Page
1
of
7
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS (IFB)/NOTICE INVITING
TENDER(NIT)
Page 2 of 7
SECTION
-
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
Construction of Retailing wall, Plant boundary wall along
with Roads & Drains at Northern Bulb of Railway siding
area of Kudgi STPP
2
.
Location of Contract
Kudgi Super Thermal Power Station
P.O.: Kudgi, Thaluk: Basavan Bagawadi, Distt. Vijayapura (Karnataka)
- 586121.
GST NO. 29AAACN0255D1ZU
3
.
Qualifying Requirements
As mentioned in
Annexure
-
1 of IFB
4
.
Brief Scope of Work
Name of the work / package: Details as specified in Tender
Documents.
5
.
Completion Period/
Duration of Contract
9 (Nine
)
Months
6
.
Defect Liability Period
As specified in scope of work
/ GCC
7
.
Maximum number of
reference work, bidders
can submit for meeting
the Technical QR
Nine(09)
8
.
Bid submission end
date/Bid opening
Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
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.
The minimum Percentage of Service portion of Contract Linked to
Safety Aspects of the Contract,( i.e. Civil + Installation/ Erection +
Structural Works ) shall be 2%. (Please refer Cl.24.11 of
GCC(section-IV) and upload relevant attachment of Section VIII
Part 2 of 3 along with Price Bid).
10
.
Required Documents
The following Attachments to Bid Form of Section VII of bidding
documents shall be submitted ONLINE / OFFLINE.
a) Attachment 1: Earnest Money Deposit & Tender Fee in the form of
DD/BG/BC should be submitted offline. (Please refer Annexure-II of this
document, in case BG is opting against EMD)
Bidders also have an option to directly pay EMD & Tender Fee online
in the tendering portal while submitting the bid. (Scanned Copy to be
uploaded in the portal)
b) Attachment 2: Authority to Sign the bid (scanned copy)
c) Attachment 7: Electronic Fund Transfer (EFT) Form (scanned copy)
Page 3 of 7
SECTION
-
d) Deed of Joint Undertaking (If Applicable) (scanned copy)
f) Deed of Joint Venture (If Applicable) (scanned copy)
11
.
Bid Security (
EMD
) &
Tender Fee
EMD Amount Rs.
5,00,000/
-
Tender Fee Amount Rs 3,375/-
Bidders also have an option to directly pay EMD & Tender Fee online in
the tendering portal while submitting the bid.
In case of Any difficulty in payment of EMD & Tender Fee in view of
COVID-19 pandemic, bidders may choose to opt the procedure
mentioned in Annexure-2 to IFB.
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
Firm Price
.
13
.
Independent External
Monitors (IEMs)
Not APPLICABLE
14
.
Security Deposit
As per GCC Unless
otherwise specified in Section VI of bidding documents
15
.
Defect Liability Period
As per GCC
Unless otherwise specified in Section VI of bidding documents
16
.
Payment Terms
As per GCC Unless otherwise specified in Section VI of bidding documents
17
.
Liquidated
Damages for
Delay
The liquidated damages shall be charged at the rate of 0.5 % per every week
of delay of the value of the Work shown above if there is delay for a particular
stage or the entire value of Contract if the whole of the Work is delayed.
The total amount of liquidated damages payable by the Contractor for delay in
stage wise completion or completion of the whole Work shall not exceed 7.5 %
of the Contract Value as awarded.
18
.
Order Placement
On Single Agency. (Splitting not allowed).
19
.
Evaluation of bids &
Purchase Preference
Evaluation shall be on Lump sum Basis. 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.
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.
Purchase Preference to Local Content is being given in this tender.
Ppurchase preference to MSE in not being given as this is a Works Contract
20
.
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.
21
.
Ap
plicable Schedule of
rates
The applicable Schedule of rate shall be CPWD
-
DSR
-
2016. wherever
required. The expression (CPWD-DSR) wherever appearing in the tender
documents shall be read as CPWD-DSR-2016
22
.
Details of Owner Issue
material
As
per
details in Scope of Work, Section VI of bid documents
23
.
Employer’s Beneficiary
Bank Details for Tender
Fee & EMD (if
applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali Nagar (Branch Code 20914)
Bank
Deepanjali Nagar
, NTPC Simhadri,
Page 4 of 7
SECTION
-
Address
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. 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.
D. ADDRESS FOR COMMUNICATION
AGM (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: 08924284105 / 9440100224
E-Mail: cvinutha@ntpc.co.in / gramasubodhreddy@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 7
SECTION
-
Annexure-I
Qualifying Requirements
Qualifying Requirements for “Construction of Retailing wall, Plant boundary wall along with Roads
& Drains at Northern Bulb of Railway siding area of Kudgi STPP”.
1.0 Technical Criteria:
1.1 The bidder should have executed the works of a) Civil construction involving RCC works AND b)
WBM /Bituminous Road Works, in single/ separate work order in the preceding seven(07) years ;
reckoned as on the date of scheduled techno-commercial bid opening.
1.2 The bidder should have executed the works of “Civil construction involving RCC works and/or Road
Works” in the preceding seven(07) years ; reckoned as on the date of scheduled techno-commercial bid
opening with executed contract value(s) as below:
Single contract with executed value not less than Rs. 234.05 lakhs
OR
Two contracts with executed values not less than Rs. 146.28 lakhs each
OR
Three contracts with executed values not less than Rs.117.02 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. 292.56 lakhs ( Rupees Two hundred
ninety two lakhs and fifty six thousand 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) For the purpose of arriving at the executed value of work specified at 1.2 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 techno-
commercial 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 1.2 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 6 of 7
SECTION
-
Annexure-II
Stop Gap arrangement with regard to receipt of Bid Security / Cost of Bidding documents in view of COVID-19 pandemic
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)
Page 7 of 7
SECTION
-
Annexure-A
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.