NTPC Limited
(A Government of India
Enterprise)
SHARED SERVICES CENTRE
AURAIYA CONTRACT & MATERIAL DEPTT
NOTICE INVITING TENDER (NIT)
FOR
Loading of pond ash at NTPC-Tanda Ash Dyke-A/ B, transporting pond ash by mechanical means in
closed containers/dumpers (covered with tarpaulin) with an arrangement to avoid spillage/flying of
ash and unloading at following road construction site of Purvanchal expressway of UPEIDA:
(i) From Mojrapur (Dist. Azamgarh) to Bijora (Dist. Ghazipur) from Ch. (Kms.246+500) to
(Kms.292+530).
(ii) From Bijaura (Distt.-Ghazipur) to Haidariya (Dist-Ghazipur) of Purvanchal Expressway from Ch.
(Km 292+530 to Km 340+500)
.
(Domestic Competitive Bidding) NIT No:
NTPC/SSC - NR(Auraiya)/9900209517
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
Loading of pond ash at NTPC-
Tanda Ash Dyke-A/ B, transporting pond ash by mechanical means in closed containers/dumpers
(covered with tarpaulin) with an arrangement to avoid spillage/flying of ash and unloading at following
road construction site of Purvanchal expressway of UPEIDA:
(i) From Mojrapur (Dist. Azamgarh) to Bijora (Dist. Ghazipur) from Ch. (Kms.246+500) to
(Kms.292+530).
(ii) From Bijaura (Distt.-Ghazipur) to Haidariya (Dist-Ghazipur) of Purvanchal Expressway from Ch.
(Km 292+530 to Km 340+500)
” as per Scope of Work mentioned hereinafter.
I.
Brief Scope of Work
Loading of pond ash at NTPC-Tanda Ash Dyke-A/ B, transporting pond ash by mechanical
means in closed containers/dumpers (covered with tarpaulin) with an arrangement to avoid
spillage/flying of ash and unloading at following road construction site of Purvanchal
expressway of UPEIDA:
(i) From Mojrapur (Dist. Azamgarh) to Bijora (Dist. Ghazipur) from Ch. (Kms.246+500) to
(Kms.292+530).
(ii) From Bijaura (Distt.-Ghazipur) to Haidariya (Dist-Ghazipur) of Purvanchal Expressway
from Ch. (Km 292+530 to Km 340+500).
The detailed scope and description of work covered under this package has been
specified in relevant clause of Detailed Technical Specification.
II.
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:
Document Download
Commencement Date & Time
14.10.2020 11.00 Hrs
Source of IFB/NIT
Shared Services Centre - Auraiya
Last Date and Time for Bid
submission
02.11.2020 16.00 Hrs
Technical Bid Opening Date & Time
05.11.2020 15.00 Hrs
Price Bid Opening Date & Time
Shall be intimated separately.
Estimated Cost in INR
Rs. 8838.52 Lakh + GST extra
Cost of Bidding Documents in INR
10,620/- (Ten Thousand Six Hundred
Twenty only)
EMD/Bid Security in INR
50 Lacs (Fifty Lacs)
Benefit to MSME
Applicable
Contract Period
The period of Contract shall be as under:
12
Months
Pre-Bid Conference Date & Time Not-Applicable
Reverse Auction
Not
Applicable
Integrity Pact Applicable
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 timed mentioned above.
Note: For any corrigendum and extension of date of bid submission, please visit the
website
https://eprocurentpc.nic.in
III.
All bids must be accompanied by Tender Fees (Cost of Bidding Documents), Bid
Security (EMD) and Integrity Pact. Tender Fees (Cost of Bidding Documents), Bid
Security (EMD) and Integrity Pact shall be submitted in a sealed envelope separately
offline by the stipulated bid submission closing date and time at the address given
below /
online in Fee Cover
. Any bid without an acceptable Tender Fees (Cost of
Bidding Documents), Bid Security and Integrity Pact shall be treated as non-
responsive and shall not be opened.
V
Micro and Small Enterprises (herein after referred as MSEs) registered with District
Industries Centres or Khadi and Village Industries Commission or UDYAM or Khadi and
Village Industries Board 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 bidding documents free of cost and shall be
exempted from paying Earnest Money Deposit.
It may please be noted that Government of India vide it’s MSME Notification S.O. 2119 (E)
dated 26
th
June 2020, has reclassified MSME, w.e.f. 1
st
July 2020. Bidders are advised to
apprise themselves regarding benefits available to MSE Enterprises under
notifications/clarifications of GOI issued in this regard from time to time. Further,
Bidders attention is also invited to OM 16(1)/2016-MSME Pol. (Pt. IV) dated 31.07.2019
issued by Office of Development Commissioner (MSME), Policy & Governance Division
(attached as Annexure-II) regarding investment in ‘Equipments’ under the category of
‘Service Enterprises’.
