NTPC Limited eProcurement Portal
Tender Details
Date : 03-Aug-2020 11:29 AM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900205842
Tender ID 2020_NTPC_39575_1
Tender Type Open Tender Form of contract Service
Tender Category Services No. of Covers 3
General Technical
Evaluation Allowed
Yes [Compliance Required]
ItemWise Technical
Evaluation Allowed
No
Payment Mode Online
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
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
EMD AND
TENDER FEE /
MSME
DOCUMENTS
.pdf
INTEGRITY
PACT
.pdf
POWER OF
ATTORNEY
2 PreQual/Technical .pdf
BID FORM
WITH
ATTACHMENTS
.pdf ATTACHMENT11
.pdf
QR REFERENCE
WORKS
.pdf
FINANCIAL
STATEMENTS
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * -
22,500]
Tender Fee in ₹
22,500
Fee Payable To NTPC
Limited
Fee Payable At Payable
At
Tender Fee
Exemption
Allowed
Yes
EMD Fee Details
EMD Amount in ₹ 1,00,00,000 EMD through
BG/ST or EMD
Exemption
Allowed
Yes
EMD Fee Type fixed EMD Percentage NA
EMD Payable To NTPC
Limited
EMD Payable At Payable
At
Work /Item(s)
Title NTPC SIMHADRI TRANSPORTATION OF POND ASH FROM ASH DYKES FOR AP R AND BROAD
PROJECT CONSTRUCTION 4 LANE BYEPASS TO VIZIANAGARAM TOWN OF OLDNH43
Work Description NTPC SIMHADRI TRANSPORTATION OF POND ASH FROM ASH DYKES FOR AP R AND BROAD
PROJECT CONSTRUCTION 4 LANE BYEPASS TO VIZIANAGARAM TOWN OF OLDNH43
Pre Qualification
Details
As per tender documents
NA
Page 1 of 3
NTPC Limited eProcurement Portal
8/3/2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
Independent
External
Monitor/Remarks
Show Tender Value
in Public Domain
No
Tender Value in ₹ 53,08,98,953 Product Category Serv -
Others
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
120
Location Simhadri Thermal Power
Project P.O. SIMHADRI
VISAK
Pincode 531020 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 03-Aug-2020 01:00 PM Bid Opening Date 26-Aug-2020 03:00 PM
Document Download / Sale
Start Date
03-Aug-2020 02:00 PM Document Download / Sale End
Date
25-Aug-2020 12:00 PM
Clarification Start Date 03-Aug-2020 02:00 PM Clarification End Date 17-Aug-2020 09:00 AM
Bid Submission Start Date 03-Aug-2020 03:00 PM Bid Submission End Date 25-Aug-2020 12:00 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf IFB 1003.56
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents tenderdocuments.pdf SECTION I TO V 5505.45
2 BOQ BOQ_42602.xls pRICE bID 350.50
3 Additional Documents bidform.rar BID FORM 149.18
4 Additional Documents INTEGRITYPACT.pdf INTEGRITY PACT 4466.24
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 Do you accept NTPC Safety Rules Yes Yes
2.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
3.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
Yes Yes
4.0 Do you certify full compliance on Qualifying Requirements Yes Yes
5.0 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. satishkolluri@ntpc.co.in KOLLURI SATISH KOLLURI SATISH
3. charikumar@ntpc.co.in Harikumar C CHERIYIL HARI KUMAR
4. dsrinivas01@ntpc.co.in SRENIVAS DAVERA DAVERA SRENIVAS
Tender Inviting Authority
Name AGM
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By Harikumar C
Page 2 of 3
NTPC Limited eProcurement Portal
8/3/2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
Designation AGM
Created Date 03-Aug-2020 10:53 AM
Page 3 of 3
NTPC Limited eProcurement Portal
8/3/2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
Page
1
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
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
9
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:
Sl.No
Particulars
Details
1.
Name of the Package
TRANSPORTATION OF POND ASH FROM ASH DYKES OF NTPC
-
SIMHADRI
FOR AP R&B ROAD PROJECT - CONSTRUCTION 4 LANE BYEPASS TO
VIZIANAGARAM TOWN OF NH-43 (NEW NH-26).
