NTPC Limited
(A Govt. of India Enterprise)
SSC-ER-1, Barh, Patna
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)
FOR
“(a)HIRING OF 02 NOS. 32 SEATER BUSES ON 24 HOURS BASIS FOR
DEPLOYMENT WITH CISF AT
KhSTPP.
(b)Hiring of 04 (four) numbers of 40 seater buses on 12 Hrs. a day basis for
school duty at Kahalgaon.”
(Domestic Competitive Bidding)
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of
work briefly mentioned hereinafter:
2.0 BRIEF DETAILS
NIT No
9900
203279
/0
34
/1028
Source of IFB/NIT SSC-ER-1, Barh, Patna
Contract Classification
(a)HIRING OF 02 NOS. 32 SEATER
BUSES ON 24 HOURS BASIS FOR
DEPLOYMENT WITH CISF AT
KhSTPP.
(b)Hiring of 04 (four) numbers of 40 seater
buses on 12 Hrs. a day basis for school duty
at Kahalgaon..”
Last Date and Time for Bid Submission
/Document
30
.0
7
.2020
16:00:00 hrs
Technical Opening Date & Time 31.07.2020 16:00:00 hrs
Price Bid Opening Date and Time Shall be intimated separately by NTPC
Tender Fee in INR (incl. GST)
2,250/
-
EMD in INR 5,00,000/-
Pre-Bid Conference Date & Time Not Applicable
Venue for Pre-Bid Conference
Not Applicable
Last Query Date 21.07.2020 12:00:00 hrs
3.0 Any bid without an acceptable ‘Tender Fee’, ‘EMD/Bid Security’ shall be treated as non-
responsive by NTPC and shall not be opened.
Note:
1. The scan copy of on-line/off-line payment receipt/ MSE Benef it Certificate(if
applicable) and MSE Undertaking /Declarat ion(if applicable) shall be attached at the
designated place. Bank guarantee, DD/BC,etc off line payment is allowed.
2. Demand Draft/Pay Order in favour of NTPC Ltd. shall be payable at SBI, NTPC
Barh Campus.In case of issuing the physical BGs, the validity of BG should be 225
days from BOD and the Bidders Bank shall also send electronic message through
secure SFMS (in case of BGs issued from within India) or SWIFT (in case of BGs
issued from outside India) to Employers Beneficiary Bank whose details are
provided herein below:
Instruments of Bid Security / EMD To be submitted in original at:
Shared Service Centre (SSC), ER-I, NTPC Ltd., Barh STPP, PO- NTPC
Barh Campus, Dist Patna, Bihar-803215.
Beneficiary Bank details are provided herein below:
In case of BG, Demand Draft/Pay Order etc should be sent in a sealed envelope, super
scribed on the Page 2 top as under:
Tender No._________
Due End Date of Bid Submission______
From _____________(Name of Bidder).
The sealed envelope with BG must be submitted offline and reach (through SPEED POST or others) to:
SSC ER-I, C&M, NTPC/Barh STPP, PO- NTPC Barh Campus, Dist – Patna,
Bihar-803215
on or before Bid Submission End Date and time (BSED). The same received after BSED shall be treated as
non responsive bid and the same shall be returned in original and online bid of the bidder if submitted
shall not be opened. 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 email 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 off icial e-mail id of bank as per format enclosed at Annexure-A
SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding
documents.
SFMS conf irmation shall be obtained by concerned NTPC executive from Employer’s bank with regard
to issuance of Bank Guarantee before award.
(ii) Bidders shall be required to upload the scanned copy of the BG on GepNIC / e-tendering portal.
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder. Tender fee
(non-refundable) of requisite value is to be paid through online up to last Date for Bid Submission in
favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna of the cost of the Bid
documents.
For logging on to the GePNIC Site, the bidder would require user id and password which can be
obtained by enrolling at GePNIC site. First time users not allotted any vendor code are required
to approach NTPC at least Seven working days prior to last Date for Bid Submission .
5.0 Brief Scope of Work :
“(a)HIRING OF 02 NOS. 32 SEATER BUSES ON 24 HOURS BASIS FOR
DEPLOYMENT WITH CISF AT KhSTPP.
(b)Hiring of 04 (four) numbers of 40 seater buses on 12 Hrs. a day basis for school duty at
Kahalgaon.”
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the
time of purchase of Bid Documents.
7.0 Qualification Requirements for Bidders :
1.1
i)The bidder should possess GST registration number and independent PF code allotted by Regional
Provident Fund Commissioner.
AND
ii)The bidder must have ownership of at least 01 no. of any of the two types of bus -with minimum 32/
40 seats (excluding driver seat) –having its first registration not earlier than 1stJanuary 2019 (as
mentioned in registration document), to qualify for the two packages independently.
AND
iii)In case bidder is interested in deploying more vehicles of the required specification than they currently
own, they need to produce joint undertaking with their Financier to this effect. On award of work to the
bidder –their financer shall be jointly liable to finance and deploy remaining buses, within 30 days of
Issue of LOI (Letter of Intent)/ PO (Purchase Order) whichever is earlier.
