NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICES CENTRE –KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
Lighting work for INTEGRATED SECURITY SYSTEM around PLANT boundary wall at
NTPC KAWAS
Tender Ref: 9900207549 Date: 03.09.2020
Bidding Document NO: C01137
1.0 NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding
basis” from eligible bidders for aforesaid package, as per the scope of work
briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
Supply and erection of Lighting Poles and LED light fixtures, Distribution boards,
cables and other accessories for illumination of INTEGRATED SECURITY
SYSTEM around Main PLANT boundary wall area at NTPC KAWAS.
3.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date 03.09.2020
Document sale Commencement Date 03.09.2020
Last date for receipt of queries from
bidders (if any)
18.09.2020
Last Date & time for Bid submission 24.09.2020 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time 25.09.2020 at 16:00 Hrs (IST)
Price bid Opening Date & time Shall be intimated separately.
Tender Fee INR 2655.00 (Rupees Two
Thousand Six Hundred Fifty Five
only)
Corrigendum (if any) shall be available on our e-tender website
https://eprocurentpc.nic.in only.
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,000,00.00
(Indian Rupees Two Lakhs only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the
address given below.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER
AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
ONLINE SUBMISSION OF EMD and TENDER FEE
The facility of submitting EMD and Tender fee through ONLINE MODE has been
made available at GePNIC portal for NTPC. Bidders who wish to use this facility
can avail the same in the e-procurement portal (GePNIC portal). Bidders availing
this facility are NOT required to submit documents of EMD and tender fee
physically (hardcopy).
6.0 Benefits of MSME bidders in respect of Tender Fee and Bid Security are NOT
applicable in line with clause 36 of section 2 Instruction to Bidders. NTPC shall
allow purchase preference, as indicated in the bidding documents, to bids from
local suppliers as defined in the bidding documents (refer clause 17 of Bid data
sheet and refer III-C-Annexure II to Bid Data Sheet). The bidders may apprise
themselves of the relevant provisions of bidding documents in this regard before
submission of their bids.
7.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying Requirements
stipulated hereunder:
7.1 Technical Criteria:
The bidder should have successfully executed the order(s) of Supply, Installation and
Commissioning of Street Lighting work(s) within preceding 07 (seven) years reckoned as on the
date of Techno-commercial bid opening in any of the following manner:
a. One (1) order having contract value not less than ₹ 130.00 Lakh
OR
b. Two (2) orders having contract value not less than ₹ 81.25 Lakh each
OR
c. Three (3) orders having contract value not less than ₹ 65.00 Lakh each.
Note:
1. The word “Executed" mentioned above means that the bidder should have achieved the
criteria specified above, even if the total contract is started earlier and/or is not
completed/closed.
2. In case of orders under execution, the value of work executed till the date of Techno-
commercial bid opening duly certified by owner shall be considered acceptable.
3. Reference work executed by the bidder as a sub-contractor may also be considered
provided that certificate issued by main contractor is duly certified by owner specifying
the scope of work executed by the sub-contractor in support of qualifying requirements.
7.2 Financial criteria:
7.2.1 The average annual turnover of the bidder should not be less than 162.50 Lakh
(Rupees One Hundred Sixty-Two Lakh and Fifty Thousand only) during the
preceding three (3) completed financial years as on the date of Techno-commercial bid
opening.
7.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 7.2.1 above
on its own, its holding company would be required to meet the stipulated turnover
requirements at Cl. 7.2.1 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 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.
7.2.3 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.
1. Copies of the unaudited unconsolidated financial statements of the bidder along with
copies of the audited consolidated financial statements of its Holding Company.
2. 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 Report of the company.
7.2.4 In cases where audited results for the last preceding 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 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 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 the financial parameters is not available.
NOTES:
1. Other income shall not be considered for arriving at annual turnover.
2. “Holding Company" and “Subsidiary Company” shall have the meaning ascribed to
them as per Companies Act of India, in vogue.
8. NTPC reserves the right to reject any or all bids or cancel / withdraw the
Invitation for Bids/NIT without assigning any reason whatsoever and in such case
no bidder / intending bidder shall have any claim arising out of such action.
9. A complete set of Bidding Document may be downloaded by any interested
Bidder from https://eprocurentpc.nic.in/nicgep/app.Tender fee as mentioned
above in the form of a crossed account Payee demand draft in favor of NTPC
Ltd., Payable at KAWAS is required to be submitted in separately sealed
envelope at the address mentioned in the bidding document before stipulated
date & time of submission of bid.
Prospective bidders are compulsorily required to provide GSTIN number
with Tender Fee.
10. Issuance of bid documents to any Bidder shall not construe that such bidder is
considered to be qualified. Bids shall be submitted online and opened at the
address given below in the presence of Bidder’s representatives who choose to
attend the bid opening. Bidder shall furnish Cost of bidding document, Bid
Security separately (offline, if required as per BDS) as detailed in Bidding
Documents by the stipulated date and time at the address given below (at S.no.
13)
11. Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
12. Reverse Auction: Not Applicable
13. Address for communication:
ADDITIONAL GENERAL MANAGER (C&M)
NTPC Limited, Western Region 1 Shared Service Centre – Kawas,
Simulator Building, Kawas Gas Power Project,
PO Adityanagar,
Surat – 394516, Gujarat
Telephone No. : 02612877965/7991,02612860165
Email: saketsrivastava@ntpc.co.in/ bnarasimha@ntpc.co.in/ subodhshankar@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
14. Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in