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.#NTPC/SSC-ER-I(Barh)/9900206270 Date:13.10.2020
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 90MVA Station Transformer for NTPC NPGCL,
Nabinagar.as per the scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply, Erection, Testing and Commissioning of 90MVA Station
Transformer for NTPC NPGCL, Nabinagar.”
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:
Docume
nt down load
Commencement Date & Time
13.10.2020, 17:00 Hrs.
Source IFB/ NIT
SSC-C&M-ER-1, BARH STPP
Contract Classification
Supply/ Contract
Supply
Last Date and Time for Bid
Submission
29.10.2020 till 16:00 Hrs.
Techno Commercial Opening
Date &
Time
30.10.2020 at 17:00 Hrs.
Cost of Bidding Document in
INR (Tender Fee)
2250.00
EMD in INR
5.00 LAKHS (FIVE 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 ONLINE through
GePNIC portal by the stipulated bid submission closing date and time.
In case of EMD in form of Bank Guarantee, the hard copy will be sent
to the tender issuing office, while soft copy to be uploaded online at
portal (detail instructions mentioned at Cl.#16.0 of ‘SPC’ to be
followed in this regard). Any bid without an acceptable Bid Security
(EMD), Tender Fee shall be treated as non-responsive by the employer
2
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) having Udyam Registration
Certificateshall be issued the bid documents free of cost and shall
be exempted from paying Earnest Money Deposit.
Apart from this, vendors who are 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 also be considered, provided they submit a
‘certificate by registered Chartered Accountant regarding their MSME
status in the specified format attached as MSME CERTIFICATE BY CA
along with any one of the following documents:
• 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).
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 & EMD /Valid Exemption
Certificate, 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.
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.
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
3
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:
TECHNICAL CRITERIA:
Bidder shall meet the Qualifying Requirements stipulated hereunder
as per route 1.1 or 1.2 and meet the requirements stipulated under
clause 2.0 and 3.0:
1.1 The bidder should have designed, manufactured, installed/ supervised
installation and commissioned/ supervised commissioning of atleast
two(02) nos.(One each at two different installations) of 132 kV or
above class Transformer of atleast 90 MVA capacity [either three phase
transformer as a single unit or single phase transformer], which
should be in successful operation for at least two (02) years prior to
the date of Techno-Commercial bid opening.
1.2 Bidders, who have designed, manufactured, installed/ supervised
installation and commissioned/ supervised commissioning of atleast two
(02) nos. (One each at two different installations) of 66kV or above
class Transformer which should be in successful operation for at least
two (2) years prior to the date of Techno-Commercial bid
opening and have established manufacturing facilities for 132 kV class
transformers based on technological support of its Associate or
Collaborator, can also be considered qualified provided its Associate
or Collaborator, meets the qualifying requirement stipulated at 1.1
above and Bidder furnishes an undertaking jointly executed by it and
its Associate or Collaborator, as per the format, enclosed in the
bidding document for the successful performance of the equipment.
In case of award, the Associate or Collaborator will be required
to furnish an on demand Bank Guarantee for 2% (two percent) of the
contract price in addition to the Contract Performance Security to be
furnished by the Bidder.
2.0 The bidder should have successfully executed the job comprising of
design, manufacturing, installation/ supervision of installation and
commissioning/supervision of commissioning of 66 kV or above class
within the preceding seven (07) years prior to the date of techno-
commercial bid opening as per any of the following criteria:
4
i) One order valuing not less than Rs. 384.93 Lakh (INR Three Hundred
Eighty-four Lakhs and Ninety-three Thousands only).
OR
ii) Two orders each valuing not less than Rs. 240.58 Lakh (INR Two
Hundred Forty Lakhs and Fifty-eight Thousands only).
OR
iii) Three orders each valuing not less than Rs. 192.47 Lakh (INR One
Hundred Ninety two Lakhs and Forty-seven Thousands only).
NOTE:
(a) The word “executed” mentioned in clause 2.0 means that the bidder
should have completed supply of Transformers as specified in
clause 2.0 within the preceding seven (07) years period, even if
the contract has been started earlier and/ or is not completed/
closed.
b) The Bidder/Associate or Collaborator shall also be considered
qualified, in case the award for reference work has been received
by the bidder/Associate or Collaborator either directly from the
owner of plant or intermediary organization from which it has
received the order.
However, certificate/ documentary evidence from such owner of
plant or the intermediary organization shall be required to be
furnished by the bidder/ Associate or
Collaborator along with its bid in support of its claim of
meeting the qualification requirement as per applicable
conditions certificate/ documentary evidence from owner of the
plant shall also be furnished by the Bidder/ Associate or
Collaborator for clause 1.1 or 1.2 and clause 2.0 with any of the
mentioned in Notes (a) above. Further, the successful operation
as specified at applicable Clause 1.1 or above.
3.0 FINANCIAL CRITERIA:
The average annual turnover of the Bidder, in the preceding three
(03) consecutive financial years as on the date of Techno-Commercial
bid opening, should not be less than Rs.481 Lakhs(INR Four Crores
and Eighty one Lakhs only).
3.1 Net worth of the Bidder should not be less than 100% (hundred
percent) of its paid up share capital as on the last day of the
preceding Financial year on the due date of Techno-commercial bid
opening.
In case the Bidder does not meet the Net worth criteria on its own,
it can meet the requirements of Net worth based on the strength of
5
its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of
the Holding Companies wherever applicable. In such a case, however
the Net worth of the Bidder and its Subsidiary(ies) and/or Holding
Company and/or Subsidiaries of the Holding Companies, 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 Standard
QR Provisions 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.
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.
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 the 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.
3.3 NOTE:
(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
6
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.
(iii) "Holding Company" and "Subsidiary" 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 (7) days prior to the date of techno-commercial bid opening
shall be used.
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
Email ID:
vppandey@ntpc.co.in/ krprajan@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
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.