1.2 The bidder must have successfully executed the work of “Deployment of at least 1 no. of bus with
min. 32 seats (excluding driver seat) in any Govt. Deptt./ PSU/ Urban Local Body/ Trust/ NGO/
Public Institution/ Listed Company (including their JVs and subsidiaries) for a minimum period of 12
months” during preceding seven (07) years prior to the. of Techno-commercial bid opening as per any
of the following criteria:
i)One executed work costing not less than Rs. 8.28 lakh/ per bus quoted
OR
ii) Two executed works costing not less than Rs. 5.17 lakh each/ per bus quoted.
OR
iii) Three executed works costing not less than Rs. 4.14 lakh each/ per bus quoted.
NOTE: The above values are for bids with one bus of any of the two types. In case, a bidder is quoting
more than one bus, these values shall go up proportionately.
1.3 Agency can quote for deployment of one or more vehicle of either type (32/ 40 seater
bus).Tender evaluation shall be done for deployment of two types of vehicles (32 & 40 seater buses)
PIN:
803215
separately, based on quoted L-1 rates/ unit, for each of these.
. Package-wise L1 bidder shall be given the 1
st
preference to deploy the quoted no. of vehicles.
However, in case L1 bidder is not willing to provide the entire BOQ quantity, bidders other than
L1 bidder would be given a chance in the order of preference (lower to higher bid price)-to match L1
price. In case none of the bidders agreed to match the L1 price -in such a situation -NTPC reserves the
right to award all the vehicles to L1 bidder at L1/ negotiated price.
1.4 Note: The word “Executed” mentioned above means that the bidder should have achieved the criteria
specified above within the preceding seven (07) years period, even if the total contract is started earlier
and/or is not completed/ closed.
2.1 Average annual financial turnover of the bidder during preceding three (03) financial years prior to
date of bid opening should not be less than Rs. 41.39 Lakh (INR Forty-one lakh and Thirty-nine
Thousand only) individually for each proposal.
2.2 Note: I. In case where audited results for the last financial year as on 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 the three (03) consecutive financial years preceding the last
financial year shall be considered for evaluating the financial parameters. Further, a certificate would be
required from 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 financial parameters is not
available.
II. Other income shall not be considered for arriving at annual turnover figures
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT/IFB forthe subject
package without assigning any reason whatsoever and in such caseno
Address for Communication/Sending Hard Copy
Additional General Manager/Sr. Manager,
Contract & Materials Department NTPC
Limited, SSC-ER-1, Barh STPP, PO-NTPC
Barh Campus Dist– Patna, Bihar-803215
Barh STPP, PO:Barh, Dist:Patna,
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
Please also superscribe / mention NIT no. and subject work on envelope/ communication.
Access To Tender Document:
This is an e-tender case without Reverse Auction. Tender documents can be accessed /
downloaded from NTPC website: https://eprocurentpc.nic.in/nicgep/app or
www.ntpctender.com.
In case of any difficulty, please contact help desk no-0120-4947444, 0120-4200462, 0120-
4001002, 0120-4001005, 0120-6277787
E-Mail : support-eproc@nic.in
Tender Fee Payment:
The bidder has to submit the Tender fee through online/offline (Non-refundable) in favor of
NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna within the scheduled date
and time and as mentioned at para 2.0, 3.0 and 4.0 above.
Bidder can view/download the complete set of Bid Documents as per the following procedure.
Type of Vendor Required Document for viewing/downloading our tender
document
1. Vendors already
having GePNIC user
id and
Password
Vendors can view/download the tender document after logging in our
GePNIC tender site
2. Vendors already
having SAP vendor
code, but does not
have GePNIC user
id and Password
Step-1: For logging on to the GePNIC Site, the bidder would require
user id and password which can be obtained by enrolling at GePNIC site
& with Class-3 Digital Signature Certificate (DSC).
Step-2 User id is to be forwarded along with user creation sheet to
package dealing executive.
Bid Security (EMD):
Bidder has to submit Earnest Money Deposit (EMD) in online /offline of requisite value in a
before the bid submission deadline as mentioned in the e-tender of our GePNIC system.
i. If the EMD amount submitted by any agency is less than the stipulated EMD, their offer
shall be rejected.
a.
In case EMD amount is >Rs 50,000.00 then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved list)
also will be acceptable. Format of BG against Bid Security and List of Banks for Bid
Security are attached. BG should be unconditional and irrevocable and should be valid for a
period of 45 days beyond the bid validity period. The Bank Guarantee Verification Check
List duly filled in as per format attached has to be submitted in this regard. Bidder shall
ensure that all the points of check list are replied in “Yes”.
Step-1
The agency has to furnish the followings:
A.
PAN card scanned/photo copy (self-Attested)
B.
EFT form,duly filled and endorsed by their banker
C.
