NTPC Limited
(A Govt. of India Enterprise)
SSC-ER-1, Barh, Patna
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)
FOR
SUPPLY, SPREADING AND STACKING OF 65 MM BALLAST AT NTPC BARH.
(Domestic Competitive Bidding)
NIT No.: 9900210245 Date: 12.10.2020
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the
scope of work briefly mentioned hereinafter:
2.0 BRIEF DETAILS
NIT No
9900210245
Source of IFB/NIT
SSC-ER-1, Barh, Patna
Contract Classification
Services
Last Date and Time for Bid Submission
11.11.2020 up to 16:00:00 Hrs
Technical Opening Date & Time
12.11.2020 up to 16:00:00 Hrs
Price Bid Opening Date and Time
Shall be intimated later on
Tender Fee in INR (incl. GST)
2655.00
EMD in INR
2,00,000.00
Pre-Bid Conference Date & Time
Not Applicable
Venue for Pre-Bid Conference
Not Applicable
Last Query Date
03.11.2020
3.0 ‘Tender Fee’ (non-refundable), ‘EMD/Bid Security’ shall be paid online (through
payment gateway) & ‘Integrity Pact’ shall be submitted in sealed envelope
separately before the stipulated bid submission closing date and time at the address
given at para 10.0 below. Any bid without an acceptable ‘Tender Fee’, ‘EMD/Bid
Security’, and ‘Integrity Pact’ shall be treated as non-responsive by NTPC and shall
not be opened.
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder.
Tender fee (non-refundable) of requisite value is to be paid online (through payment
gateway) up to last Date for Bid Submission in the form of a crossed account Payee
demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh
STPP, Patna of the cost of the Bid 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 NTPC at least Seven working days prior
to last Date for Bid Submission .
5.0 Brief Scope of Work:
SUPPLY, SPREADING AND STACKING OF 65 MM BALLAST AT NTPC BARH.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN
number at the time of purchase of Bid Documents.
7.0 Qualification Requirements for Bidders-
1.0 TECHNICAL CRITERIA:
The bidder should have executed the work of “Supply, Transportation and Stacking or Spreading of machine
crushed ballast of size 65/50 mm, conforming to Indian Railways specification on rail tracks” within preceding
seven (07) years reckoned from the date of Techno-commercial bid opening as per any of the following criteria:
i) One executed work valuing not less than Rs. 163.92 Lakh (INR One Hundred Sixty-three Lakhs and Ninety-two
Thousands only)
OR
ii) Two executed works, each valuing not less than Rs. 102.45 Lakh (INR One Hundred Two Lakhs and Forty-five
Thousands only)
OR
Three executed works, each valuing not less than Rs. 81.96 Lakh (INR Eighty-one Lakhs and Ninety-six Thousands
only)
Note:
The word “Executed” mentioned above means that the bidder should have achieved the criteria specified above within
the preceding seven (07) years period, even if the total contract is started earlier and/or is not completed/ closed.
2.0 FINANCIAL CRITERIA:
The Average Annual financial Turnover (AATO) of the bidder during preceding three (03) consecutive Financial years
prior to the date of techno- commercial bid opening should not be less than Rs. 136.50 Lakhs (INR One Hundred
Thirty-Six Lakhs and Fifty Thousand only).
3.1 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 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 requested 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 & irrevocable financial support for the
execution of the Contract by the Bidder in case of award.
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 Annual Financial
Statements of the Holding Company.
3.3 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 practicing Chartered Accountant certifying its financial
parameters, the audited results for the three (03) consecutive financial years preceding the last financial year shall be
considered for evaluating the financial parameters.
Further, a certificate would be required from CEO/CFO as per the format enclosed in the bidding document 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 financial parameters is not available.
3.4 Notes:
I. Bidder must submit documentary evidence issued by the owner, in support of having met the Qualifying
requirements, alongwith their Technical offer. These documentary evidence may include:
Relevant Purchase Orders/ Work Orders copies.
Work Completion & Performance Certificate against submitted Purchase Orders / Work Orders from the End
user
II.
In case of composite work/BOQ, the bidder shall have to furnish Certificate from owner certifying the value
of specific nature of work, as mentioned in Clause 1.0.
III.
Other income shall not be considered for arriving at annual turnover figures.
IV.
“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per
Companies Act of India.
V.
For Annual 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
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the
NIT/IFB for the subject package without assigning any reason whatsoever and
in such case no
10.0 Address for sending the Hard Copy:
DGM (SSC-C&M-ERI)/AGM (SSC-C&M)
NTPC Ltd.
Shared Service Centre (ER-I)
PO- NTPC Barh
Dist- Patna, BIHAR- 803215
Websites: https://eprocurentpc.nic.in/nicgep/app or
www.ntpctender.com or www.ntpc.co.in
11.0 Access to Tender Document:
This is an e-tender case without Reverse Auction. Tender documents can be
accessed / downloaded from NTPC website:
https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com.
In case of any difficulty, please contact help desk no- 040 27683029,
27683027
E-Mail : support-eproc@nic.in
12.0 Tender Fee Payment:
The bidder has to submit the Tender fee through DEMAND DRAFT (Non-
refundable) in favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh
STPP, Patna within the scheduled date and time and as mentioned at para
2.0, 3.0 and 4.0 above.
Bidder can view/download the complete set of Bid Documents as per the following
procedure.
Required Document for viewing/downloading our
tender document
Vendors can view/download the tender document after
logging in our GePNIC tender site
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 & with Class-3
Digital Signature Certificate (DSC).
Step-2 User id is to be forwarded along with user creation
sheet to package dealing executive.
Step-1
The agency has to furnish the followings:
A.
PAN card scanned/photo copy (self-Attested)
B.
