NTPC Limited
(A Government of India Enterprise)
SHARED SERVICES CENTRE – CMHQ-RANCHI
CONTRACT & MATERIAL DEPTT.
NOTICE INVITING TENDER (NIT)
FOR
PACKAGE NAME: LONG TERM O&M CONTRACT OF 132KV SUB STATION AT RAIKERA
NTPC TLCMP
(Domestic Competitive Bidding)
Mode of Tendering: Open Tender
I. NTPC invites on-line bids on Single Stage Two Envelope Bidding basis (Envelope-I:
Techno-commercial Bid & Envelope-II: Price Bid) from Eligible Bidders for aforementioned
package as per Scope of Work mentioned hereinafter.
II. Brief Scope of Work: The Brief Scope of Work broadly includes the following:
a) Round the clock condition monitoring of each equipment / appliances of sub station.
Filling of logbooks in each and every shift as directed by engineer in-charge.
b) Periodic maintenance, testing and record keeping of sub station equipment.
c) Overhauling and recommissioning of sub station equipment as per schedule given
by engineer in-charge.
d) Routine / preventive maintenance of lighting , HVAC system, fire fighting system,
battery bank, diesel engine and DG set etc.
e) Maintenance of any type of breakdown of any equipment / appliances,
replacement of damaged equipment/cable etc.
f) Agency shall be responsible for maintaining necessary liaison / tie-up / coordination
with CSPDCL and all other relevant authorities.
Further, details are mentioned in the Technical Specifications.
III. Detailed Specification, Scope of Work and Terms and Conditions are given in the bidding
document, which are available on-line (www.eprocurentpc.nic.in) as per the following
schedule:
Tender Reference No.
NTPC/SSC - Coal
Mining(Ranchi)/9900207831
Tender ID:
2020_NTPC_41776
Date of issue of IFB
22.09.2020
Downloading of Bidding Document
Refer NTPC eprocurement portal (Gepnic
portal):
https://eprocurentpc.nic.in
Pre
-
Bid Conference date
Last date for receipt of queries on
Bidding Documents from Bidders
(No Queries from Bidders, whatsoever,
shall be entertained by the Employer
beyond the last date of receipt of
Queries/ Pre-Bid Conference (if
applicable))
Last date & Time for submission of online
bids
Note: For any corrigendum and extension of date of bid submission, please visit the
website
https://eprocurentpc.nic.in
IV. Bidder may submit Tender Fee and EMD through E-Payment by Credit Card/Debit
card/Net Banking on the NTPC e-tender portal. In case Tender Fee and EMD is not
submitted through E payment then Bidder has to furnish the same in a sealed envelope
separately offline along with Integrity Pact (if applicable) by the stipulated bid submission
closing date and time at the address given below in accordance with the provisions set
forth in the bidding documents, failing which, online bid shall be treated as non-responsive
and shall not be opened.
V. Qualifying Requirements for Bidders:
Qualifying Requirements is enclosed at Annexure-1 to this NIT.
VI. 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.
VII. The bidding document is available online. A complete set of Bidding Documents may be
downloaded by any interested Bidder from the NTPC tender website
https://eprocurentpc.nic.in.
VIII. Issuance of bid documents to any bidder shall not construe that such bidder is considered
to be qualified.
Date and Time for opening of
Techno
-
C
ommercial
bids
Opening of Price Bids
Cost of Bidding Documents
Rs.1125.00 (Rupees One Thousand One
Hundred and Twenty Five Only)
Bid Security (EMD)
Rs.1,00,000.00 (Rupees One Lakh Only)
Integrity Pact
(As per SCC clause 28.0)
Not Applicable
Minimum Percentage towards
compliance of safety aspect
(As per SCC clause 2.0)
shall not be less than 5% of the
cumulative total of Service Portion of
the Contract, i.e. Civil + Installation/
Erection + Structural Works
.
Evaluation criteria
(As per SCC clause 30.0 and ITB clause
23.0)
PACKAGE WISE EVALUATION
Purchase preference as per clause 3.0
and 4.0 of Annexure-I to SCC.
