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)/9900208522 Date:10.09.2020
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, Erection, Testing and
Commissioning of 11kV Switchgear for Plant and Township at NTPC
Farakka., as per the scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply, Erection, Testing and Commissioning of 11kV Switchgear for
Plant and Township at NTPC Farakka 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
10.09.2020, 16:00 Hrs.
Source IFB/ NIT
SSC-C&M-ER-1, BARH STPP
Contract Classification
Supply/ Contract
Supply cum Erection
Last D
ate and Time for Bid
Submission
24.09.2020 till 16:00 Hrs.
Techno Commercial Opening Date
& Time
25.09.2020 at 16:00 Hrs.
Cost of Bidding Document in
INR
2363.00
EMD in INR
2.00 LAKHS (TWO LAKHS 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.
6.0 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-
2
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/ Udyam
Registration 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/ Udyam Registration certificate in Fee cover in GePNIC, failing
which the bid shall be liable for rejection.
In order to avail MSME benefits, the Bidder must submit Valid MSE
Certificate/Documents online. The valid MSME certificate w.e.f.
01.07.2020 is ‘Udyam Registration Certificate
However, apart from ‘Udyam Registration certificate’, following
documents will also be considered valid till 31.03.2021, provided it
is combined with a certificate by registered Chartered Accountant
regarding their MSME status in the specified format attached as ‘MSME
CERTIFICATE BY CA’:
• Udyog Aadhaar Memorandum (UAM)
• District Industries Centers (DICs)
• NSIC
• Khadi & Village Industries Commission (KVIC)
• Khadi & Village Industries Board (KVIB)
• Coir Board
• Directorate of Handicrafts and Handloom
Any other body specified by Ministry of Micro, Small & Medium
Enterprises (M/o MSME).
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.
3
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.
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 Manufacturer/ Authorized Dealer/ Channel
Partner of the Manufacturer of 11 kV Vacuum Circuit Breakers.
AND
1.2 The Bidder should have successfully executed “Supply
and
Erection/Supervision of
Erection, Testing & Commissioning/
Supervision
of Co mmissionin g of atleast One no. 11 kV Switchgear
with
Vacuum Circuit Breakers” in the past seven (07) years and must
be operating satisfactorily for atleast past one year.
AND
1.3
The bidder should have
successfully executed orders as per the
criteria 1.2 above
within the preceding 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.72.56
Lakhs (INR
Seventy-two Lakhs
and Fifty-six Thousands only).
OR
ii) Two executed Work-orders, each valuing not less than Rs.45.35 Lakhs
(INR Forty-five Lakhs and Thirty-five Thousands only).
OR
iii) Three executed Works-orders, each valuing not less t h a n Rs.
36.28
Lakhs (INR Thirty-six Lakhs and Twenty-eight
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.
4
2.0)
FINANCIAL CRITERIA: The
Average annual 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.91 Lakhs (INR Ninety-one Lakhs 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 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
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) Net worth means the sum total of the paid up share capital and free
5
reserves. Free reserve 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.
(ii) Other income shall not be considered for arriving at annual
turnover figures.
(i) “Holding Company” and “Subsidiary Company shall have the meaning
ascribed to them as per Companies Act of
India.
(ii) 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.
(v) Bidder must submit requisite credentials in support of
having
met the qualifying requirements, along with the technical offer.
Credentials may include:
Purchase Order/ Work Order copies.
Work Completion/Performance Certificate 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
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
6
Email ID:
vppandey@ntpc.co.in/ krprajan@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
or
www.ntpc.co.in
7
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 ( MENTIONE 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
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.