NTPC Limited
( A Government of India Enterprise )
SSC (ER-II)
NOTICE INVITING TENDERS (NIT)
(DOMESTIC COMPETITIVE BIDDING)
Name of Package
EXTERNAL PAINTING OF STAGE II TOWNSHIP QUARTERS AND FACILITIES AT NTPC
TALCHER KANIHA
NIT No.:
9900210161
NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding basis” from
eligible bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter.
1.0
BRIEF SCOPE OF WORK & SALIENT TECHNICAL FEATURES:
The Scope of work involves EXTERNAL PAINTING OF STAGE II TOWNSHIP QUARTERS AND
FACILITIES AT NTPC TALCHER KANIHA
- as detailed in the tender documents issued.
SALIENT TECHNICAL FEATURES FOR THE PROJECT FOR WHICH BIDS ARE INVITED
NTPC/Talcher Kaniha Super The
rmal Power Station is located in Kaniha Block under Talcher
subdivision of Angul District of Odisha.
Nearest Town Talcher (26 kms)
Nearest Railway Station - Talcher (29 kms)
Nearest Airport – Bhubaneswar (180 kms)
INSTALLED CAPACITY:
Stage I : 2 X 500 MW
Stage – II : 4 X 500 MW
2.0
NTPC intends to finance subject Package through Internal Resources / Domestic Commercial
Borrowings.
3.0
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 (www.eprocurentpc.nic.in)
as per the following schedule:
Document Sale Commencement Date
24.10.2020
Last date for receipt of queries from bidders (if any)
09.11.2020; 17:00HR
Last Date & Time for Bid submission
16.11.2020; 15:30 HR
Technical Bid Opening Date & Time
17.11.2020; 16:00 HR
Price bid Opening Date & Time
Shall be intimated separately.
Tender Fee (in INR)
Rs. 2250/-
Bid Security/EMD (in INR)
Rs. 2,00,000/-
Estimated Cost of Work
Rs.175.43 Lakh
Nature of contract/package
WORKS CONTRACT
NOTE:
NTPC Limited
( A Government of India Enterprise )
SSC (ER-II)
No hard copy Bidding Documents shall be issued. Corrigendum (if any) shall be available on our e-tender
website https://eprocurentpc.nic.in only.
4.
Online payment of Tender fee and Bid security/EMD on GPNIC portal through SBI Gateway has already
been implemented (Refer help document attached for Online payment on GPNIC portal).
ADDITIONAL
OPTIONs are also PROVIDED FOR SUBMISSION OF EMD/ BID SECURITY in line with
SPECIAL
CONDITIONS OF CONTRAC(SCC- Section IV of BID DOCUMENT
.
Any bid not accompanied by an
acceptable Bid Security and Tender Fee AS PER RELEVANT PROVISIONS OF SPECIAL CONDITIONS OF
CONTRAC(SCC) shall be rejected by the employer as being non-responsive and shall not be opened.
5.0 QUALIFYING REQUIREMENTS:
The bidders who wish to participate in the bidding process shall satisfactorily establish that they fulfil the
following Qualifying Requirements
5.1 TECHNICAL CRITERIA:
5.1.1. The bidder should have executed/completed similar works during the last seven (7) years, as on last date of
the month preceding the month of publication of NIT , having minimum order values as indicated below:
a) One order of value not less than Rs. 140.34 Lakh,
OR
b) Two orders, each of value not less than Rs.87.72 Lakh,
OR
c) Three orders, each of value not less than Rs.70.17 Lakhs
Similar work means: Painting of Buildings/Structures AND/OR ‘Civil construction/ Civil maintenance’
works including painting.
5.1.2 Note:
i) The word “executed” means the bidder should have achieved the criteria specified at clause no 5.1.1 of QR,
even if the total order is not completed/closed. In case any order is under execution as on last date of the month
preceding the month of publication of NIT, the value of supply executed against such order till such date will
be considered provided the same is certified by the Owner/Project Authority.
ii) 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 the Owner/Project Authority specifying the scope of work
executed by the sub-contractor in support of Qualifying Requirements
iii) In case of composite work/BOQ, the bidder shall have to furnish Certificate from Owner/Project Authority
certifying the value of specific nature of work, as mentioned in clause 5.1.1
NTPC Limited
( A Government of India Enterprise )
SSC (ER-II)
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.175.43 lakh (Indian Rupees One Crore Seventy Five Lakh
Forty Three Thousand Only).
5.2.2. Notes:
i. Other income shall not be considered for arriving at annual turnover.
ii. In case where audited results for the last financial year as on 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 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
6.0
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.
The physical assessment shall include but not be limited to the assessment of
office/facilities/banker's/reference workers by Employer. A negative determination of such
assessment of capacity and capabilities may result in rejection of the bid
6.0
NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation for Bids/NIT
without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any
claim arising out of such action.
7.0
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.
8.0
NTPC reserves right to amend any bid/tender conditions through appropriate CORRIGENDUMS
published in the portal AT ANY TIME. NTPC also reserves the right to extend/change the bidding
schedule through publishing necessary CORRIGENDUMS in the portal if the situation demand so AT
ANY TIME. The corrigendums as decided by NTPC and deemed fit would be published in the portal as
per provisions therein.
This para prevails over the relevant provisions in Instruction to
bidders(ITB)section II of the bid document.
The corrigendum/amendment as published/posted in the portal
will be binding on Bidders and it will be assumed that the information contained therein will have been taken
into account by the Bidder in its bid. Bidders are advised to regularly check the tender regarding posting of
Amendments/Corrigendums , if any.
9.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
NTPC Limited
( A Government of India Enterprise )
SSC (ER-II)
10.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from local
supplier 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.
11.0 The package is a WORKS CONTRACT . MSE Benefit is NOT applicable. Splitting OF THE CONTRACT is
not possible. The bidders may apprise themselves of the relevant provisions of bidding documents in this
regard before submission of their bids.
12.0
ADDRESS FOR COMMUNICATION:
G B Satapathy, Sr. Manager(CS) /Shri M K Pattanayak ,AGM(CS)/Shri S.S. Sahu, AGM (CS)-I/c
NTPC Limited, SSC ER-II
Kaniha, PO-Deepsikha,
Distt. Angul, PIN-759147
Odisha, India
DIAL : 06760-247083, 9437048278
FAX : 06760-243232/243912
E-mail: Email: gbsatapathy@ntpc.co.in / mkpattanayak@ntpc.co.in / sssahu@ntpc.co.in
Websites: www.ntpctender.com or www.ntpc.co.in or https://eprocurentpc.nic.in
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
BIDDING DOCUMENTS CONTENTS-TOTAL 07(SEVEN SECTIONS)
Section I: NOTICE INVITING TENDER (NIT),
Section II- Instructions to Bidders (ITB)
Section III-General Conditions of Contract (GCC) &Annexures to GCC
Section IV: Special Conditions of Contract (SCC)
Section V : SCOPE OF WORK-Special terms & Conditions, FQP DRAWING TECHNICAL
SPECIFICATIONS ETC
Section VI: Schedule of Quantities SOQ)/Schedule of Items (SOI)
Section VII: Forms and Procedures (FP)
Attachment11 for declaration of local content,
Attachment 3 for QR