EFT form,duly filled and endorsed by their banker
C.
Copy of PF Documents
D.
GST Registration
E.
ESI Code / Undertaking for ESI
All these should reach us at least Seven working days
prior to Last Date of bid submission.
Step-2 After compliance of step-1, follow steps as
mentioned above at Sl.No. 2.
Bid Security (EMD):
Bidder has to pay Earnest Money Deposit (EMD) online (through payment
gateway) in hard copy (offline) 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 as mentioned
in the e-tender of our GePNIC system.
i.
“EMD Envelope” should contain the EMD of requisite value, strictly in valid
form as mentioned below at sl. no. iii. a) / b) as per applicability or valid
supporting document in support of seeking exemption of EMD as iii. c).
ii.
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.
iii.
EMD may be furnished in any of the following forms:
a.
For EMD amount of any value:
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC
Limited, payable at Patna.
b.
In case EMD amount is >Rs 50,000.00 then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per
NTPC approved list) also will be acceptable. Format of BG against Bid
Security and List of Banks for Bid Security are attached. BG should be
unconditional and irrevocable and should be valid for a period of 45 days
beyond the bid validity period. The Bank Guarantee Verification Check
List duly filled in as per format attached has to be submitted in this
regard. Bidder shall ensure that all the points of check list are replied in
“Yes”.
c.
SSI units of Bihar / SSI units (of other states) registered with the
National Small Scale Industries Corporation shall be exempted from the
payment of Earnest Money Deposit. Bidders seeking exemption should
submit a Photocopy of valid registration certificate preferably attested by
Notary / Gazetted Officer/ Magistrate 1st class, giving details such as
validity.
d.
Submission of EMD is exempted from IIMs/IITs/ NITs/IISc./ CBRI/CPRI/
GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding
PSUs).
e.
In case of any doubt on eligibility of such exemption/concession, bidder
may get clarification from NTPC official before submission of his bid.
f.
The Bid Security of all the unsuccessful Bidders will be returned after
award of the Job.
g.
The Bid Security shall be forfeited in any of the following circumstances
by NTPC without any notice or proof of damage to the Owner:
1.
If the Bidder withdraws or varies its Bid during the period of Bid
validity specified by the Bidder in the Bid Proposal.
2.
In case the Bidder does not accept the corrections towards the
discrepancies in their bid, where ever the breakup of prices have been
asked separately.
3.
If any deviation, variation or additional condition etc. found anywhere
in our technical and / or / Price Bid implicit or explicit, shall stand
unconditionally withdrawn, without any cost implication whatsoever to
employer, failing which the bid security shall be forfeited.
4.
In the case of a successful bidder, if the bidder fails within the
specified time limit to furnish the acceptance of Letter of Award /
Purchase Order.
5.
In the case of successful Bidder, if the Bidder fails, within the time
limit, to furnish the required Contract Performance Guarantee in case
the same is required as per conditions of the P.O / LOA.
6.
If the bidder / their representative commit any fraud while competing
for this contract pursuant to Fraud prevention policy of NTPC.
h.
No interest shall be payable by NTPC on the Bid Security.
i.
AGENCY SHALL UPLOAD PROOF OF SUBMISSION OF BID
SECURITY AT THE DESIGNATED PLACE IN TENDER, ELSE, BID
SHALL BE REJECTED BY NTPC AS BEING NON RESPONSIVE.
13.0 No Deviation Certificate:
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding
Documents.
The Bidders are required to confirm acceptance of compliance to all
Provisions of Bidding Documents (GTE Compliance) on line. Bidder is to
upload proof/ receipt of online payment through gateway of Tender fee and
EMD. Integrity Pact, if applicable is to be forwarded in separate envelope.
Only after receipt of the this document on or before scheduled bid
submission date, the bidder’s bid shall be opened.
14.0 Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or using GePNIC platform up to
the time specified as in the Bid documents.
The queries will be replied by NTPC and posted in the GePNIC Portal. The
bidders can view all queries and all answers once the same are posted in the
GePNIC Portal.
Following documents must be uploaded in the GePNIC Portal, failing
which the offer shall be liable for rejection:
i.
Qualifying Requirement (If, required): Total credential to fulfill all the
criteria as mentioned in qualifying requirement of the NIT/IFB.
ii.
Technical Bid:
All TECHNICAL DATA SHEETS as per the format provided in the
Tender Documents duly filled.
Any other data/information as sought in our Tender Documents.
iii.
Company/Firm Details:
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.
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.
Copy of ESI Certificate/Undertaking for submission of ESI.
15.0 Participation in the tender does not automatically mean that the bidders are
considered qualified. NTPC shall evaluate the Qualifying Requirement of each
bidder as per NIT after opening of Technical Bids and the bid of the bidder
who is not meeting the Qualifying Requirement shall not be considered.
16.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the
invitation for bids/IFB without assigning any reason whatsoever and in such
case no bidder/intending bidder shall have claim arising out of such action.
17.0 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.
18.0 Tender Documents are not transferable.
19.0 Package Co-coordinator:
Name: Pankaj Kumar , Designation: DGM (SSC-C&M -ER-1, Barh STPP,
NTPC Barh Campus Patna, Mob: 9431600805 / E-mail
pankajkumar07@ntpc.co.in
NAME- Sh. Balram Prasad, Designation: AGM (SSC-C&M)/Contracts ,
Contact No.: 9415342031/ E-mail: balramprasad@ntpc.co.in
Important Notes:-
1.
The ‘Integrity Pact” as per ATTACHMENT-18 (If Applicable) duly signed by
the signatory authorized to sign the bid, shall be sealed in a separate
envelope entitled “ATTACHMENT-18: INTEGRITY PACT failing which their Bid
is liable to be rejected.