NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
NTPC Limited
(A Government of India Enterprise)
SSC-ER-1, Barh, Patna
PO- NTPC Barh, Dist-Patna (Bihar)
N OTICE INVITING TENDER (NIT)/ INVITATION FOR BIDS (IFB)
(Domestic Competitive Bidding)
1. NTPC invites ONLINE bids from eligible Bidders for Rate Contract for "Maintenance of Power
Transformers, Service Transformers, Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I
& II) , through e- tender (https://eprocurentpc.nic.in) under Open Tender Single Stage Two Envelope
bidding process.
2. Brief Information of NIT :
NIT Subject
Rate Contract for "Maintenance of Power
Transformers, Service Transformers, Batteries and
Switchyard Equipments at NTPC Kahalgaon ( Stage-I
& II)
NIT No. /Date
NTPC/SSC-ER-I(Barh)/9900205721/046/1028 dtd
27.07.2020
Estimated Cost
Not to be displayed
Completion Period
12 months
NIT Publication date and time
Online Document download through GepNIC
site https://eprocurentpc.nic.in) (Sale) Start
Date & Time
28.07.2020, 10:00 Hrs
Source of IFB/NIT
SSC ER-1, NTPC, Barh
Contract Classification
Services
Start Date for seeking clarification
28.07.2020, 10:00 Hrs
Last Date for seeking clarification
05.08.2020 16:00 Hrs
Start Date and Time for Bid submission
28.07.2020 10:00 Hrs
Last Date and Time for Bid submission
11.08.2020, 16:00 Hrs
Technical Opening Date & Time
12.08.2020, 16:00 Hrs
Price Bid Opening Date
To be informed later
Cost of Bidding Documents
Rs.2250.00 including GST
EMD Amount in INR
Rs.2,00,000.00 (Rupees Two lakhs only) (For details
refer clause-5 as mentioned below).
3. Bidder can view/download the complete set of Bid document as per the following procedure.
Type of Vendor
Required Document for viewing/downloading our tender document
Vendors already having
GEPNIC vendor code and
Password
Follow Clause No-4 as below:
Vendors already having SAP
vendor code, but does not have
GEPNIC Login ID and Password
Step-1: The agency has to furnish duly filled Annexure-2 and register at
GEPNIC e-Procurement Portal with valid login ID mapped with Digital
signature.
Step-2 After compliance of step-1, Follow Clause No-4 as below
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
New Vendor neither having
any vendor code in SAP nor
any GEPNIC login id and
Password
Step-1 :The agency has to furnish the followings:
A.
Duly Filled Annexure-1 (format given below)
B.
PAN card scanned/photo copy (self Attested)
C.
EFT form(Format Given Below), duly filled and endorsed by
their banker, Cancelled Cheque
D.
Copy of PF Documents
E.
GST Registration
F.
ESI Code / Undertaking for ESI
All these should reach us at least seven working days prior to Last
Date of Tender Fee Payment.
Step-2 After compliance of step-1, Follow Clause No-4 as below.
4. Mode of Payment for purchase of tender document:
a) On-Line:
Vendors can view/download the tender document after logging in our e-tender site by clicking on “NTPC e-
Tender” in home page of h ttps://eprocurentpc.nic.in
After logging in to our e-tender site as mentioned above, the interested bidder can pay the tender fee as
mentioned in the Tender Details” and “Guidelines to Bidders” which are available on the CPP portal.
In case of any difficulty, please contact help desk no- 180030702232, Mobile no. 7878007972 and
7878007973. Presently, submission of tender fee -online mode / EMD in offline/online mode
b) Exemption on Cost of Tender Document: NOT Applicable.
c) Tender fee is non-refundable.
5. Bid Security: (EMD):
1. The scan copy of on-line payment receipt/ MSE Benefit Certificate(if applicable) and MSE Undertaking
/Declaration(if applicable) shall be attached at the designated place. Except bank guarantee, NO offline
payment (like DD/BC,etc) is allowed.
2. Offline payment is allowed only for Bank Guarantee(BG). In case of BG, it should be sent in a sealed
envelope, super scribed on the 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.