Micro and Small Enterprises ‘MSE’ Bidders seeking exemption and benefits should
enclose an attested/self certified copy of Valid Certificate as referred above failing which
they shall run the risk of their bid being passed over as ineligible for the benefits
applicable to Micro and Small Enterprises.
The MSE certificate is to be submitted online. Aforesaid EMD Exemption certificate
uploaded online shall also be considered.
Bidders may refer ITB/ BDS for detailed provisions in this regard.
VI.
Qualifying Requirements for Bidders
:
1.0
Technical Criteria
1.1
The bidder should have executed the following work(s) within the preceding seven
(07) years prior to the date of Techno commercial bid opening having executed
value of at least Rs 28.28 Crore (Rupees Twenty Eight Crore Twenty Eight Lakh Only)
Route-1
a)
Transportation by road (with or without loading/unloading) of Ash /Coal/
Overburden/ soil/earth/sand/ aggregate/ stones/ ballast/ ore/minerals/any
other loose material or a combination of any of the above in maximum 3 works.
OR
Route-2
b)
Civil Work(s) including “excavation / banking/ embankment/filling using earth /
ash / sand including carriage/disposal using mechanized means” in maximum 3
works. Further to it, the bidder should have executed the earth/ ash /sand work of
quantity minimum 2.65 Lakhs Cubic Meter in single contract in any of the above
referred 3 works.
Notes for Clause 1.0 above:
(1) The word “executed” means the bidder should have achieved the criteria
specified in the above QR within the preceding seven (07) year period even if the
contract has been started earlier and/or is not completed/ closed.
(2) Reference work executed by a bidder as a sub-contractor may also be considered
provided the certificate issued by main contractor is duly certified by Project
Authority specifying the scope of work executed by the sub- contractor in support of
Qualifying Requirements.
2.0
Financial Criteria
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 Rs. 35.35
Crore (Rupees Thirty Five Crore Thirty Five Lakh Only).
2.1
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
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.
2.2
The Net Worth of the bidder as on the last day of the preceding financial year
(reckoned on the date of techno-commercial bid opening) should not be less than
100% of the Bidder’s paid-up share capital. 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) of the Holding Company, in combined manner
should not be less than 100% of their total paid-up share capital. However
individually, their Net worth should not be less than 75% of 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.
2.3
In case the bidder is not able to furnish its audited financial statements on
standalone entity basis, the un-audited unconsolidated financial statements of the
bidder can be considered acceptable provided the bidder further furnishes the
following documents for substantiation of its qualification:
(a)
Copies of the un-audited unconsolidated financial statements of the bidder along
with copies of the audited consolidated financial statements of its Holding Company.
(b)
A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed
in the bidding documents, stating that the un-audited unconsolidated financial
statements form part of the consolidated annual financial statements of the Holding
Company.
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
practising Chartered Accountant shall be considered acceptable. In case, Bidder is
not able to submit the certificate from practising Chartered Accountant certifying its
financial parameters, the audited results for the 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 practising Chartered Accountant certifying the financial
parameters is not available.
NOTES FOR CLAUSE 2 ABOVE
(i)
Net worth means the sum total of the paid up share capital and free 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.
(iii)
"Holding Company" and "Subsidia
ry" shall have the meaning ascribed to them as per
Companies Act of India.
(iv)
For 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)
All financial figures mentioned above are exclusive of GST.
Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/ his collaborators / associates/ subsidiaries /
group companies to perform the contract, should the circumstances warrant such
assessment in the overall interest of the Employer.
VIII.
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.
IX.
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. The Bidder would be required to register on the website.
First time users are required to register themselves on NTPC tender website
(h
ttps://eprocurentpc.nic.in)
after
filling
up
the
required
details.
Users
whose
email
address
has not been linked to a vendor code allotted by NTPC/ first time users not
allotted any vendor code by NTPC, should send a copy of the registration details to
the e-mail address specified in this NIT under Address for Communication with
following details at least three working days prior to Technical Opening Date:
a)
Request on the letter head of the Company
b)
Address Proof
c)
Copy of GST Registration Certificate & PAN Card,
d)
Email ID and Contact No.
e)
Name and Designation of the contact person
f)
Cancelled cheque & E.F.T form duly verified by bank Note:
No Hard Copy of bidding documents shall be issued.
X.
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.
XI
Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
XII
Address for Communication
AGM (C&M)/ Sr. Manager (C&M),
Shared Services Centre Auraiya,
NTPC Ltd.,
Auraiya Gas power station, PO : Dibiyapur
Distt : Auraiya (U.P) 206244
Mob.: 9425553337/ 9415115418
E-mail: m onikasagar@ntpc.co.in / rkagarwal03@ntpc.co.in
XIII
Registered Office
:
NTPC Limited
NTPC Bhawan,
SCOPE Complex, 7,
Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number:L40101DL1975GOI0079