NTPC Limited
(A Government of India Enterprise)
SSC-C&M-SIMHADRI
NOTICE INVITING TENDER (NIT)
FOR
Procurement of 415V LT switchgear and Erection & commissioning at Stage-II AWRC Pump House
(Domestic Competitive Bidding)
Tender Ref No: 9900204161 Date: 04.08.2020
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 Procurement of 415V LT switchgear and Erection & commissioning
at Stage-II AWRC Pump House, as per the scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Procurement of 415V LT switchgear and Erection & commissioning at Stage-II AWRC
Pump House
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
05.08.2020
Source IFB/ NIT
SSC-C&M-SIMHADRI STPS
Contract Classification Supply & Erection
Last Date and Time for Bid Submission 18.08.2020, 15:30 Hrs
Techno Commercial Opening Date & Time 19.08.2020; 15:30 Hrs
Cost of Bidding Document in INR 1125/-
EMD in INR 1,00,000/-
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 Bid Security (EMD) and Tender Fee shall be submitted in a sealed envelope separately
offline 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.
6.0 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.
7.0 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-SR Simhadri 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.
8.0 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.
9.0 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 Visakhapatnam shall be
submitted in a sealed envelope separately offline by the stipulated bid submission
closing date and time at the address given below.
10.0 Qualifying Requirements:
10.1 Technical Criteria
1.1 The Bidder should have manufactured and supplied at least ten (10) nos. of Air
circuit breakers having breaking capacity of at least 45kA
1.2 The Bidder should have manufactured and supplied at least one (1) no. of LT
switchgear/LT MCC with fault rating of at least 45kA, having Draw out type Air
Circuit Breakers and Draw out type Motor modules and it should have been in
successful operation for a period not less than two(2) years
1.3 The Bidder should have executed order(s) for supply of 415V LT switchgears/Motor
Control Centre(MCC)/Power Control Centre (PCC) panels with order value as detailed
below in the preceding seven (7) years; reckoned as on date of technical-commercial bid
opening:
One order of value not less than Rs. 66.80 Lakhs.
OR
Two orders of value not less than Rs. 41.75 Lakhs each.
OR
Three orders of value not less than Rs.33.40 Lakhs each.
2.0 Financial Criteria:
2.1 The average annual turnover of the bidder, in the preceding three(03) financial
years; reckoned as on the date of techno-commercial bid opening shall not be less
than Rs.83.50 Lakhs (Rupees Eighty three lakhs and fifty thousand only).
3.0 Notes:
a) In case 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 Certificated 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/Proprieter/Partner that the financial
results of the Company are under audit as on the date of techno-commercial bid
opening and the certificate from practicing Chartered Accountant certifying the financial
parameters is not available.
b) For the purpose of arriving at the supplied value of work specified at 1.2 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.
c) Other income shall not be considered for arriving at annual turnover.
d) The value of the work completed in the preceding seven (07) years reckoned as on date
of technical bid opening, even if it has been started earlier, will only be considered for
establishing the qualifying requirements.
e) The work “executed”at 1.3 above means: bidder should have achieved the criteria
specified in the above QR even if the total contract is not completed/ closed.
f) The Bidders can be authorized dealer also if tender specific authorization
is given by a manufacturer, who meets the Q.R. In such case, the
documents in support of QR criteria 1.0 & 2.0 shall be of the
manufacturer.
g) The bidder should submit the documentary proof for establishing the QR requirements
at 1.0 and 2.0 above.
11.0 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
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.
12.0 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.
13.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
14.0 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.
15.0 Address for Communication:
AGM (C&M),
NTPC Limited,
Simhadri Super Thermal Power Station
SSC, Admin Building Annex
Via Parawada, PO NTPC – Simhadri
Visakhapatnam, A.P. – 531020
Email ID:
venkateswaraos@ntpc.co.in
/
asravani@ntpc.co.in
Websites:
https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in