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
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 at
Annexure-A
SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding
documents.
SFMS confirmation 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.
Instruments for EMD / Tender Documents Fee.
i) E-Payment : EMD / Tender Documents Fee (If applicable) may be paid through E-payment on
GePNIC portal. Upon successful E-payment on the portal or Online Payment, an e-receipt shall be
issued to the bidder by the system, a copy of which is to be online submitted by the bidder at GePNIC
portal.
While paying through E-payment, bidder should mention the NIT / Tender No (9900XXXXXX) as
reference and the same should be mentioned on self generated e-receipt.
There is no need to submit E-receipt physically at SSC ER-I NTPC Barh.
ii) Bank Guarantee (BG): In case Bid Security is submitted by way of Bank Guarantee (BG), the same
should be valid for 225 days from the date of Opening of Techno-commercial offer.
The BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate value as per Stamp Act
prevailing in the State(s) where the BG is submitted or is to be acted upon or the rate prevailing in
the State where the BG is executed, whichever is higher.
The Stamp Duty applicable in Bihar is INR 1000/-.
iii) EMD / Tender Fee Exemption (Benefits to MSEs) (Reference Clause 31.0 of ITB): Not Applicable
For availing MSE benefits for purchase preference, bidder shall confirm that they are manufacturer of all
the item(s) specified in the bidding documents, which are a pre requisite for extending MSE benefits of
purchase preference. In case, Bidder is not a manufacturer of all such items which are a pre-requisite for
extending MSE benefits of purchase preference, but is a manufacturer of at least one of the item(s) of the
package, then benefits of EMD and Tender fee exemption only shall be extended in such cases and
its bid shall be evaluated / treated as Non-MSE bid. In support of above claim regarding
manufacturing of each of the specified Item(s), Bidder will furnish necessary details of Stores/ Category
of items etc. as mentioned in the MSE registration certificate along with the above Undertaking. In case,
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
such details are not available in the Registration Certificate furnished by the Bidder for any of the above
item(s), other relevant details / documentary evidence will be furnished along with the Undertaking
in support of the claim that such item(s) are manufactured by the Bidder. Format for declaration /
undertaking by bidder at Annexure-A2
Benefits to MSEs are applicable only for (1) Goods produced and (2) Services provided by MSEs.
MSE benefits shall not be applicable to Trader/Dealer of Goods. Further, MSE benefits shall also
not be applicable for Works Contracts.
The registered bidders, who wish to submit valid MSE registration documents, other than Udyam
Certificate, as a proof of being a MSE, shall submit a certificate by a Practicing Chartered
Accountant, for investment in plant & machinery/equipment, audited turnover and classification
of the bidder as MSME as per MSME in the format appended at Annexure-I.
MSE bidders seeking Exemption from EMD / Tender Fee must online submit the following:
Valid MSE Certificate / Document/ Annexure-1 as above.
In case of MSEs availing ‘EMD and tender fee’ exemption based on relevant certificates of MSEs and
undertaking as elaborated above submitted by them, it will be deemed that MSE benefits (for EMD
and tender fee) have been extended provisionally. The evaluation of bid as MSE shall be done only
after detailed scrutiny/evaluation of documents submitted by MSEs for availing ‘EMD and tender fee’
benefit. If the documents submitted for availing MSE benefits found in Non Compliance, the bid
submitted by the concerned bidder shall be rejected and shall not be evaluated further.
Bidder’s 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 Employer’s Beneficiary Bank whose details are provided
herein below:
Beneficiary Bank details are provided herein below:
I
Bank Name
State Bank of India
Ii
Branch
NTPC Barh Campus
Iii
Bank Address
Barh STPP, PO- NTPC Barh Campus, Dist- Patna, Bihar 803215.
Iv
IFSC Code
SBIN0010085
Bidders are advised to ensure that the message is sent by their Bankers and the Bidders must
submit the reference details as part of the bid with the EMD.
Exemptions:
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
(i) 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 or Directorate of Handicrafts or Udyog Aadhar registered vendor and Handloom 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.
