Page 1 of 6
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE –WR2, Sipat
Section I
INVITATION FOR BIDS (IFB)
FOR
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts, Service Transformers, Hoists &
Cranes, Actuators and ESP Electrical System of Main Plant Area and PM, BD, O/H and Misc. Works
& Assistance in Maintenance of Electrical Equipments in CHP & Ash Silo Area and Maintenance of
Electrical equipments in Offsite Areas, Maintenance of Electrical equipments in BPH, Maintenance
of Electrical equipments in Dhanras Ash Dyke and 33 KV BPH Lines and 6.6 KV Dhanras Ash Dyke
Lines and Maintenance of Hydrogen Plant and Misc Job in Offsite Area
(DOMESTIC COMPETITIVE BIDDING)
E-tender no:9900209814
1.0 NTPC Limited (NTPC),
Shared Services Center – WR-II, Sipat invites bids Single Stage
Two Envelope bidding from
eligible bidders for aforesaid package, as per the scope of
work briefly mentioned hereinafter.
2.0
BRIEF SCOPE OF WORK
3.0
Biennial Maintenance Contract of HT and LT switchgear, Bus Ducts, Service Transformers,
Hoists & Cranes, Actuators and ESP Electrical System of Main Plant Area and PM, BD, O/H
and Misc. Works & Assistance in Maintenance of Electrical Equipments in CHP & Ash Silo
Area and Maintenance of Electrical equipments in Offsite Areas, Maintenance of Electrical
equipments in BPH, Maintenance of Electrical equipments in Dhanras Ash Dyke and 33
KV BPH Lines and 6.6 KV Dhanras Ash Dyke Lines and Maintenance of Hydrogen Plant
and Misc Job in Offsite Area
4.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
5.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
4.1
NIT
No
9900209814
4.2
NIT Date
15.10.2020
4.3
Document sale
Commencement Date
15.10.2020
4.4
Last date for receipt of
queries from bidders (if any)
22.10.2020
4.5
Last Date & time for Bid
submission
29.10.2020
4.6
Technical Bid Opening Date
& Time
31.10.2020
Page 2 of 6
4.7
Price bid Opening Date &
time
Shall be intimated separately.
4.8
Maximum number of
reference work, bidders can
submit for meeting the
Technical QR
Three (03)
4.9
Completion Period/ Duration
of Contract
24 Months
4.10
Estimated Cost of Work
INR
295.96 lac
4.11
Tender Fee
INR 2250/-
4.12
EMD
INR
5,00,000/
-
4.12.1
Submission of Tender
fee & EMD amount
(To be submitted online
only)
The bidders are requested to submit tender
fee & bid security (other than BG) by NEFT
/RTGS/ Net-Banking only through GePNIC
online portal.
4.13
Micro & small enterprises
BENEFIT in Award & EMD
Applicable.
4.14
MAKE IN INDIA POLICY
APPLICABLE (For detail Refer
Section-IV , SCC)
4.15
Minimum Local Content
100%.
APPLICABLE (For detail Refer
Section-IV , SCC)
4.
16
Order Placement
On Single Agency
4.
17
Price basis Firm
4.18
Reverse Auction
Not
Applicable
4.19
No deviation During the submission of Techno-
Commercial Bid & Price Bid, Bidders shall
be required to certify their compliance to the
complete terms, conditions and Technical
Specifications of Bidding Documents and
Amendment(s)/ Clarifications(s) (if any) by
accepting the GTE particular " Do You
Certify Full Compliance to all provisions
of Bid Document as YES in NTPC e-
procurement portal.
The certification shall also be considered as
Bidder's confirmation that any deviation to
the Provisions of bidding document found
anywhere in their Bid Proposal, implicit or
explicit, shall stand unconditionally
withdrawn, without any cost implication
whatsoever to the Employer, failing which
the bid security shall be forfeited.
Without the aforesaid certification , bidders
will not be allowed to submit their offer.
Hence , Bidders are requested to accept the
aforesaid compliance online in GEPNIC portal
under GTE tab which can be considered as
Bidder's Confirmation and Acceptance against
NIL DEVIATION FOR THE SUBJECT
PACKAGE
Page 3 of 6
4.20
As per Provision of bidding Documents , the bidders shall submit online,
Techno-Commercial Proposal in Cover Type Technical and "Price Proposal"
in Cover Type Price(in excel file) , within the bid submission date & time as
mentioned above on e-tendering portal https://eprocurentpc.nic.in. Only
Technical Bid will be opened as date mentioned in GePNIC.
4.21
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
No Queries from Bidders, whatsoever, shall be entertained by the
Employer beyond the last date of receipt of Queries as specified above.
All bids must be accompanied by Tender fee & Bid Security for in the form
as stipulated in the Bidding documents.
