Bhartiya Rail Bijlee Company Limited
(A Subsidiary of NTPC Limited)
Nabinagar Thermal Power Project (4x250MW)
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
For NIT No: 9900207164 Date: 10.09.2020
1. Bhartiya Rail Bijlee Company Limited (BRBCL) invites on-line bids from eligible Bidders
for aforesaid package, as per the scope of work briefly mentioned hereinafter:
2. Brief Details:
NIT No.
990020
7164
NIT Date
10.09
.2020
Name of work
Maintenance
Document Sale Commencement Date &
Time
10.09.
2020
Document Sale Close Date & Time
23
.
0
9
.20
20
up to 15:00 Hrs
Source of IFB/NIT
Bhartiya Rail
Bijlee Company Limited (BRBCL)
Last Date and Time for Bid submission
23
.0
9
.
20
20
up to 15:00 Hrs
Technical Opening Date & Time
24
.0
9
.
2020
up to 15:30 Hrs
Price Bid Opening Date & Time
Decided later
on
Cost of Bidding Documents in INR
5,310
.00
EMD in
INR
1
0
,
00,
000.00
Pre
-
Bid Conference Date & Time (if any)
Not Applicable
Last Query Date (if any)
18
.
09
.
2020
Bid documents sale time: up to 15:00 hrs during bid document sale period (Sunday & Holidays
closed).
BOD opening time (Technical): 15:30 hrs on scheduled Bid opening date or next working day
in case of holiday/closure.
Qualifying Requirements:
1. Technical Requirement:
1.0 The Bidder should have executed AMC for main plant C&I maintenance as per
following criteria against same/separate work order within the preceding Seven (7) years
ending last day of the month previous to the date of NIT.
A. The prospective bidder should have experience of having successfully executed
C&I/Electrical maintenance work under single Contract in a large thermal power plant
of 500MW capacity or above for a period of two years or more in a single contract.
OR
B. The prospective bidder should have experience of having successfully executed at least
three C&I/Electrical maintenance work under single Contract in a large thermal power
plant of 500MW capacity or above for a period of one year or more.
OR
C. Vendors enlisted under CPC CEG package CI-01.
Note:
The word executed” mentioned in clause 1.0 means that the bidder should have achieved the
criteria Specified in clause 1.0 with any of the following conditions:
Case–I: The work is started earlier ((prior to the period stipulated in clause 1.0) but completed
within the stipulated period as mentioned in clause 1.0 In such cases, entire executed quantity
of the relevant work vide the work order shall be considered for evaluation.
Case-II: The work is started and completed within the stipulated period as mentioned in
clause 1.0
Case-III: The work is started within the stipulated period as mentioned in clause 1.0 but not
completed as on the last date of stipulated period. In such cases, “In Progress” executed
quantity of the relevant work vide that work order as on the last date of stipulated period, shall
be considered for evaluation.
Remarks:
i)Any of the above cases shall be supported by documentary evidence issued by the owner.
2. Financial Requirement:
2.0 Financial Criteria for Qualification:
a) The average annual turnover of the Bidder, in the preceding three (3) financial years as
on the date of Techno-Commercial bid opening, should not be less than INR 3.53
Crores (Indian Rupees Three crores fifty three lakh only).
In case a Bidder does not satisfy the average annual turnover criteria, stipulated above
on its own, its Holding Company would be required to meet the stipulated turnover
requirement 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 required
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 and irrevocable
financial support for the execution of the Contract by the Bidder in case of award.
b) Net Worth of the bidder should not be less than 100%. of the bidder’s paid up share
capital as on the last day of the preceding financial year on the date or Techno-
Commercial bid opening. 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) or the Holding
company, in combined manner should not be less than 100% (hundred percent) of their
total paid up share capital. However, individually, their Net worth should not be less
than 75% (seventy five percent) 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% or their paid
up share capital. However, individually, their Net worth should not be less than 75% or
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 the
respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.
c) In case the Bidder is not able to furnish its audited financial statements on standalone
entity basis, the unaudited unconsolidated financial statement 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 statement of the Bidder along
with copies of the audited consolidated financial statement of its Holding
Company.
ii) A Certificate from the CEO/CFO of the Holding Company, as per the format
enclosed with the bidding documents stating that the unaudited unconsolidated
financial statements from part of the consolidated Annual financial statements
of the company.
