NTPC LIMITED
(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
R
(CONTRACTS AND MATERIALS DEP
ARTMENT
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS
(IFB)
/NOTICE INVITING
(NIT)
Page
1
of
8
R
ARTMENT
)
/NOTICE INVITING
TENDER
Page
2
of
8
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:
S.No
Particulars
Details
1
.
Name of the Package
Up
-
gradation of UCR AC System for Units 4, 5
& 6 of NTPC
Ramagundam
2
.
Project Manager
HOP(Ramagundam)
3
.
Address of the Employer &
Location of Contract
Ramagundam Super Thermal Power Station
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215.
GST No. 36AAACN0255D1ZZ
4
.
Qualifying Requirements
As mentioned in Annexure
-
1
to
IFB
5
.
Maximum number of
reference work, bidders can
submit for meeting the
Technical QR
Three(03)
6
.
Whether Joint Venture
Permitted?
NO
7
.
Brief Scope
o
f Work
Up
-
gradation of UCR AC System for Units 4, 5 & 6 of NTPC
Ramagundam
Details as specified in Tender Documents.
8
.
Completion Period/ Duration
of Contract
Completion period for the total work is
2
8
months.
9
.
Defect Liability Period
AS PER GCC
Unless otherwise specified in Scope of Work (Section VI).If Specified in
Scope of Work (Section VI), the same shall prevail.
10
.
LD Clause
As Specified at Clause 5 of SCC
. This LD clause is applicable for delay in
completion and limit shall be 5%. Liquidated damages for Performance shall
be as specified in Scope of Work (Section VI). The limit of LD for
performance shall be as per Section VI.
11
.
Terms & Procedures of
Payment
As Specified
at
Appendix 1 (Terms and Procedures of
Payment) to the
Contract Agreement (Section VII Part 3 of 3)
12
.
Bid
submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
13
.
Independent External Monitors
(IEMs)
Applicable
.
In respect of this package, the Independent External Monitors (IEMs) would
be monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.
The following Independent External Monitor(s) (IEMs) have been appointed
by NTPC, in terms of Integrity Pact (IP) which forms parts of the NTPC
Tenders/Contracts:
(i)
Shri M.F.Farooqi (Retd. IAS) (email:mffarooqui@gmail.com)
(ii)
Shri Devendra Kumar Pathak, IPS (Retd.)
(email:pathak56515@gmail.com)
(iii)
Dr. T. M. Bhasin
Former Vigilance Commissioner, CVC
(email:tmbhasin@gmail.com)
Page
3
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
14
.
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. The bidders
shall quote for all items in the BOQ, If any of the items are not quoted, it
shall be considered that rate of that particular item/s which is not quoted is
included in the rates of other items and the bidder shall supply item/
spares/ execute the work/ conduct the test as the case may be.
Rates of Recommended Spares shall be indicated in a separate
file and shall be uploaded in Price Bid Envelope of the tender.
The minimum Percentage of Amount Linked to Safety Aspects of
the cumulative total of Service Portion of the Contract, i.e. Civil +
Installation/ Erection + Structural Works shall be 5%.(Bidder has to
upload relevant attachment of Section VIII Part 2 of 3 along with Price
Bid)
15
.
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 (Applicable).
Deed of Joint Undertaking (Not 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
NTPC Simhadri
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.
Note-3: Bidders also have an option to pay Tender Fee & Bid Security
directly in the online tendering portal while submitting the bid. In
such case, offline document is not required for Bid Security & Tender
Fee.
16
.
Tender Fee & EMD
Bid Security
Amount (
)
2
0
,00,000/
-
(Rupees
Twenty Lakhs
Only)
Tender Fee Amount ()6,750/- (Rupees Six Thousand Seven Hundred Fifty
Only)
In case of Any difficulty in payment of Bid Security & 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 Bid Security & 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.
17
.
Price Basis
FIRM Price basis
.
As Specified at
Appendix
2
(Terms and Procedures of
Payment) to the Contract Agreement (Section VII Part 3 of 3)
18
.
Order Placement
On Single Agency
.
19
.
Purchase Preference
NTPC shall allow purchase preference, as indicated in the
Annexure
-
II to
Page
4
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
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.
This being a works contract, Purchase Preference to MSE Vendors is
not applicable for the subject work
20
.
Minimum Local Content
100
%.
Please Refer
Annexure
-
II to BDS (Section
-
III) for details.
21
.
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. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
D. 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.
E. 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: 0892428 4840/4966
E-Mail: /sreekumarv@ntpc.co.in /charikumar@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
8
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
1.1 The Bidder should have designed, supplied, erected/got erected and commissioned/got commissioned at
least one (1) number of Air conditioning system having a total installed capacity of 300TR or more including
stand-by chiller unit (if any), which should have included at least one chilling unit with a minimum capacity
of 60TR.The system should have been in successful operation for at least one (1) year prior to the date of
Techno -Commercial bid opening.
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. 662.46 lakhs (Rupees Six
Crore sixty two lakhs and forty six thousand only).
2.2 In case a Bidder does not satisfy the annual turnover criteria, stipulated above at clause 2.1 on its own, its
Holding Company would be required to meet the stipulated turnover requirements as 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 the Holding Company's 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.
