NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
CONTRACT FOR REPAIR WORK OF COOLING TOWERS AND
OVERHEAD TANKS AT WATER SUPPLY OFFICE & PLANT AREA
AT NTPC-JHANOR, GUJARAT
Tender Ref: 9900202310 Date: 20.06.2020
Bidding Document No: C00722
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 repair, anticorrosive treatment, grouting, ‘Polymer
Modified Mortar’/ ‘SBR Bond’/ ‘High Build’/‘Epoxy Coating of Cooling Towers,
Overhead tanks at Water supply office , Plant Area, Main Plant Area, ADM Building,
Intake well , CISF Fire wing & Armory area as per requirement and instructions of
EIC in township area and main plant area at NTPC-Jhanor. Detailed scope of work
has been specified in the bidding documents.
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
20.06.2020
Document sale Commencement Date
20.06.2020
Last date for receipt of queries from
bidders (if any)
03.07.2020
Last Date & time for Bid submission
17.07.2020 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time
18.07.2020 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)
Cost Estimate
INR 137.73 Lacs excluding taxes.
“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.
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,00,000/-
(Indian Rupees Two 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 be
applicable in line with clause 36 of section 2 Instruction to Bidders. 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-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.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
6.1 Technical Criteria:
The bidder should have executed civil construction/repair works where in anticorrosive
treatment, ‘pressure grouting’, ‘water proofing’ and ‘protective coating’ is part of scope
of work within preceding 07 (seven) years 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 122.43 Lakh
OR
b. Two (2) orders having contract value not less than 76.52 Lakh each
OR
c. Three (3) orders having contract value not less than 61.22 Lakh each.
Notes:
1. The word “executed” mentioned in clause 6.1 means that the bidder should have
achieved the criteria Specified in clause 6.1 with any of the following conditions:
a. Case I: The work is started earlier (prior to the period stipulated in clause
6.1) but completed within the stipulated period as mentioned in clause 6.1 In
such cases, entire executed quantity of the relevant work vide the work order
shall be considered for evaluation.
b. Case-II: The work is started and completed within the stipulated period as
mentioned in clause 6.1. In such cases, entire executed value of the relevant
work vide that work order shall be considered for evaluation.
c. Case-III: The work is started within the stipulated period as mentioned in
clause 6.1 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.
6.2 Financial criteria:
6.2.1 The average annual turnover of the Bidder, should not be less than 153.04 Lakh
(Rupees One Hundred Fifty-Three Lakh and Four Thousand only) during the preceding
three (3) completed financial years as on the date of Techno-commercial bid opening.
6.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1 above on
its own, its holding company would be required to meet the stipulated turnover requirements
at Cl. 6.2.1 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.
6.2.3 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 company.
6.2.4 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.
7.0 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.
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. : 0091-0261-2877987/ 0091-0261-2877991/ 0091-0261-2860165
Email: subhashpaliwal@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