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 a 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.
Note:
i) Other income shall not be considered for arriving at annual turnover.
ii) Net worth means the sum total of the paid up share capital and free reserve. 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.
iii) Holding Company” and “Subsidiary Company” shall have the meaning ascribed
to them as per Companies Act of India.
Important Note: The bidder should submit proof of meeting QR as detailed above along with
the technical bid for evaluation.
4. Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder /his collaboration/subsidiaries/group companies to
perform the contract should the circumstances warrant such assessment in the overall interest
of the Employer.
5. Following documents need to be furnished/ uploaded in support of meeting qualifying
requirements:
a. Legible copies of Award letter with Bill of Quantities of similar nature, Job completion
certificate, Copies of MB (bills/receipts) etc. in proof of value of work executed, clearly
indicating the executed value of work. However, if any of the Work Orders/Purchase
Orders/Letter of Awards/Contract Agreements pertains to the work executed by Bidder for
NTPC in the past, then in respect of such Work Orders/Purchase Orders/Letter of
Awards/Contract Agreements, Bidder shall not be required to enclose Client Certificate along
with its Bid.
b. Audited Balance sheet and Profit & Loss account for in preceding three financial years as on
date of bid opening.
c. Partnership deed/affidavit for proprietorship/ certificate of incorporation.
PART (B) GENERAL INSTRUCTION
3. Bid Security and Integrity Pact (if applicable) 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 and Integrity Pact (if applicable) shall be
treated as non-responsive by the employer and shall not be opened.
4. A complete set of Bidding Documents may be downloaded by any interested Bidder. Tender
fee (non-refundable if applicable) of requisite value is to be paid in a separate envelope up to
the time of scheduled Technical BOD in the form of a crossed account Payee demand draft in
favor of Bhartiya Rail Bijlee Company Limited payable at SBI, NTPC Project, Barem
Bihar (code-14321) or directly through the payment gateway of the cost of the documents. For
logging on to the GePNIC Site, the bidder would require user id and password which can be
obtained by enrolling at GePNIC site. First time users not allotted any vendor code are
required to approach BRBCL at least five working days prior to Document Sale Close date
along with duly filled in questionnaire for issue of vendor code and GePNIC user id/password.
5. Brief Scope of Work & other specific detail Biennial Contract for Main Plant
C&I Maintenance.
6. Prospective bidders from U.P. State are compulsorily required to provide TIN number at the
time of purchase of bidding documents.
7. Qualifying Requirements: Applicable
8. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
9. BRBCL reserves the right to accept/reject any or all tenders without assigning any reasons
thereof.
10. Address for Communication:
AGM (C&M),
Bhartiya Rail Bijlee Company Limited,
H-Type office (C&M Hall)
PO- Pirouta, P.S.- Khaira
Nabinagar Distt – Aurangabad, Bihar- 824 303
Telephone-06332-233032, 233034, Fax- 06332-233033
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
11. Tender Fee Payment if applicable:
a) Tender fee can be paid through payment gateway or alternatively through demand
draft in favor of Bhartiya Rail Bijlee Company Limited, payable at S.B.I. NTPC
Project Barem, Bihar (Branch code-14321)
b) In case of offline payment, the bidder has to submit at BRBCL Nabinagar DEMAND
DRAFT (Non-refundable) for tender fee in favor of Bhartiya Rail Bijlee Company
Limited, payable at S.B.I. NTPC Project Barem, Bihar (Branch code-14321) within
the scheduled time.
