1
A
Maharatna
Company
NTPC Limited
(A Government of India Enterprise)
SSC, ER-1, Barh
PO-NTPC Barh S.O., Dist- Patna
(Bihar)
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding through E-tendering)
NIT Ref No:NTPC/SSC-ER-I(Barh)/9900203875 Date:14.07.2020
1.0 NTPC Limited invites online bids on Single Stage Two Envelope
bidding basis (Envelope-1: Techno-Commercial Proposal & Envelope-2:
Price Proposal) from eligible bidders for Supply of Instrumentation
Cables to NTPC Barh STPP., as per the scope of work briefly mentioned
hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply of Instrumentation Cables to NTPC Barh STPP as per Technical
Specifications and Scope of Work given in tender document.”
3.0 Detailed specifications, scope of work and terms & conditions are
given in the bidding documents and can be viewed in our Online Tender
Portal
https://eprocurentpc.nic.in/nicgep/app
4.0 Brief Details:
Document down load
Commencement Date & Time
14.07.2020, 14:00 Hrs(noon)
Source IFB/ NIT
SSC-C&M-ER-1, BARH STPP
Contract Classification
Supply/ Contract
Supply
Last Date and Time for Bid
Submission
04.08.2020 till 16:00 Hrs.
Techno Commercial Opening Date
& Time
05.08.2020 at 16:00 Hrs.
Cost of Bidding Document in
INR
1328.00
EMD in INR
1.0 LAKHS (ONE LAKH ONLY)
As per provisions of bidding documents, the bidders shall submit
“Techno-Commercial Proposal” and “Price Proposal” online
(https://eprocurentpc.nic.in/nicgep/app), within the bid submission
date and time as mentioned above. Only Techno-Commercial proposals
will be opened on the date and time mentioned in the NTPC-GePNIC
Website.
5.0 The date of opening of Price Proposal shall be intimated separately
by NTPC after completion of evaluation of Techno-Commercial Proposal.
2
6.0 Bid Security (EMD) and Tender Fee shall be submitted ONLINE through
the link given on GePNIC portal. Alternatively, Bidders can submit EMD
OFFLINE also, in a sealed envelope which must reach latest by the
stipulated bid submission closing date and time at the address given
below. Any bid without an acceptable Bid Security (EMD), Tender Fee
shall be treated as non-responsive by the employer and shall not be
opened. All credential filled up formats & supporting documents as
asked by NTPC are to be given online as attachments with the bid.
7.0 Any document submitted by the agency in hard copy other than the
documents mentioned at Para 6.0 above, will not be considered. In
spite of this condition, if any document is submitted by the agency in
hard copy other than the documents mentioned at Para 6.0 above before
bid opening shall be ignored and the offer submitted through the e-
tendering shall be binding on the agency.
8.0 Micro and Small Enterprises (MSEs) registered with District
Industries Centres or Khadi and Village Industries Commission or Khadi
and Village Industries Board or Coir Board or National Small
Industries Corporation(NSIC) or Directorate of Handicrafts and
Handloom or Udyog Aadhar or any other body specified by Ministry of
Micro, Small and Medium Enterprises as per MSMED Act 2006, for
goods produced and services rendered, shall be issued the bid
documents free of cost and shall be exempted from paying Earnest Money
Deposit.
The above benefits to MSEs are meant for procurement of only goods
produced and services rendered by MSEs. However, traders are excluded
from the purview of Public Procurement Policy and not eligible for
Benefits to MSEs. Also, benefits under Public Procurement Policy for
MSEs shall not be extended in Works Contract.
The bidders are requested to send Tender Fee/MSE/ NSIC/ Udyog Aadhar
certificate and EMD, Power of Attorney well in advance to NTPC Ltd.,
SSC(ER-I), Barh office so as to reach before the scheduled bid
submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar
certificate in Fee cover in GePNIC, failing which the bid shall be
liable for rejection.
9.0 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.
10.0 A complete set of Bidding Documents may be downloaded by any
interested Bidder at our E-Tender Site
(https://eprocurentpc.nic.in/nicgep/app). For logging on to the E
Tender Site, the bidder would require to create user ID and Password
as per the Bidder’s Manual Kit provided in the aforementioned web
site. The payment (non-refundable) of the cost of the documents as
mentioned above in the form of a crossed account payee demand draft in
favour of NTPC Ltd., Payable at Barh shall be submitted in a
sealed envelope separately offline by the stipulated bid
submission closing date and time at the address given below.
3
11.0 Qualifying Requirements:
In addition to the requirements stipulated in Section ITB
(Instructions to Bidders), the Bidder shall also meet the Qualifying
Requirements stipulated hereunder:
1.1 The bidder should be a manufacturer/ Authorized dealer of the
manufacturer of Instrumentation/ Control Cable (XLPE/ PVC insulated,
FRLS type, Copper conductors)”. They shall have to submit valid BIS
License in support of the same.