2.
Location of Contract
NTPC Simhadri
3.
Qualifying Requirements
AS PER ANNEXURE I ATTACHED
4.
Maximum number of
reference work, bidders can
submit for meeting the
Technical QR
03
5.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
6.
Scope of Work
May please refer Section V of bidding documents.
7.
Completion Period/ Duration
of Contract
Contract Service Period shall be
4
months
from the date of start of work
.
8.
Defect Liability Period
Not applicable
9.
Price Bid
The Bidder shall quote
% above or below the published rates
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 GST is not mentioned, GST shall be considered as inclusive of the quoted
rates.
10.
Required Offline Documents
The following Attachments to Bid Form of Section VII of bidding documents shall be
submitted OFFLINE.
a) Attachment 1: Earnest Money Deposit in the form of BG should be submitted
offline. Bidders also have an option to directly pay EMD online in the
tendering portal while submitting the bid.
EMD shall be submitted through any one of the instruments as applicable in
the e Procurement Portal only. EMD in other forms is not acceptable.
OFFLINE document need not be submitted if exemption from payment is availed
as per ITB Clause 31.0 / MSE certificate as per MSMED Act 2012 (if applicable)
in accordance with ITB Clause and clause no 11 and 18 of IFB (Scanned Copy to
be uploaded in the portal)
OR
In case it is paid through on-line payment (if available) (Scanned Copy to be
uploaded in the portal)
b) Attachment 2 : Authority to Sign the bid.
c) Attachment 7 : Electronic Fund Transfer (EFT) Form
d) Integrity Pact
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: -
Page
3
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
(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
(d) SFMS message must be sent to the Employer’s bank whose details are
mentioned in Bidding documents
11.
Tender Fee & EMD
EMD Amount (INR).
1
0,0
00,000/
-
(Rupees
One
crore
Only)
Tender Fee Amount (INR):22,500/- (Rupees Twenty two Thousand and Five
Hundred Only)
Micro and Small Enterprises (MSEs) having Udyam Registration for goods
produced and services rendered, shall be issued the bid documents free of cost and
shall be exempted from paying Earnest Money Deposit.
However, Micro and Small Enterprises (MSEs) registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small
and Medium Enterprises as per MSMED Act 2012, can avail the MSE benefits up to
31.03.2021, provided they submit a certification by a Practicing Chartered
Accountant, for investment in plant & machinery/equipment, audited turnover and
classification of the bidder as MSME as per MSME Notification S.O. 2119 (E) dated
26th June 2020, in the format appended as Annexure-C below. They should also
submit the MSE documents along with the above certificate from chartered
accountant.
Summary: To avail MSE benefits for Tender Fee, EMD exemption
and purchase preference, bidders are required to submit any one
of the following:
Udyam Registration Certificate
OR
Certification of MSE from any other body as specified above +
Certificate from Practicing Chartered Accountant
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 Basis
13.
Security Deposit
As per GCC Unless otherwise specified in Section V of bidding documents
14.
Payment Terms
As per GCC Unless
otherwise specified in Section V of bidding documents
15.
Liquidated Damages for
Delay
As per GCC Unless otherwise specified in Section V of bidding documents
16.
Contract Category
Service Contract.
Non
-
Overhauling Contract
.
17.
Order Placement
Splitting is
applicable. Refer Annexure I to ITB for award criteria
18.
Evaluation of bids & Purchase
Preference
NTPC shall allow purchase preference, as indicated in the bidding
documents(ITB).For order preference, MSE guidelines mentioned in ITB Clause
31.0 read in conjunction with ITB Clause 32.0 “Preference to Make in India and
granting of purchase preference to local suppliers” mentioned in Annexure-
I to ITB,
shall be applicable as mentioned in Special Conditions of Contracts (SCC)
The bidders may apprise themselves of the relevant provisions of bidding documents
in this regard before submission of their bids.
Page
4
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
Bidders seeking the purchase preference should necessarily upload relevant
documents in etender portal.