Copy of PF Documents
D.
GST Registration
E.
ESI Code / Undertaking for ESI
All these should reach us at least Seven working days prior to Last
Date of bid submisssion
Step-2 After compliance of step-1, follow steps as mentioned
above at Sl.No. 2.
3. New Vendor neither
having any vendor
code in SAP nor
GePNIC user id and
Password
b.
SSI units of Bihar / SSI units (of other states) registered with the National Small Scale
Industries Corporation shall be exempted from the payment of Earnest Money Deposit.
Bidders seeking exemption should submit a Photocopy of valid registration certificate
preferably attested by Notary / Gazetted Officer/ Magistrate 1st class, giving details such
as validity. Exemption certificate may be uploaded Online also.
c.
Submission of EMD is exempted for IIMs/IITs/ NITs/IISc./ CBRI/CPRI/
GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding PSUs).
d.
In case of any doubt on eligibility of such exemption/concession, bidder may get
clarification from NTPC official before submission of his bid.
e.
The Bid Security of all the unsuccessful Bidders will be returned after finalization of the
contract.
f.
The Bid Security shall be forfeited in any of the following circumstances by NTPC
without any notice or proof of damage to the Owner:
1.
If the Bidder withdraws or varies its Bid during the period of Bid validity specified by
the Bidder in the Bid Proposal.
2.
In case the Bidder does not accept the corrections towards the discrepancies in their bid,
where ever the breakup of prices have been asked separately.
3.
If any deviation, variation or additional condition etc. found anywhere in our technical
and / or / Price Bid implicit or explicit, shall stand unconditionally withdrawn, without
any cost implication whatsoever to employer, failing which the bid security shall be
forfeited.
4.
In the case of a successful bidder, if the bidder fails within the specified time limit to
furnish the acceptance of Letter of Award / Purchase Order.
5.
In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the
required Contract Performance Guarantee in case the same is required as per conditions
of the P.O / LOA.
6.
If the bidder / their representative commit any fraud while competing for this contract
pursuant to Fraud prevention policy of NTPC.
g.
No interest shall be payable by NTPC on the Bid Security.
h.
ANY BID NOT ACCOMPANIED BY A BID SECURITY, SHALL BE REJECTED
BY NTPC AS BEING NON RESPONSIVE.
GTE Compliance:
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding Documents.
The Bidders are required to confirm acceptance of compliance to all Provisions of Bidding
Documents on line (GTE COMPLIANCE)
Only after acceptance of all GTE provisions, the bidder’s bid shall be opened.
Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as in the
Bid documents.
The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can
view all queries and all answers once the same are posted in the GePNIC Portal.
Following documents must be uploaded in the GePNIC Portal, failing which the offer
shall be liable for rejection:
i.
Qualifying Requirement (If, required): Total credential to fulfill all the criteria as
mentioned in qualifying requirement of the NIT/IFB.
ii.
Technical Bid:
All TECHNICAL DATA SHEETS as per the format provided in the Tender
Documents duly filled.
Any other data/information as sought in our Tender Documents.
iii.
Company/Firm Details:
Document related to legal status of the Bidder (i.e., Sole Proprietorship
Concern/Partnership Firm/ Private Limited Companies/ Public Limited Companies
and Statutory Corporation/ Consortium/ Joint Venture), Name and address (es) of the
sole proprietor / partners / Board of directors.
Memorandum and Articles of Association/photocopy of Partnership Deed/affidavit of
Proprietorship.
iv.
Copy of GST RegistrationCertificate.
v.
Copy of valid independent PF code no. issued by concerned RPFC.
vi.
Copy of PAN card.
vii.
Copy of ESI Certificate/Undertaking for submission of ESI.
15.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTPC shall evaluate the Qualifying Requirement of each bidder as per NIT
after opening of Technical Bids and the bid of the bidder who is not meeting the
Qualifying Requirement shall not be considered.
16.0 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 claim arising out of such action.
17.0 If the last date for receiving applications/ selling of bids/ date of bid opening
coincides with holiday, the date will be shifted to the next working day.
18.0 Tender Documents are not transferable.
19.0 Package Co-coordinator:
A) Name: Rakesh Kumar
Designation:AGM (SSC-C&M)/Contracts
Contact No.:9471701256
E-mail: rakeshkumar16@ntpc.co.in
(B)Name: A.P.Jaiswal
Designation: Sr. Manager(SSC-C&M)
Contracts Contact No.:9431600416
E-mail: apjaiswal@ntpc.co.in
Important Notes:-
1.
The ‘Integrity Pact’ as per ATTACHMENT 18 (If Applicable ) duly signed by
the signatory authorized to sign the bid, shall be sealed in a separate envelope
entitled “ATTACHMENT-18: INTEGRITY PACT failing which their Bid is
liable to be rejected. (To be uploaded Online)
2. ‘Power of Attorney ‘of the signatory authorized to sign the bid to be uploaded Online.