AND
1.2 The bidder should have suc cessfully executed the supply of “such
cables as described in the Clause 1.1 above,” in the past seven (07)
years reckoned from the date of Techno-Commercial Bid Opening, as
per any of the following criteria:
i) One executed Work- order valuing not less than Rs.61.47 Lakhs
(INR Sixty-one Lakhs and Foty–seven Thousands only).
OR
ii) Two executed Work-orders, each valuing not less than Rs.38.42
Lakhs (INR Thirty-eight Lakhs and Forty-two Thousand only).
OR
iii) Three executed Work- orders, each valuing not less than
Rs.30.74 Lakhs (INR Thirty Lakhs and Seventy-four Thousands
only).
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.
2.0 FINANCIAL CRITERIA:
T
h
e
A
v
e
r
a
g
e
annual
t
urno
v
e
r
(AATO)
of the bidder
during preceding three (03) consecutive financial years prior to the
date
o
f
t
e
c
hno
c
o
mm
e
r
c
i
a
l
bid opening should not be less
t
h
a
n
Rs.
77
L
a
k
h
s
(INR
Seventy-seven
L
a
k
h
s
only)..
3.1
I
n
case a bidder does not satisfy the financial criteria,
stipulated above on its own, its Holding
C
o
m
p
a
n
y
would be
required to meet the
s
t
i
pu
l
a
t
e
d
turnover
r
e
qu
i
r
e
m
e
n
t
s
as above,
provided that the
N
e
t
Worth of such Holding
C
o
m
p
a
n
y
as on the last
day
o
f
the preceding financial year is at least equal to or
m
or
e
than the paidup share capital of the Holding
C
o
m
p
a
n
y
.
I
n
such an
event, the
Bidder
would be
requested
t
o
furnish along with its
T
e
c
hno
C
o
mm
e
r
c
i
a
l
bid, a
L
e
tt
e
r
of Undertaking from the Holding
C
o
m
p
a
n
y
,
s
uppor
t
e
d
by the Holding
C
o
m
p
a
n
y
s
B
o
a
rd
R
e
s
o
l
u
t
i
on
,
as
per
t
h
e
format enclosed in the
Bid
Documents,
p
l
e
d
g
i
n
g
unconditional
& irrevocable financial support for
t
h
e
execution of the
C
on
t
r
a
c
t
by the
Bidder
in case of Award.
3.2
I
n
case the bidder is not able to furnish its
a
ud
i
t
e
d
financial
statements
on stand-alone entity basis,
t
h
e
un
a
ud
i
t
e
d
un
c
on
s
o
li
d
a
t
e
d
financial
statements
of
t
h
e
bidder can be
4
considered acceptable provided
t
h
e
bidder further furnishes the
following documents
f
or
s
ub
s
t
a
n
t
i
a
t
i
on
of its qualification:
i)
C
op
i
e
s
of
t
h
e
un
a
ud
i
t
e
d un
c
on
s
o
li
d
a
t
e
d
financial
statements
of
t
h
e
bidder along with copies of the audited
c
on
s
o
li
d
a
t
e
d
financial
statements
of the Holding
C
o
m
p
a
n
y
.
ii)
A
certificate from the
CE
O
/
C
F
O
of the Holding
C
o
m
p
a
n
y
,
as per the
format enclosed in the bidding
do
c
u
m
e
n
t
s
,
stating that the
un
a
ud
i
t
e
d un
c
on
s
o
li
d
a
t
e
d
financial
statements
form part of the
consolidated financial
statements
of the
Holding
C
o
m
p
a
n
y.
3.3
I
n
cases where audited results for the last financial year as on
the date of
T
e
c
hno
-
c
o
mm
e
r
c
i
a
l
bid
op
e
n
i
n
g
are not available, the
financial results certified by
a
practicing
C
h
a
r
t
e
r
e
d
A
cc
oun
t
a
n
t
shall be
c
on
s
i
d
e
r
e
d
acceptable.
I
n
case,
Bidder
is not able to
submit
t
h
e
certificate from practicing
C
h
a
r
t
e
r
e
d
A
cc
oun
t
a
n
t
certifying its financial
parameters,
the audited
r
e
s
u
l
t
s
for the
three (03) consecutive financial years
pr
e
c
e
d
i
n
g
the last financial
year shall be considered for
e
v
a
l
u
a
t
i
n
g
the financial
parameters.
Further, a certificate
w
ou
l
d
be required from
CE
O
/
C
F
O
as per the
format
e
n
c
l
o
s
e
d
in the bidding document stating that the
financial results of the company are under audit as on the
d
a
t
e
of
T
e
c
hno
-
c
o
mm
e
r
c
i
a
l
bid opening and the
c
e
r
t
i
f
i
c
a
t
e
from the
practicing
C
h
a
r
t
e
r
e
d
A
cc
oun
t
a
n
t
certifying financial
parameters
is not
a
v
a
il
a
b
l
e
Notes:
(i) Net worth means the sum total of the paid up
share
capital
and free reserves. Free reserve means all reserves
credited out of the profits and share
pr
e
m
i
u
m
account, but does
not include reserves credited out
o
f
the revaluation of the
assets, write back of
d
e
pr
e
c
i
a
t
i
on
provision and amalgamation.