The relent clause in ITB 31.0 and 32.0 are modified as below
Government of India through Ministry of Micro, Small and Medium Enterprises, Vide
MSME Notification S.O. 2119 (E) dated 26th June 2020, has reclassified MSME,
w.e.f 1st July 2020. For availing MSE benefits for Tender Fee, EMD exemption and
purchase preference, the bidders are required to submit the Udyam Registration
Certificate, as a proof of being a MSE.
However, Micro and Small Enterprises (MSEs) registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small
and Medium Enterprises as per MSMED Act 2012, can avail the MSE benefits up to
31.03.2021, provided they submit a certification by a Practicing Chartered
Accountant, for investment in plant & machinery/equipment, audited turnover and
classification of the bidder as MSME as per MSME Notification S.O. 2119 (E) dated
26th June 2020, in the format appended as Annexure-C below. They should also
submit the MSE documents along with the above certificate from chartered
accountant.
Summary: To avail MSE benefits for Tender Fee, EMD exemption
and purchase preference, bidders are required to submit any one
of the following:
1. Udyam Registration Certificate
OR
Certification of MSE from any other body as specified above +
Certificate from Practicing Chartered Accountant
19.
Minimum Local Content
100
%. To avail purchase preference with
regard to Local Content, bidder shall
submit Attachment-11 to Bid form (Section-7) through Tendering Portal.
20.
Cost of Owner Issue material
NOT APPLICABLE.
21.
Pre
-
Bid Conference
As per tender documents.
22.
Integrity Pact
Bidders are required to unconditionally accept the "Integrity Pact (IP)" (executed on
plain paper) as per formats and submit the same duly signed on all pages by the
Bidder's Authorized signatory along with the bid. The Integrity Pact (IP) is to be
submitted in a separate sealed envelope as per provision of ITB.
OR
Integrity Pact (digitally Pre-signed by the Employer), shall be digitally signed by all
the Executants and submitted by the Bidder in ‘Fee Cover’. In such cases, the
signature of Witnesses in the Integrity Pact shall not be required
Bidder's failure to comply with the EITHER OF THE aforesaid requirement
regarding submission of 'Integrity Pact (IP)' shall lead to outright rejection of
the bid and in such case the bids shall not be opened.
23.
Independent External
Monitors (IEM)s
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 Independent External Monitor(s) (IEMs) as mentioned at NTPC tender website
(www.ntpctender.com) under Integrity Pact tab have been appointed by NTPC, in
terms of Integrity Pact (IP) which forms parts of the NTPC Tenders/Contracts.
This panel is authorized to examine / consider all references made to it under this
tender. The bidder(s), in case of any dispute(s) / complaint(s) pertaining to this
package may raise the issue either with the designated 'Nodal Officer' in NTPC or
Page
5
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
directly with the IEMs address:
The IEMs’ Secretariat
Contract Services,
6th Floor, EOC NTPC Limited,
A-8A, Sector-24 Noida – 201301 (UP)
The Independent External Monitors (IEMs) has the right to access without restriction
to all Project documentations of the Employer including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his Project
Documentations. The same is applicable to Subcontractors. The Monitor is under
contractual obligation to treat the information and documents of the Bidder/
Contractor/ Sub-Contractors/ JV partners/ Consortium member with confidentiality.
The Nodal Officer for necessary coordination in this regard shall be as under:
(i)
GM(CS)/AGM(CS) heading : If the issue pertains to the
concerned group Contract Services
(ii)
Head of Contracts & : If the issue pertains to Materials
Department regional office
(iii)
Head of concerned : If the issue pertains to department
other departments
(iv)
Head of Project : If the issue pertains to Project / Station
24.
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 Address
Deepanjali Nagar
, 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. Tender documents are non-transferable. No bidder other than the original bidder in whose name the tender documents are sold
before Bid Submission End Date and Time can submit the offer.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. 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.
F. 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
6
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure I to IFB
1.0 Technical Criteria:
1.1 The bidder should have executed the following work(s) within the preceding seven (07) years prior to the date of
scheduled techno-commercial bid opening having executed value of at least Rs 42.47 crore (Rupees Forty two
Crore & forty seven Lakhs Only) :
Route-1
a) Transportation by road (with or without loading/unloading) of Ash /Coal/Overburden/ soil/earth/sand/
aggregate/ stones/ ballast/ ore/minerals/any other loose material or a combination of any of the above in
maximum 3 contracts.