(As per ITB clause 32.0 and SCC clause
31.0)
Applicable
Minimum Local Content
(As per Annexure-I to SCC)
100%
Contract Category
(As per SCC clause 27 and
GCC Sub-
Clause 45.2
)
Contracts Other than overhauling
IX. Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
X.
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.
XI.
Any ‘Bidder from a country which shares a land border with India’, as specified
in the Bidding Documents, will be eligible to bid in this tender only if bidder is
registered with the Competent Authority as mentioned in the Bidding Documents.
XII. Address for Communication/Location of Bid opening
Sr. Manager (C&M)/AGM (C&M)
NTPC Ltd.
Shared Services Centre – Coal Mining HQ
Ginni Plaza, Opposite Chutia Police Station,
Distt : Ranchi -834001
Mobile: 9650990770 / 7008660455
E-mail: pranaysharma@ntpc.co.in / rcmajhi@ntpc.co.in
Registered Office:
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number:L40101DL1975GOI00796
1/3 | P a g e
Approved Qualifying requirements for Long Term Maintenance Contract for 132 KV
Sub-station, NTPC Talaipalli Coal Mining Project”
Qualifying Requirement
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill
the following Qualifying Requirements stipulated under clause 1.0 and 2.0.
1.0 Technical Criteria
A.
The bidder should have executed the similar works during the preceding seven (7)
years reckoned as on the date of techno-commercial bid opening having:
a)
Executed value not less than Rs. 78 Lakhs in a Single Contract.
Or
b)
Executed value not less than Rs. 49 Lakhs in Two Contracts each.
Or
c)
Executed value not less than Rs. 39 Lakhs in Three Contracts each.
And
B.
The bidder should be A Class Electrical Contractor or A Class Electrical Licence holder.
Notes for clause 1.0 above:
i.
Similar works is as explained in the following paragraphs and is in combination given
hereunder:
Works in following combinations: (A1 and A2) or (A1 and B2) or (A2 and B1).
Notations as above are explained below:
A1. Maintenance of Electrical equipment / Installations comprising of any three of
the following with voltage class 6.6 KV or above in Electrical Power
Generating unit of capacity 500 MW or above for 2 years or higher in last 7
years as on the date of technocommercial bid opening.
(i)
Power Transformers
(ii)
Switchgears
(iii)
Electrical rotating machines
(iv)
Power supply / cabling system
2/3 | P a g e
A2. Maintenance of Switchyard and associated equipment of voltage level 132 KV
or above in Electrical Power Generating unit of capacity 500 MW or above for 2
years or higher in last 7 years as on the date of technocommercial bid opening.
B1. Erection and Commissioning of Electrical equipment/Installations comprising
of any three of the following with voltage class 6.6 KV or above in two
Electrical Power Generating unit of capacity 500MW or above in last 7 years
as on the date of technocommercial bid opening.
(i)
Power Transformers
(ii)
Switchgears
(iii)
Electrical rotating machines
(iv)
Power supply / cabling system
B2. Erection and Commissioning of Switchyard and associated equipment of voltage
level 132 KV or above in two Electrical Power Generating unit of capacity 500
MW or above in last 7 years as on the date of technocommercial bid opening.
ii.
The word "executed" means the bidder should have achieved the criteria including
the value as mentioned in the above QR within the preceding seven (7) years as on
date of Techno- commercial bid opening even if the contract has been started earlier
and/ or is not completed/ closed.
iii.
The reference works executed by the bidder's group company / subsidiary company
shall not be considered for meeting the qualifying requirements by the bidder.
iv.
Reference work executed by a bidder as a sub- contractor may also be considered
provided the certificate issued by a main contractor is duly certified by Project
Authority specifying the Scope and value of Work executed by the sub- contractor in
support of qualifying requirements.
v.
Necessary documentary evidence including client certificate in support of execution
of the work to be submitted along with Techno - Commercial bid.
2.0
Financial Criteria
2.1
The average annual turnover of the Bidder, in the preceding three (3) financial years as on
the date of Technocommercial bid opening, shall not be less than Rs. 49 Lakhs (Rupees
Forty-Nine 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
3/3 | P a g e
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 execution of the Contract by the
Bidder in case of award.