The bidders are requested to submit tender fee & bid security (other than BG) by
NEFT /RTGS/ Net-Banking only through GePNIC online portal. Bidders who
wishes to pay bid security online are requested to kindly go through
BIDDER
MANUAL FOR ONLINE PAYMENT available at eprocurentpc.nic.in
EMD in the form of BG is to be submitted in sealed envelope in Physical
Form/Offline within the scheduled period at following address:
AGM (C&M)/ Sr Manager (C&M)
SSC/ WR-II, Samaveshi Bhawan, Sipat,
Opp Urja Bhawan,NTPC Ltd, Sipat, Bilaspur – 495555
(* Format for BG, Please refer to Section-VII , Forms & Procedure).
Note : Above sealed envelope must be super scribed with NIT No. , Date of
Bid Opening , Sender's Name and Address with Cell no. The Bid Security shall
remain valid for a period of Forty five (45) days beyond the original Bid validity
period or beyond any extension in the Period of Bid validity subsequently
requested i.e. for a period of 225 days in case of bid validity for 180 days from
the date of opening of the tender and for a period of 135 days in case of bid
validity for 90 days from the date of opening of Techno-commercial offer.
While issuing the physical BGs, the Bidder’s Bank shall also send electronic
message through secure SFMS (in case of BGs issued from within India) or
SWIFT (in case of BGs issued from SFMS details for BG;
Name of Bank: State bank of India
Branch; Bilaspur (C.G)
Bank address: Bilaspur (C.G)
IFSC Code:SBIN0004177
While submitting the bid for the subject work , please upload the details of Tender
Fee and EMD online along with your offer.
Tender Fee is non-refundable & No claim in this respect will be entertained.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE TENDER FEE & BID
SECURITY SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-
RESPONSIVE AND SHALL NOT BE OPENED.
4.22
Page 4 of 6
6.0
QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidders who wish to participate in the bidding shall satisfactorily establish that
they fulfill the following Qualifying Requirements.
5.1
Technical Criteria:
5.1.1
The Bidder should have valid A Class Electrical License.
5.1.
2
The bidder should have executed contract which includes the work(s) of Electrical
Maintenance of HT and LT System, in a coal based Thermal Power Station having
unit(s) of 200 MW or above capacity, during the preceding seven (7) years reckoned
as on the date of techno-commercial bid opening, as per the following:
a) Executed value not less than Rs. 132 Lakhs in a Single Contract.
OR
b) Executed value not less than Rs. 82 Lakhs in Two Contracts each.
OR
c) Executed value not less than Rs. 66 Lakhs in Three Contracts each.
Notes
Notes for clause 5.1.2 above:
i. The word “executed” means the bidder should have achieved the
criterion specified in the Qualifying Requirements, even if the total
contract is not completed/ closed. In case contract(s) is under execution
as on the date of techno-commercial bid opening, the value of work
executed till such date will be considered provided the same is certified
by the employer.
ii. LT System means any equipment whose operating voltage is 415 Volts,
and HT System means any equipment whose operating voltage is 3.3
KVor above (up to 11 kV).
5
.2
Financial Criteria
5.2.1
The average annual turnover of the Bidder, in the preceding three (3) financial years
as on the date of Techno-Commercial bid opening, shall not be less than Rs.164
Lakhs (Rupees One Hundred and Sixty Four Lakhs only).
5.2.
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 furnishes
the following further documents on substantiation of its qualification:
Copies of the unaudited unconsolidated financial statements of the
bidder along with copies of the audited consolidated financial
statements of the Holding Company.
A certificate from the CEO/CFO of the Holding Company as per the
format enclosed in the bid documents stating that the unaudited
unconsolidated financial statements form part of the consolidated
annual report of the company.
5.2.3
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
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 of three consecutive financial years
Page 5 of 6
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.
Notes
(i) (i) Other income shall not be considered for arriving at annual turnover.
6 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.
7 NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation
for Bids without assigning any reason whatsoever and in such case no bidder /
intending bidder shall have any claim arising out of such action.
8 A complete set of Bidding Document may be downloaded by any interested Bidder
from https://eprocurentpc.nic.in/nicgep/app. Tender fee as mentioned above in the
form of a crossed account Payee demand draft in favor of NTPC Ltd., Payable at
Sipat is required to be submitted in separately sealed envelope at the address
mentioned in the bidding document before stipulated date & time of submission of
bid.
Prospective bidders are compulsorily required to provide GSTIN number with
Tender Fee.
9 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. Bidder shall furnish Cost of bidding document, Bid Security and Integrity
pact offline as detailed in Bidding Documents by the stipulated bid submission
closing date and time at the address given below.
10 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11 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.
12 Address for communication:
Sr Manager/AGM (Contracts & Materials)
NTPC Limited,
Shared Service Center C&M, WR-II.
Sipat Super Thermal Power Project
PO-Ujjwal Nagar, Sipat, Bilaspur (C.G.) India, Pin – 495555
Tel. No.: 91-7752-277157/7169,
E-mail: naqviimran@ntpc.co.in,
dhananjaymohapatra@ntpc.co.in,
Page 6 of 6
Websites:
https://eprocurentpc.nic.in/nicgep/app
or www.ntpctender.com or
www.ntpc.co.in
13 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966. Website: www.ntpc.co.in