OR
Route-2
b) Civil Work(s) including “excavation / banking/ embankment/filling using earth/ash/sand including
carriage/disposal using mechanized means” in maximum 3 contracts. Further to it, the bidder should have
executed the earth/ ash / sand work of quantity minimum 3.39 Lakhs Cubic Meter in single contract in any of the
above referred 3 contracts.
Note for route-2: For executed quantity, any combination of the excavation / banking/ embankment/filling
works with any combination of earth/ash/sand will be considered.
2.0 Financial Criteria:
2.1 The average annual turnover of the Bidder, shall not be less than INR 53.09 crores (Rupees Fifty three crore and
nine lakhs only) in the preceding three (3) financial years, reckoned as on the date of Scheduled Techno-
commercial bid opening.
2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl.2.1 above on its own, its holding company
would be required to meet the stipulated turnover requirements at Cl. 2.1 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
Scheduled techno-commercial bid, a Letter of Undertaking from the holding company, supported by 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 bidder shall not be less than 100% of the bidder’s paid up share capital as on the last day of the
preceding financial year. In case the Bidder meets the requirement of Net worth based on the strength of its
Subsidiary (ies) and/or Holding Company and/or Subsidiaries 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 their 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 un audited
unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes
the following documents in substantiation of its qualification.
Page
7
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
a. Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited
consolidated financial statements of the Holding Company.
b. 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 Report of the
company
2.5 In cases where audited results for the last financial year as on the date of scheduled 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 as per the format enclosed in the bidding documents staring that the Financial results of the Company are
under audit as on the date of Scheduled techno-commercial bid opening and the Certificate from
the practicing Chartered Accountant certifying the financial parameters is not available.
NOTES:
a. 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.
b. Other income shall not be considered for arriving at annual turnover.
c. “Holding Company” and “Subsidiary Company shall have the meaning ascribed to them as per Companies
Act of India.
d. For arriving at the executed value of work specified at 1.1 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.
e. 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.
f. The word “executed” mentioned at clause 1.1 above means; bidder should have achieved the criteria specified in
above QR even if the total contract is not completed / closed.
g. The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0 above.
.
Page
8
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-A
Format of Undertaking for Bank Guarantee
(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.
Page
9
of
9
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure C
Certificate by Chartered Accountant on letterhead
This is to certify that M/s---------------- , (hereinafter referred to as 'company’) having its registered
office at ----------------------------------------------------------- is registered under MSMED Act 2006,
(UAM/NSIC/Entrepreneur Memorandum No (Part-II)/any other---------- dtd------, Category: ----------
-------------------- (Micro/Small/Medium). (Copy enclosed).
Further verified from the Books of Accounts that the investment of the company as on date-----------as per
MSMED Act 2006 is as follows:
1.For Manufacturing Enterprises: Investment in plant and machinery (As specified by the Mnistry of
Small Scale Industries vide its notification No.S.O.1722(E) dated October 5/2006 is INR ---------
crores
2.For Service Enterprises: Investment in equipment (As notified under the MSMED Act, 2006) is
INR ------------Crores
The turnover of the Company for FY---------is INR------- Crores.
This is further certified that the above Turnover is in line with the Turnover declared by the Company
in their Income Tax Returns filed under PAN No: --------------
The above investment of INR ------------Crores and turnover of INR---------------crores is within permissible
limit for Micro / Small /Medium (Strike off which is not applicable) Category as per MSME Notification
S.O. 2119(E) dated 26th June 2020.
Date:
Page 1 of 9
SECTION - I INVITATION FOR BIDS (IFB)
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 9
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:
Sl.No
Particulars
Details
1.
Name of the Package
TRANSPORTATION OF POND ASH FROM ASH DYKES OF NTPC-SIMHADRI
FOR AP R&B ROAD PROJECT - CONSTRUCTION 4 LANE BYEPASS TO
VIZIANAGARAM TOWN OF NH-43 (NEW NH-26).