2.2
In case the Bidder is not able to furnish its audited financial statements on standalone
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 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 form part of the consolidated Annual financial statements
of the Holding 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.
N otes for clause 2.0 above:
(I)
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.
(II)
Other income shall not be considered for arriving at annual turnover.
(III)
"Holding Company" and "Subsidiary Company" shall have the meaning ascribed to
them as per Companies Act of India.
22/09/2020 NTPC Limited eProcurement Portal
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=FrontEndTenderDetails&service=direct&session=T&sp=SQmz2knbTUgPduOop4XZ
1/2
NTPC Limited eProcurement Portal
Tender Details
Date : 22-Sep-2020 01:52 PM
Print
Basic Details
Organisation Chain NTPC Limited||Coal Mining
Tender Reference
Number
NTPC/SSC - Coal Mining(Ranchi)/9900207831
Tender ID 2020_NTPC_41776_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.No Bank Name
1 SBI Bank
Cover Details, No. Of Covers - 3
Cover No Cover Document Type Description
1 Fee .pdf EMD
.pdf Tender Fee
2 PreQual/Technical .pdf
Bid Form and
its
attachments
.pdf
Technical QR
Format
(Attachment
-3 )
.pdf
Financial QR
Format
(Annexure -
3)
.pdf
Local Content
Declaration
(Attachment -
11)
.pdf
CA certificate
for MSME
(Attachment -
12), if
applicable
.pdf
Other
documents
3 Finance .xls
Price Bid /
BOQ
Tender Fee Details, [Total Fee in * - 1,125]
Tender Fee in
1,125
Fee Payable To NTPC
Limited
Fee Payable At Ranchi
Tender Fee
Exemption Allowed
Yes
EMD Fee Details
EMD Amount in
1,00,000 EMD through BG/ST
or EMD Exemption
Allowed
Yes
EMD Fee Type fixed EMD Percentage NA
EMD Payable To NTPC
Limited
EMD Payable At Ranchi
Work /Item(s)
Title LONG TERM OnM CONTRACT OF 132KV SUB STATION AT RAIKERA NTPC TLCMP
Work Description LONG TERM OnM CONTRACT OF 132KV SUB STATION AT RAIKERA NTPC TLCMP
Pre Qualification Details As per tender documents
Independent External
Monitor/Remarks
NA
22/09/2020 NTPC Limited eProcurement Portal
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=FrontEndTenderDetails&service=direct&session=T&sp=SQmz2knbTUgPduOop4XZ
2/2
Tender Value in
NA Product Category Serv - Electrical Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work(Days) 730
Location TLCMP Pincode 496001 Pre Bid Meeting Place NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Coal Mining Head Quarters
Should Allow NDA
Tender
No Allow Preferential
Bidder
Yes
Preferential Bidder Category
S.No Preference Category Tolerance Percentage
1. Make in India 20.00
2. MSME 15.00
Critical Dates
Publish Date 22-Sep-2020 01:00 PM Bid Opening Date 14-Oct-2020 02:30 PM
Document Download / Sale Start
Date
22-Sep-2020 01:00 PM Document Download / Sale End
Date
12-Oct-2020 02:30 PM
Clarification Start Date 22-Sep-2020 01:00 PM Clarification End Date 29-Sep-2020 05:00 PM
Bid Submission Start Date 22-Sep-2020 01:30 PM Bid Submission End Date 12-Oct-2020 02:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document Size
(in KB)
1 Tendernotice_1.pdf NIT Document 212.85
Work Item
Documents
S.No Document Type Document Name Description
Document Size
(in KB)
1 Tender Documents BidDocuments.rar Tender Documents 11654.60
2 BOQ BOQ_44821.xls Price Bid / BOQ 396.50
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
Tender Inviting Authority
Name Pranay SharmaSr. Manager (CnM)
Address Coal Mining Head Quarters, Ginni Plaza, Opp. Chutia PS, Ranchi 834001