2.3 Net Worth of the bidder should not be less than 100% of the bidder's paid up share capital as on the last
day of the preceding financial year on the date of Techno-commercial bid opening. In case the Bidder
meets the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company
and/or Subsidiary(ies) of its Holding Companies, wherever applicable, the Net worth of the Bidder and its
Subsidiary(ies) and or Holding Company and/or Subsidiary(ies) of the Holding company, in combined
manner should not be less than 100% of their total paid up share capital. However individually, their Net
worth should not be less than 75% of their respective paid up share capitals. For Consortiums/ Joint
Ventures, wherever applicable, the Net worth of all consortium/Joint Venture members in combined
manner should not be less than 100% of their paid-up share capital. However, individually, their Net worth
should not be less than 75% of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = [ (X1 + X2 +X3) / (Y1 +Y2+Y3) ] X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up
share capitals and Y1, Y2 ,Y3 are individual paid up share capitals.
2.4 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:
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the
audited consolidated financial statements of its Holding Company.
(ii) 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 Financial Statements of the Holding Company.
2.5 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
Page
6
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
acceptable. In case, Bidder is not able to submit the Certificate from a 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 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.
3.0 Notes:
a) “Holding Companyand “Subsidiaryshall have the meaning ascribed to them as per Companies
Act of India, in vogue.
b) Net worth means the sum total of the paid up share capital and free reserves. Free reserves
means all reserves credited out of the profits and share premium account but does not include
reserves credited out of the revaluation of the assets, write back of depreciation provision and
amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses
to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.
c) Other income shall not be considered for arriving at annual turnover.
d) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and
2.0 above.
Page
7
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
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
8
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
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.
NTPC Limited eProcurement Portal
Tender Details
Date : 04-Jul-2020 05:11 PM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900199813
Tender ID 2020_NTPC_38134_1
Tender Type Open Tender Form of contract Works
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.NoBank 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
Proof of EMD
and Tender
Fee
.pdf Integrity Pact
2 PreQual/Technical .pdf
Technical
Documents
.pdf
Power of
Attorney
.pdf Bid Forms
.pdf
QR supporting
documents as
per
Annexure-I to
IFB
3 Finance .xls Price Bid
.pdf
Attachment-9P
of section VII
of Bid
Documents for
preference to
make in India
.pdf
Attachment
for Amount
Linked to
Safety Aspects
-section VII
-Part2 of 3 of
Bid
Documents
.pdf
Attachment
for
Recommended
Spares and
Prices- section
VII -Part2 of 3
of Bid
Documents
.pdf
Declaration of
Functional
Guarantees
Page 1 of 3
NTPC Limited eProcurement Portal
04-07-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published...
.pdf Price bid form
along with
Attachment
Tender Fee Details, [Total Fee in ₹ * - 6,750]
Tender Fee in ₹
6,750
Fee Payable To NTPC
Limited
Fee Payable At Visakhapatnam
Tender Fee
Exemption
Allowed
No
EMD Fee Details
EMD Amount
in ₹
20,00,000 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
Click to view modification history
Work /Item(s)
Title Upgradation of UCR AC System for Units 4, 5 and 6 of NTPC Ramagundam
Work Description Upgradation of UCR AC System for Units 4, 5 and 6 of NTPC Ramagundam
Pre Qualification
Details
As per tender documents
Independent
External
Monitor/Remarks
Applicable.
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)
840
Location Ramagundam Super
Thermal Power
Station
Pincode 505215 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 04-Jul-2020 12:00 PM Bid Opening Date 25-Jul-2020 04:00 PM
Document Download / Sale
Start Date
04-Jul-2020 12:00 PM Document Download / Sale End
Date
24-Jul-2020 03:30 PM
Clarification Start Date 04-Jul-2020 12:00 PM Clarification End Date 18-Jul-2020 03:00 PM
Bid Submission Start Date 04-Jul-2020 12:00 PM Bid Submission End Date 24-Jul-2020 03:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 778.98
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents Tender_Documents_Uploaded.rar
Section I to Section VII of
bid documents
19648.96
2 BOQ BOQ_41158.xls
Rates shall be quoted in
this BOQ sheet only. Rates
quoted elsewhere shall not
be considered for
evaluation purposes.
341.00
3 Additional Documents IntegrityPact.pdf Pre Signed Integrity Pact 550.39
Page 2 of 3
NTPC Limited eProcurement Portal
04-07-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published...
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 Do You accept Letter of Undertaking as per tender specific conditions Yes Yes
2.0 Do you accept NTPC Safety Rules Yes Yes
3.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
4.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
Yes Yes
5.0 Do you certify full compliance on Qualifying Requirements Yes Yes
6.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
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. bravindrababu@ntpc.co.in RAVINDRA BABU BANOTHU B RAVINDRA BABU
3. satishkolluri@ntpc.co.in KOLLURI SATISH KOLLURI SATISH
4. gramasubodhreddy@ntpc.co.in GRS REDDY
GAJJALA RAMASUBHODAYA
REDDY
Tender Inviting Authority
Name R.Santosh KumarDy.Manager (CS)
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By Ragala Santosh Kumar
Designation Dy.Mgr
Created Date 03-Jul-2020 03:29 PM
Page 3 of 3
NTPC Limited eProcurement Portal
04-07-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published...