
NTPC Limited eProcurement Portal
Master Management
Org Hierarchy Master
View Internal Documents
User Management
Debar User
My Organisation Hierarchy
My Accounts
Tender Management
Create Tender / Tender List
Create Tender from XML
Publish Tender
Published Tenders
Seek Clarifications
Pre-bid Meeting
Downloaded Tenders
Bids Submitted Tenders
Tender Status
Archived Tenders
Archived Clarification
Stage 2 Create Tender / Tender
List
Stage 2 Publish Tender
Stage 2 Published Tender
Corrigendum
Create Corrigendum
Publish Corrigendum
Published Corrigendum
Bid Opening
Tenders to be Opened
Bid Evaluation
Technical Evaluation
Financial Evaluation
Short fall Documents
Forfeit Tenders
AOC/Empanelment
Short Fall Documents History
Auction Management
Tender cum Auction
Publish Auction
Published Auction
Create Auction Corrigendum
Publish Auction Corrigendum
Published Auction Corrigendum
Freeze Auction
View Live Auction
View Auction History
Bid Management
BID MANAGEMENT
Print
View Tender Details
Basic Details
Organisation Chain
NTPC Limited||Southern Region Headquarter
Tender Reference Number
NTPC/SSC - SR(Simhadri)/9900191942
Tender ID
2020_NTPC_37435_1
Tender Type
Open Tender
Form of contract
Service
Tender Category
Works
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.No Bank 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 Scanned Fee details
2 PreQual/Technical .pdf Technical/Qualifying
documents
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * - 2,250]
Tender Fee in ₹
2,250
Fee Payable To
NTPC
Limited
Fee Payable At
Visakhapatnam
Tender Fee
Exemption
Allowed
No
EMD Fee Details
EMD Amount in
2,00,000
EMD through
BG/ST or EMD
Exemption
Allowed
No
EMD Fee Type
fixed
EMD
Percentage
NA
EMD Payable To
NTPC
Limited
EMD Payable At
Visakhapatnam
Work Item Details
Title
NTPC Simhadri Design, Supply and Installation of Chlorine Dioxide Dosing System for PT
Work Description
NTPC Simhadri Design, Supply and Installation of Chlorine Dioxide Dosing System for PT Plant
Pre Qualification
Details
As per tender documents
Independent External
Monitor/Remarks
NA
Show Tender Value in
Public Domain
Yes
Tender Value in ₹
0.00
Product Category
Miscellaneous Works
Sub category
NA
Contract Type
Tender
Bid Validity(Days)
180
Period Of Work(Days)
365
Location
Simhadri
Thermal Power
Project P.O.
SIMHADRI
VISAK
Pincode
531020
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
20-Jun-2020 12:00 PM
Bid Opening Date
08-Jul-2020 05:00 PM
Document Download / Sale Start
Date
20-Jun-2020 12:00 PM
Document Download / Sale End
Date
07-Jul-2020 03:00 PM
Clarification Start Date
20-Jun-2020 12:00 PM
Clarification End Date
27-Jun-2020 05:00 PM
Bid Submission Start Date
20-Jun-2020 12:00 PM
Bid Submission End Date
07-Jul-2020 03:00 PM
Page
1
of
2
NTPC Limited eProcurement Portal
6/
20/
2020
https://eprocurentpc.nic.in/nicgep/app?component=view&page=PublishTender&service=di
...
Bid History
Tender Documents
NIT Document
S.No Document Name Description
Document
Size (in KB)
1
Tendernotice_1.pdf
IFB 140.78
Download as zip file
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents TenderDocumentsClo2System.rar Tender Documents 13996.13
2 BOQ
BOQ_40459.xls
BOQ 345.50
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. pnjyothi@ntpc.co.in NAGENDRA JYOTHI PIDIKITI PIDIKITI NAGENDRA JYOTHI
3. satishkolluri@ntpc.co.in KOLLURI SATISH KOLLURI SATISH
4. binchuvasavan@ntpc.co.in BINCHU VASAVAN BINCHU VASAVAN
Tender Inviting Authority
Name
KOLLURI SATISHMANAGER(SSC-CONTRACTS)
Address
Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By
KOLLURI SATISH
Designation
DY MANAGER
Created Date
18-Jun-2020 07:06 PM
Modification Required Tender, found in Order
Back
Back
Publish Tender
Publish Tender
Version:1.09.08 17-Apr-2020 (c) 2017 Tenders NIC, All rights reserved.
Page
2
of
2
NTPC Limited eProcurement Portal
6/
20/
2020
https://eprocurentpc.nic.in/nicgep/app?component=view&page=PublishTender&service=di
...