Bidder’s 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 Employer’s Beneficiary Bank whose details are
provided herein below:
IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/CWPRS/CWC and other Govt. Institutes/agencies (excluding PSUs)
are also exempted from submission of EMD.
a) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
b) The Bid Security shall be forfeited in any of the following circumstances by the Owner without any
notice or proof of damage to the Owner:
i. If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder in
the Bid Proposal.
ii. 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.
iii. 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.
iv. 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.
v. 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.
vi. If the bidder / their representative commit any fraud while competing for this contract pursuant to
Fraud prevention policy of NTPC.
c) No interest shall be payable by NTPC on the Bid Security.
d) ANY BID NOT ACCOMPANIED BY A BID SECURITY, SHALL BE REJECTED BY THE EMPLOYER AS BEING
NON RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING OPENED.
6. No Deviation Certificate:
“No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.”
The acceptance of above is an attribute of the on line Bid Invitation and the Bidders are required to
confirm acceptance of Compliance to All Provisions of Bidding Documents (NIL Deviation
Certificate) online. Only after acceptance of the above condition the bidder shall be allowed to
submit the bid.
In case any deviations, variations and additional conditions are found anywhere in the bid (Techno
Commercial Bid & Price Bid), the same shall not be given effect to in evaluation and it will be
considered that the bidder complies to all the terms and conditions of Bidding Documents without
any extra cost to the Owner irrespective of any mention to the contrary, anywhere in the bid, failing
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
which the Bid Security of the Bidder be forfeited.
7. Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or online through GepNIC site up to the time specified
as mentioned in the bidding document. The queries will be answered by NTPC and replied through
email/online through GepNIC site.
8. Qualifying Requirements of Bidders:
In addition to the requirements stipulated in Section ITB (Instructions to Bidders), the Bidder shall also
meet the Qualifying Requirements stipulated hereunder.
Sl No
QUALIFYING REQUIREMENTS
1.0
2.0
TECHNICAL CRITERIA:
The bidder should possess a valid Electrical Contractor’s License for 11 kV or higher
voltage issued by a Competent Statutory Authority (Central / State).
AND
The Bidder should have executed the work of “Maintenance/ Overhauling/
Erection & commissioning of Switchyard Equipments & Bays for a Power Station/
Transmission System having Switchyard/ Sub- station of 220 kV or more /Power
Transformers of 220 kV or more within preceding seven (07) years reckoned from the
date of Techno- commercial bid opening as per any of the following criteria:
i)
One executed work valuing not less than Rs. 105.31 Lakh (INR One Hundred Five
Lakhs and Thirty-one Thousands only)
OR
ii)
Two executed works, each valuing not less than Rs. 65.82 Lakh (INR Sixty-five Lakhs
and Eighty-two Thousands only)
OR
iii) Three executed works, each valuing not less than Rs. 52.65 Lakh (INR Fifty-two
Lakhs and Sixty-five Thousands only)
IMPORTANT: Works pertaining to Cable Laying/ Structural erection shall not be considered
for the purpose of QR evaluation.
Note:
The word “Executedmentioned 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.
3.0
FINANCIAL CRITERIA:
The Average Annual financial Turnover (AATO) of the bidder during preceding three (03)
consecutive Financial years prior to the date of techno- commercial bid opening should not be
less than Rs. 131.60 Lakhs (INR One Hundred Thirty-one Lakhs and Sixty Thousand
only).
3.1
In case a bidder does not satisfy the financial criteria, stipulated above 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 requested to furnish along with its Techno-Commercial bid, a Letter
of Undertaking from the Holding Company, supported by the Holding Company’s Board
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
Resolution, as per the format enclosed in the Bid Documents, pledging unconditional &
irrevocable financial support for the execution of the Contract by the Bidder in case of award.
3.2
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 the Holding Company.
ii) 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 Financial Statements of the Holding Company.
3.3
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 acceptable. In case, Bidder is not able to submit the
certificate from practicing Chartered Accountant certifying its financial parameters, the audited
results for 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
document 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.