c) The application envelope must be super-scribed with Bid Invitation no. In case a
bidder desires to participate in more than one tender, separate application is required
to be made against each NIT accompanying a separate DEMAND DRAFT as
mentioned above.
d) Govt. notification from time to time regarding exemption of tender fee will be
applicable for this tender.
e) Application with all relevant documents should reach in the office of. AGM (C&M)
within the schedule. BRBCL will not be responsible in any way for late receipt of
request for tender documents due to any postal delay or delay of any form in transit.
f) Exception of tender fee is applicable as per 14.2(c )
12. 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
user id and Password
Vendors can view/download the tender document
after logging in our GePNIC tender site
Vendors already having SAP
vendor code, but does not have
GePNIC user id and Password
Step
-
1: For logging on to the GePNIC Site, the bidder
would require user id and password which can be
obtained by enrolling at GePNIC site.
Step-2 User id is to be forwarded along with user
creation sheet (Annexure-I to IFB) to package dealing
executive.
New Vendor neither having any
vendor code in SAP nor GePNIC
user id and Password
St
ep
-
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
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 steps as
mentioned above at Sl. No. 2
13. a) Exemption on Cost of Tender Document is applicable as per 14.2(c) Govt.
notification from time to time regarding exemption of cost of tender document will be
applicable for this tender.
b) Tender fee is non-refundable.
14. EMD can be submitted either offline or online.
Bidder has to submit earnest money deposit (EMD) in hard copy (offline except for
exempted case who can upload online as well) of requisite value in a separate envelope
super scribing “EMD Envelope”, which must reach the office at the address mentioned at
Sl. No. 10.0 before the bid submission deadline asmentioned in the e-tender of our GePNIC
system.
1. If Bid Security (EMD) in Original of any agency is not received in a sealed envelope, their
bid shall not be opened. If the EMD amount submitted by any agency is less than the stipulated
EMD, their offer shall be rejected.
2. The Bidder shall furnish, as a part of its Bid an Earnest Money Deposit (EMD), as
prescribed, in separate envelope, super-scribed on the top as under. ‘ORIGINAL BID
SECURITY FOR …………………….. (NAME OF PACKAGE) SPECIFICATION
NO…..……….………DUE ON ………………………………… (DATE OF BID OPENING)
FROM …………………………………………… ( NAME OF BIDDER)”.
(a) The EMD offered shall, at Bidders option, be in the form of a crossed Demand Draft
Banker’s Cheque in favour of Bhartiya Rail Bijlee Company Limited, payable at S.B.I. NTPC
Project Barem, Bihar (Branch code-14321) or an unconditional and irrevocable Bank
Guarantee from any Nationalized or Scheduled Bank as per BRBCL format.
Or
(b) The format of Bid Guarantee towards Bid security shall be in accordance with the form of
Bid security included in the Bidding Documents. The Bid Security shall remain valid for a
period of Fourty five (45) days beyond the original Bid validity period or beyond any
extension in the period of Bid validity subsequently requested. EMD in the form of Bank
Guarantee as mentioned above shall only be accepted for EMD value more than Rs. 50,000/-.
Or
(c ) Micro and Small Enterprises (MSEs) registered under Udyam registration, Udyog Aadhaar
Memorandum (UAM), District Industries Centres(DICs) or Khadi and Village Industries
Commission(KVIC) or Khadi and Village Industries Board(KVIB) 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 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.
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting
price within price band of L1 + 15 percent shall also be allowed to supply a portion of
requirement by bringing down their price to L1 price in a situation where L1 price is from
Someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall
be allowed to supply up to 25 percent of total tendered value. In case of more than one such
MSE, the supply will be shared proportionately (to tendered quantity).However, in case of
tenders where splitting of quantity is not possible, participating MSEs quoting price within
price band of L1 + 15 percent shall be allowed to execute the package by bringing down their
price toL1 price in a situation where L1 price is from someone other than a Micro and Small
Enterprise.