2.
Location of Contract
NTPC Simhadri
3.
Qualifying Requirements
AS PER ANNEXURE I ATTACHED
4.
Maximum number of
reference work, bidders can
submit for meeting the
Technical QR
03
5.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
6.
Scope of Work
May please refer Section V of bidding documents.
7.
Completion Period/ Duration
of Contract
Contract Service Period shall be 4 months from the date of start of work.
8.
Defect Liability Period
Not applicable
9.
Price Bid
The Bidder shall quote % above or below the published rates 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 GST is not mentioned, GST shall be considered as inclusive of the quoted
rates.
10.
Required Offline Documents
The following Attachments to Bid Form of Section VII of bidding documents shall be
submitted OFFLINE.
a) Attachment 1: Earnest Money Deposit in the form of BG should be submitted
offline. Bidders also have an option to directly pay EMD online in the
tendering portal while submitting the bid.
EMD shall be submitted through any one of the instruments as applicable in
the e Procurement Portal only. EMD in other forms is not acceptable.
OFFLINE document need not be submitted if exemption from payment is availed
as per ITB Clause 31.0 / MSE certificate as per MSMED Act 2012 (if applicable)
in accordance with ITB Clause and clause no 11 and 18 of IFB (Scanned Copy to
be uploaded in the portal)
OR
In case it is paid through on-line payment (if available) (Scanned Copy to be
uploaded in the portal)
b) Attachment 2 : Authority to Sign the bid.
c) Attachment 7 : Electronic Fund Transfer (EFT) Form
d) Integrity Pact
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: -
Page 3 of 9
SECTION - I INVITATION FOR BIDS (IFB)
(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
(d) SFMS message must be sent to the Employer’s bank whose details are
mentioned in Bidding documents
11.
Tender Fee & EMD
EMD Amount (INR). 10,000,000/- (Rupees One crore Only)
Tender Fee Amount (INR):22,500/- (Rupees Twenty two Thousand and Five
Hundred Only)
Micro and Small Enterprises (MSEs) having Udyam Registration for goods
produced and services rendered, shall be issued the bid documents free of cost and
shall be exempted from paying Earnest Money Deposit.
However, Micro and Small Enterprises (MSEs) registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small
and Medium Enterprises as per MSMED Act 2012, can avail the MSE benefits up to
31.03.2021, provided they submit a certification by a Practicing Chartered
Accountant, for investment in plant & machinery/equipment, audited turnover and
classification of the bidder as MSME as per MSME Notification S.O. 2119 (E) dated
26th June 2020, in the format appended as Annexure-C below. They should also
submit the MSE documents along with the above certificate from chartered
accountant.
Summary: To avail MSE benefits for Tender Fee, EMD exemption
and purchase preference, bidders are required to submit any one
of the following:
Udyam Registration Certificate
OR
Certification of MSE from any other body as specified above +
Certificate from Practicing Chartered Accountant
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 Basis
13.
Security Deposit
As per GCC Unless otherwise specified in Section V of bidding documents
14.
Payment Terms
As per GCC Unless otherwise specified in Section V of bidding documents
15.
Liquidated Damages for
Delay
As per GCC Unless otherwise specified in Section V of bidding documents
16.
Contract Category
Service Contract. Non-Overhauling Contract.
17.
Order Placement
Splitting is applicable. Refer Annexure I to ITB for award criteria
18.
Evaluation of bids & Purchase
Preference
NTPC shall allow purchase preference, as indicated in the bidding
documents(ITB).For order preference, MSE guidelines mentioned in ITB Clause
31.0 read in conjunction with ITB Clause 32.0 “Preference to Make in India and
granting of purchase preference to local suppliers” mentioned in Annexure-I to ITB,
shall be applicable as mentioned in Special Conditions of Contracts (SCC)
The bidders may apprise themselves of the relevant provisions of bidding documents
in this regard before submission of their bids.
Page 4 of 9
SECTION - I INVITATION FOR BIDS (IFB)
Bidders seeking the purchase preference should necessarily upload relevant
documents in etender portal.