3.4
Notes:
I. Bidder must submit documentary evidence issued by the owner, in support of having
met the Qualifying requirements, along with their Technical offer. These documentary
evidence may include:
Relevant Purchase Orders/ Work Orders copies.
Work Completion & Performance Certificate against submitted Purchase Orders / Work
Orders from the End user
II. In case of composite work/BOQ, the bidder shall have to furnish Certificate from owner
certifying the value of specific nature of work, as mentioned in Clause 1.0.
III. Other income shall not be considered for arriving at annual turnover figures.
IV. Holding Company” and “Subsidiary Company” shall have the meaning ascribed to
them as per Companies Act of India.
V. For Annual Turnover indicated in foreign currency, the exchange rate as on seven
(07) days prior to the date of techno-commercial bid opening shall be used.
9. Brief Description of items: Rate Contract for "Maintenance of Power Transformers, Service
Transformers, Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
10. Following documents must be uploaded online, failing which the offer shall be liable for rejection:
I. Qualifying Requirement: Total credential to fulfill all the criteria as mentioned in Qualifying
requirement of the NIT/IFB.
II. T echnical Bid:
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
a. All TECHNICAL DATA SHEETS as per the format provided in the tender document duly filled.
b. Any other data/information as sought in our tender document.
III. Company/Firm Details:
a. 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.
b. Memorandum and articles of association/photocopy of partnership deed/affidavit of
proprietorship.
IV. Copy of GST certificate.
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 (As per Annexure-X mentioned in
the bid document).
11. 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
bid and the bids of the bidder who is not meeting the qualifying requirement shall not be considered.
12. 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.
13. NTPC will not be responsible for any loss/late receipt/non-receipt of applications for tender
documents/bids due to any postal delay or delay, in any form, in transit.
14. 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.
15. Tender document is not transferable.
16. Package Co-ordinator:
(A)
Name: Ratnakar Behera
Designation: DGM(SSC-C&M)
Contact No.:9650992819
E-mail: ratnakar04@ntpc.co.in
(B) Name: Rakesh Kumar
Designation: AGM (SSCC&M)/Contracts
Contact No.:9471701256
E-mail: rakeshkumar16@ntpc.co.in
17. Address for Communication:
AGM(SSC- C&M)
Shared Service Centre (SSC-C&M), ER-1,
Barh STPP, NTPC Ltd.,
PO- NTPC Barh Campus, Dist- Patna, Bihar- 803215.
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
E .F.T. Form
Bidder’s Name and Address: To, NTPC Limited,
.............................................
.............................................
Dear Sirs,
We, hereby authorize the 0wner to make all our payments through Electronic Fund Transfer System. The
details for facilitating the payments are given below
( TO BE FILLED IN CAPITAL LETTERS)
1.
NAME OF THE BENEFICIARY
2.
ADDRESS
Pin Code
3 TELEPHONE NUMBER (WITH STD CODE)
4.
BANK PARTICULARS
(A)
BANK NAME
(B)
BANK TELEPHONE NO. (WITH STD CODE)
(C)
BRANCH ADDRESS
Pin Code
(D)
BANK FAX NO (WITH STD CODE)
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
(E)
BRANCH CODE
(F)
9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED
CHEQUE)
(G)
BANK ACCOUNT NUMBER
(H)
BANK ACCOUNT TYPE (TICK ONE)
SAVING
CURRENT
LOAN
CASH CREDIT
OTHERS
IF OTHERS, SPECIFY,
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 transaction is
delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We
would not hold the owner responsible.
DATE _
NAME ……………………………………………
SIGNATURE (AUTHORISED SIGNATORY)
OFFICE
STAMP
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.
DATE _
No.:....................................
SIGNATURE
(AUTHORISED SIGNATORY)
Authorization
NAME: _
OFFICE STAMP
NAME OF PACKAGE: Rate Contract for "Maintenance of Power Transformers, Service Transformers,
Batteries and Switchyard Equipments at NTPC Kahalgaon ( Stage-I & II)
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.