The award shall be made as follows:
Award shall be given to L1 bidder if L1 bidder is a MSE. In case L1 bidder is not a MSE, then
all the MSE vendor(s) who have quoted within the range of L1 + 15%, shall be given the
opportunity in order of their ranking (starting with the lowest quoted MSE bidder and so on) to
bring down its price to match with L1 bidder. Award shall be placed on the MSE vendor who
matches the price quoted by L1 bidder. If no MSE vendor who has quoted within range of L1 +
15% accepts the price of L1 bidder, then the award shall be made to the L1 bidder.
The benefit as above to MSEs shall be available only for goods/services produced & provided
by MSEs. MSEs seeking exemption and benefits should enclose an attested/self certified copy
of registration certificate, giving details such as stores/services, validity (if applicable) etc.
failing which they run the risk of their bid being passed over as ineligible for the benefits
applicable to MSEs.
d. Submission of EMD is exempted from IIMs/IITs/NITs/IISc/CBRI/CPRI/GSI/CWPRS
/CWC and other Govt. Institutes/agencies (excluding PSUs).
e. Govt. notification from time to time regarding exemption of EMD will be applicable for this
tender.
3. The Bid Security of all the unsuccessful Bidders will be returned as promptly as possible.
4. The EMD of successful Bidder to whom the contract is awarded will be returned after the
receipt of Bank Guarantee towards Initial Security Deposit.
5. The EMD shall be forfeited in any of the following circumstances by the Owner without any
notice or proof damage to the Owner, etc:
(a) If the Bidders withdraws or varies its Bid during the period of Bid validity.
(b) If the Bidder does not accept the correction of its Bid Price pursuant Clause 8.0 of GC.
(c) If the Bidders do not withdraw any deviation listed in Statement of Deviations at cost of
withdrawal indicated by him.
(d) If the Bidder refuses to withdraw, without any cost to the Owner, any deviation not listed in
Statement of Deviations but found elsewhere in the Bid, or
(d) In the case of a successful Bidder, if the Bidder fails within the time limit specified in
bidding Documents to furnish the required Security Deposit in accordance with Clause 9.0 of
GCC.
6. The Earnest Money deposit (EMD) shall be made payable without any condition/demure to
the owner ‘On demand’. The EMD shall be valid for a period of Seven & half (7 ½) Months
from the date of opening of the tenders, i.e. If the tender is due for opening for 1st January the
EMD shall be valid up to and inclusive of 15
th
August.
7. In the event of the owner opening and considering the tender for purpose of award of
contract the tendered shall keep his tender valid for a period of Six (06) Months from the date
of opening of the tender, during which period the tenderer shall not vary, alter or revoke his
tender either in whole or in part. If the tenderer, however, fails to keep his tender valid for
above period, the owner shall be entitled to forfeit the EMD amount without any notice or
proof of damage. However, the bidder shall suitable extend the validity of the offer if asked by
BRBCL.
8. No interest will be payable by the owner on the said amount covered under EMD/Other
security documents.
9. BRBCL is not responsible for any delay or non-receipt of tender papers sent by post. No
claim in this respect will be entertained
10. BRBCL reserves the right to accept/reject any or all tenders without assigning any reasons
thereof.
11. BRBCL reserves the right to split and awarded the contract to TWO or More agencies.
12. The Bid shall be awarded on the basis of overall evaluated techno commercial L-1 basis.
13. Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as
mentioned in the bidding document.
The queries will be answered by NTPC/BRBCL and posted in the GePNIC Portal. The bidder
scans view all queries and all answers once they are posted in the GePNIC Portal.
14. Following documents must be uploaded in the GePNIC Portal, failing which the
offershall be liable for rejection:
I. Qualifying Requirement (If, required): Total credential to fulfil all the criteria as mentioned
in qualifying requirement of the IFB.