The relent clause in ITB 31.0 and 32.0 are modified as below
Government of India through Ministry of Micro, Small and Medium Enterprises, Vide
MSME Notification S.O. 2119 (E) dated 26th June 2020, has reclassified MSME,
w.e.f 1st July 2020. For availing MSE benefits for Tender Fee, EMD exemption and
purchase preference, the bidders are required to submit the Udyam Registration
Certificate, as a proof of being a MSE.
However, Micro and Small Enterprises (MSEs) registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified by Ministry of Micro, Small
and Medium Enterprises as per MSMED Act 2012, can avail the MSE benefits up to
31.03.2021, provided they submit a certification by a Practicing Chartered
Accountant, for investment in plant & machinery/equipment, audited turnover and
classification of the bidder as MSME as per MSME Notification S.O. 2119 (E) dated
26th June 2020, in the format appended as Annexure-C below. They should also
submit the MSE documents along with the above certificate from chartered
accountant.
Summary: To avail MSE benefits for Tender Fee, EMD exemption
and purchase preference, bidders are required to submit any one
of the following:
1. Udyam Registration Certificate
OR
Certification of MSE from any other body as specified above +
Certificate from Practicing Chartered Accountant
19.
Minimum Local Content
100%. To avail purchase preference with regard to Local Content, bidder shall
submit Attachment-11 to Bid form (Section-7) through Tendering Portal.
20.
Cost of Owner Issue material
NOT APPLICABLE.
21.
Pre-Bid Conference
As per tender documents.
22.
Integrity Pact
Bidders are required to unconditionally accept the "Integrity Pact (IP)" (executed on
plain paper) as per formats and submit the same duly signed on all pages by the
Bidder's Authorized signatory along with the bid. The Integrity Pact (IP) is to be
submitted in a separate sealed envelope as per provision of ITB.
OR
Integrity Pact (digitally Pre-signed by the Employer), shall be digitally signed by all
the Executants and submitted by the Bidder in ‘Fee Cover’. In such cases, the
signature of Witnesses in the Integrity Pact shall not be required
Bidder's failure to comply with the EITHER OF THE aforesaid requirement
regarding submission of 'Integrity Pact (IP)' shall lead to outright rejection of
the bid and in such case the bids shall not be opened.
23.
Independent External
Monitors (IEM)s
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 Independent External Monitor(s) (IEMs) as mentioned at NTPC tender website
(www.ntpctender.com) under Integrity Pact tab have been appointed by NTPC, in
terms of Integrity Pact (IP) which forms parts of the NTPC Tenders/Contracts.
This panel is authorized to examine / consider all references made to it under this
tender. The bidder(s), in case of any dispute(s) / complaint(s) pertaining to this
package may raise the issue either with the designated 'Nodal Officer' in NTPC or
Page 5 of 9
SECTION - I INVITATION FOR BIDS (IFB)
directly with the IEMs address:
The IEMs’ Secretariat
Contract Services,
6th Floor, EOC NTPC Limited,
A-8A, Sector-24 Noida 201301 (UP)
The Independent External Monitors (IEMs) has the right to access without restriction
to all Project documentations of the Employer including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his Project
Documentations. The same is applicable to Subcontractors. The Monitor is under
contractual obligation to treat the information and documents of the Bidder/
Contractor/ Sub-Contractors/ JV partners/ Consortium member with confidentiality.
The Nodal Officer for necessary coordination in this regard shall be as under:
(i)
GM(CS)/AGM(CS) heading : If the issue pertains to the
concerned group Contract Services
(ii)
Head of Contracts & : If the issue pertains to Materials
Department regional office
(iii)
Head of concerned : If the issue pertains to department
other departments
(iv)
Head of Project : If the issue pertains to Project / Station
24.
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 Address
Deepanjali Nagar, 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. Tender documents are non-transferable. No bidder other than the original bidder in whose name the tender documents are sold
before Bid Submission End Date and Time can submit the offer.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. 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.