Further any debit
b
a
l
a
n
c
e
of Profit and
L
o
ss
account and
miscellaneous
e
x
p
e
n
s
e
s to the extent not adjusted or written off,
if may, shall be reduced from reserves and surplus.
(ii) Other income shall not be considered for arriving
a
t
annual
turnover
f
i
g
ur
e
s.
(iii) Holding
C
o
m
p
a
n
y
and “Subsidiary
C
o
m
p
a
n
y
shall have the
meaning ascribed to them as per
C
o
m
p
a
n
i
e
s
A
c
t
of
I
nd
i
a
.
(iv) For
A
nnu
a
l
T
urno
v
e
r
indicated in foreign
c
urr
e
n
c
y
,
the exchange
rate as on seven (07) days prior to
t
h
e
date of techno-commercial
bid opening shall be
u
s
e
d
.
(v)
Bidder
must submit requisite credentials in
s
uppor
t
of having
met the qualifying
r
e
qu
i
r
e
m
e
n
t
s
,
along
w
i
t
h
the technical offer.
C
r
e
d
e
n
t
i
a
l
s
may include:
P
ur
c
h
a
s
e
O
rd
e
r
/
Work Order copies,
‘Work
C
o
m
p
l
e
t
i
on
/
P
e
r
f
or
m
a
n
c
e
C
e
r
t
i
f
i
c
a
t
e
from the
End user.
12.0 Notwithstanding anything stated above, the Employer reserves the
right to undertake a physical assessment of the capacity and
capabilities including financial capacity and capability of the
Bidder / his Collaborator(s) / Associate(s)/ Subsidiary(ies) /Group
5
Company(ies) to perform the Contract, should the circumstances
warrant such assessment in the overall interest of the Employer.
The physical assessment shall include but not be limited to the
assessment of the office/facilities/banker’s/reference works by the
Employer. A negative determination of such assessment of capacity
and capabilities may result in the rejection of the Bid.
The above right to undertake the physical assessment shall be
applicable for the qualifying requirements stipulated above.
13.0 NTPC reserves the right to reject any or all bids or cancel/withdraw
the NIT for the subject package without assigning any reason
whatsoever and in such case no bidder/intending bidder shall have any
claim arising out of such action.
14.0 Issuance of Bidding Documents to any bidder shall not construe that
bidder is considered qualified.
15.0 Participation in the tender does not automatically mean that
the bidders are considered qualified. NTPC shall evaluate the
qualifying requirements of each bidder as per NIT after opening of
Technical Commercial bids and the bids of the bidder who is not
meeting the qualifying requirement shall be treated as non-
responsive.
16.0 Address for Communication:
AGM (C&M),
NTPC Limited, SSC(C&M), ER-I, Barh STPP
SSC Main Building, P.O.- NTPC Barh S.O.
Barh, Distt.- Patna (Bihar) – 803215
Email ID:
vppandey@ntpc.co.in/ krprajan@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
or
www.ntpc.co.in
6
E.F.T. Form
ANNEXURE 1
To,
SR. MANAGER(PURCHASE)
NTPC LIMITED, Barh STPP
P.O. – Barh STPP, DISTT. – PATNA,BIHAR, PIN –803213
We, hereby authorise NTPC Ltd., Scope Complex, Lodi Road, New Delhi to
make all our payments through Electronic Fund Transfer System. The
details for facilitating the payments are given below:
1. NAME OF THE BENEFICIARY
2. ADDRESS
PIN CODE
3. TELEPHONE NO. (WITH STD CODE)
4. BANK PARTICULARS: A. BANK NAME
B. BRANCH ADDRESS
PIN CODE
C. 9 DIGIT MICR CODE OF THE BANK BRANCH
D. 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH
E. BANK ACCOUNT NUMBER ( MEN
TIONE TYPE OF ACCOUNT CA/SA/….
)
5. PERMANENT ACCOUNT NUMBER ( PAN )
6. E-MAIL Address for intimation regarding release of payments
I / We hereby declare that the particulars given above are correct and
complete. If the transaction is delayed or credit is not effected at all
for reasons of incomplete or incorrect information, I / We would not hold
the Company responsible.
(SIGNATURE OF AUTHORISED
SIGNATORY)
-------------------------------------------------------------------------
-------------------------------------------------------------------------
------------
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a bank account no.
……………………………………………….. with our branch and the Bank particulars mentioned
above are correct.
SIGNATURE
7
DATE
(AUTHORISED
SIGNATORY)
Authorisation No.………….
OFFICIAL STAMP
Note:Pls Email the scan copy of Filled in form , PAN card and cancel
cheque to krprajan@ntpc.co.in / itiarchana@ntpc.co.in / for advance
action AND FORWARD Filled EFT form verified by Banker and to be submitted
with hard copy of a Cancelled cheque, Photo copy of PAN card.