II. Technical Bid:
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 registration certificate.
V. Copy of valid independent PF code no. issued by concerned RPFC.
VI. Copy of PAN card.
VII- Authority/Power of Attorney to sign the bid
VIII- Acceptance of General Technical Evaluation (Acceptance to be given On Line on the
system under GTE)
IX- Conformity to the Technical Specifications & Scope of Work
X- Integrity Pact (Not applicable)
XI- Declaration on Policy for withholding and banning of Business dealings duly filled as per
the Owner’s format is enclosed in the Annexure XI of ‘Forms and Procedures’ attached. The
acceptance of this declaration is to be given on‐line by accepting the Attribute Declaration on
Banning Policy”. The Banning Policy document is available on NTPC’s tender website
http://www.ntpctender.com.
XII-Any other details required in the Bid Document.
15. Participation in the tender does not automatically mean that the bidders are considered
qualified. BRBCL 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.
16. BRBCL reserves the right to reject any or all bids or cancel/withdraw the invitation
forbids/IFB without assigning any reason whatsoever and in such case no bidder/intending
bidder shall have claim arising out of such action.
17. BRBCL 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.
18. 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.
19. Tender document is not transferable.
20. All prices to be quoted by the bidders will be in Indian Rupees only, unless otherwise
mentioned in the Special Condition of contract, on FIRM price basis and to remain valid
during the currency of the Contract.
21. Format and Signing of Bid:
The bid including all documents uploaded in the on‐line bid shall be digitally certified by a
duly authorised representative of the Bidder to bind him to the contract using Class II or
Class‐III digital signature (in the name of designated individual with Organisation name). The
Digital Signature shall be as per Indian IT Act from the licensed Certifying Authorities (CA)
operating under the Root Certifying Authority of India(RCAI) namely Controller of Certifying
Authorities (CCA) of India. An authorisation letter/power of attorney indicating that the person
signing the bid has the authority to sign the bid is to be submitted in Physical form and copy
uploaded as part of the Techno‐commercial Bid.
22. Submission of Bids:
Bid shall be submitted through e‐tender mode in the manner specified elsewhere in bidding
document. No Manual/ Hard Copy of the Bid shall be acceptable except those asked for in
Physical form.
23. Package Co-coordinator:
Vikas Pandey, Dy. Manager (CS), mob- 7070095394, email- vikaspandey01@ntpc.co.in
Websites:https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or www.ntpc.co.in
Note: The contract shall be evaluated on Overall basis i.e. total prices of all the items of
BOQ shall be considered for evaluation and the contract is non-splitable.
Annexure No 1
Request for Login ID on BRBCL e-Tender
If you are not a supplier/Contractor of BRBCL, and interested in participating in e-tenders in
BRBCL, please fill in the following.
Form A
New Vendor (prospective)
Name: ___________________________________________________
Address: ___________________________________________________
___________________________________________________
___________________________________________________
State: _________________ City: _______________________
Country: ______________
Pin: _________________
Telephone NO: _______________ Extn: ________
Fax Number: _______________
Email ID: ___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number: ____________________________________
Branch: _____________________________________________
Address: _____________________________________________________
________________________________________________________
PAN number: ___________________________________________________
CST number: ___________________________________________________
Excise Regn Number: _____________________________________________
SSI Number: ___________________________________________________
Contact Person’s Name: ___________________________________________
Designation: _____________________________________________
Bid Invitation number interested in: __________________
DD details as tender fee: Issuing Bank: _____________________________
No: _____________ Date of Issue: __________
Amount: _________ DD Valid till: __________
Note: Please download, print and fill this form. Submit it to the Package in charge/ Contact
person as mentioned in the Bid Invitation along with the DD of required amount.
DD should be in favor of “Bhartiya Rail Bijlee Company Limited” payable at the ordering
location mentioned in the Bid Invitation.