F. 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 6 of 9
SECTION - I INVITATION FOR BIDS (IFB)
Annexure I to IFB
1.0 Technical Criteria:
1.1 The bidder should have executed the following work(s) within the preceding seven (07) years prior to the date of
scheduled techno-commercial bid opening having executed value of at least Rs 42.47 crore (Rupees Forty two
Crore & forty seven Lakhs Only) :
Route-1
a) Transportation by road (with or without loading/unloading) of Ash /Coal/Overburden/ soil/earth/sand/
aggregate/ stones/ ballast/ ore/minerals/any other loose material or a combination of any of the above in
maximum 3 contracts.
OR
Route-2
b) Civil Work(s) including “excavation / banking/ embankment/filling using earth/ash/sand including
carriage/disposal using mechanized means” in maximum 3 contracts. Further to it, the bidder should have
executed the earth/ ash / sand work of quantity minimum 3.39 Lakhs Cubic Meter in single contract in any of the
above referred 3 contracts.
Note for route-2: For executed quantity, any combination of the excavation / banking/ embankment/filling
works with any combination of earth/ash/sand will be considered.
2.0 Financial Criteria:
2.1 The average annual turnover of the Bidder, shall not be less than INR 53.09 crores (Rupees Fifty three crore and
nine lakhs only) in the preceding three (3) financial years, reckoned as on the date of Scheduled Techno-
commercial bid opening.
2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl.2.1 above on its own, its holding company
would be required to meet the stipulated turnover requirements at Cl. 2.1 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
Scheduled techno-commercial bid, a Letter of Undertaking from the holding company, supported by 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 bidder shall not be less than 100% of the bidder’s paid up share capital as on the last day of the
preceding financial year. In case the Bidder meets the requirement of Net worth based on the strength of its
Subsidiary (ies) and/or Holding Company and/or Subsidiaries 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 their 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 un audited
unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes
the following documents in substantiation of its qualification.
Page 7 of 9
SECTION - I INVITATION FOR BIDS (IFB)
a. Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited
consolidated financial statements of the Holding Company.
b. 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 Report of the
company
2.5 In cases where audited results for the last financial year as on the date of scheduled 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 as per the format enclosed in the bidding documents staring that the Financial results of the Company are
under audit as on the date of Scheduled techno-commercial bid opening and the Certificate from
the practicing Chartered Accountant certifying the financial parameters is not available.
NOTES:
a. 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.
b. Other income shall not be considered for arriving at annual turnover.
c. “Holding Company and “Subsidiary Company shall have the meaning ascribed to them as per Companies
Act of India.
d. For arriving at the executed value of work specified at 1.1 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.
e. 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.
f. The word “executed” mentioned at clause 1.1 above means; bidder should have achieved the criteria specified in
above QR even if the total contract is not completed / closed.
g. The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and 2.0 above.
.
Page 8 of 9
SECTION - I INVITATION FOR BIDS (IFB)
Annexure-A
Format of Undertaking for Bank Guarantee
(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.
Page 9 of 9
SECTION - I INVITATION FOR BIDS (IFB)
Annexure C
Certificate by Chartered Accountant on letterhead
This is to certify that M/s---------------- , (hereinafter referred to as 'company) having its registered
office at ----------------------------------------------------------- is registered under MSMED Act 2006,
(UAM/NSIC/Entrepreneur Memorandum No (Part-II)/any other---------- dtd------, Category: ----------
-------------------- (Micro/Small/Medium). (Copy enclosed).
Further verified from the Books of Accounts that the investment of the company as on date-----------as per
MSMED Act 2006 is as follows:
1.For Manufacturing Enterprises: Investment in plant and machinery (As specified by the Mnistry of
Small Scale Industries vide its notification No.S.O.1722(E) dated October 5/2006 is INR ---------
crores
2.For Service Enterprises: Investment in equipment (As notified under the MSMED Act, 2006) is
INR ------------Crores
The turnover of the Company for FY---------is INR------- Crores.
This is further certified that the above Turnover is in line with the Turnover declared by the Company
in their Income Tax Returns filed under PAN No: --------------
The above investment of INR ------------Crores and turnover of INR---------------crores is within permissible
limit for Micro / Small /Medium (Strike off which is not applicable) Category as per MSME Notification
S.O. 2119(E) dated 26th June 2020.
Date: