NTPC Limited eProcurement Portal
Tender Details
Date : 27-Oct-2020 10:05 AM
Print
Basic Details
Organisation Chain NTPC Limited||Northern Region Headquarter
Tender Reference
Number
NTPC/SSC - NR(Auraiya)/9900210351
Tender ID 2020_NTPC_43245_1
Tender Type Open Tender Form of contract Works
Tender Category Works No. of Covers 3
General Technical
Evaluation Allowed
Yes [Compliance Required]
ItemWise Technical
Evaluation Allowed
No
Payment Mode Both(Online/Offline)
Is Multi Currency Allowed
For BOQ
No
Is Multi Currency
Allowed For Fee
No Allow Two Stage Bidding No
Payment Instruments
Online
Bankers
S.NoBank Name
1 SBI Bank
Offline
S.NoInstrument Type
1 DD
2 BG
3 BC
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
Scanned
copy of
tender fee
details
.pdf
Scanned
copy of EMD
fee details
.pdf
Scanned
copy of the
Power of
Attorney
2 PreQual/Technical .pdf
Technical
Details
.pdf
Signed scan
copy of work
orders along
with
execution
certificates
for
Qualifying
requirements
.pdf
Certified
copy of
profit loss
account,
balance
sheet for
Qualifying
requirements
.pdf
PF,GST,PAN
and other
details
.xls
QR sheet to
be filled by
bidders
.pdf
Declaration
of minimum
local content
3 Finance .xls
Page 1 of 3
NTPC Limited eProcurement Portal
27-10-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishVie...
Price Bid
( Please fill
all three
BOQ sheets)
Tender Fee Details, [Total Fee in * - 2,250]
Tender Fee in
2,250
Fee Payable To NTPC
Limited
Fee Payable At Auraiya
Tender Fee
Exemption
Allowed
No
EMD Fee Details
EMD Amount in
2,00,000 EMD through
BG/ST or EMD
Exemption
Allowed
No
EMD Fee Type fixed EMD Percentage NA
EMD Payable To NTPC
Limited
EMD Payable At Auraiya
Work /Item(s)
Title DESIGN INSTALATION AND COMMISSIONING OF ELEVATORS FOR MULTISTORY D-TYPE
Work Description DESIGN INSTALATION AND COMMISSIONING OF ELEVATORS FOR MULTISTORY D-TYPE(S plus 6),
AND RESIDENTIAL HOSTEL (G Plus7) CONFIGURATION IN TOWNSHIPAT NTPC UNCHAHAR.
Pre Qualification
Details
As per tender documents
Independent
External
Monitor/Remarks
NA
Show Tender Value
in Public Domain
Yes
Tender Value in
0.00 Product Category Miscellaneous
Works
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
730
Location Auraiya Gas Power
Project POST.
DIBIYAPUR DIBIYAPU
Pincode 206244 Pre Bid Meeting
Place
NA
Pre Bid Meeting
Address
NA Pre Bid Meeting
Date
NA Bid Opening Place Auraiya
Gas Power
Project
Should Allow NDA
Tender
No Allow Preferential
Bidder
No
Critical Dates
Publish Date 28-Oct-2020 09:00 AM Bid Opening Date 24-Nov-2020 03:00 PM
Document Download / Sale
Start Date
28-Oct-2020 09:00 AM Document Download / Sale End
Date
20-Nov-2020 03:00 PM
Clarification Start Date 28-Oct-2020 09:00 AM Clarification End Date 05-Nov-2020 09:00 AM
Bid Submission Start Date 30-Oct-2020 09:00 AM Bid Submission End Date 20-Nov-2020 03:00 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf Section-1-IFB 371.79
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents
Tender-documents-400039340-
elevator.rar
Tender Documents 34996.50
2 BOQ BOQ_46351.xls Bill of Quantity 306.00
View GTE Details
S.No Particulars Expected Value Mandatory
Page 2 of 3
NTPC Limited eProcurement Portal
27-10-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishVie...
1.0 Do you accept NTPC Safety Rules Yes Yes
2.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
3.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
Yes Yes
4.0
Do you certify full compliance on clause as per tender documents on
Restrictions on procurement from a Bidder of a country which shares a
land border with India
Yes Yes
5.0 Do you certify full compliance on Qualifying Requirements Yes Yes
6.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. rohitprakash@ntpc.co.in ROHIT PRAKASH Rohit Prakash
2. pramodkumargupta@ntpc.co.in PRAMOD KUMAR GUPTA Pramod Kumar Gupta
3. maansari@ntpc.co.in MUNEER ANSARI MUNEER AHMAD ANSARI
4. anilgupta03@ntpc.co.in Anil Gupta Anil Gupta
Tender Inviting Authority
Name Pramod Kumar GuptaSr. Manager (C and M)
Address Auraiya Gas Power Project POST. DIBIYAPUR DIBIYAPUR 206244
Tender Creator Details
Created By PRAMOD KUMAR GUPTA
Designation SENIOR MANAGER(C and S)
Created Date 26-Oct-2020 12:29 PM
Page 3 of 3
NTPC Limited eProcurement Portal
27-10-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishVie...
Page
1
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
NORTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION I
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER
(NIT)
Page
2
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center – Northern Region, Auraiya Gas power station, Dibiyapur-206277 invites
bids Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid)
from eligible bidders for the contract with following details:
S.No
Particulars
Details
1.
Name of the Package
DESIGN INSTALLATION AND COMMG OF ELEVATORS FOR
MULTISTORY D-TYPE (S+6), & RESIDENTIAL HOSTEL (G+7)
CONFIGURATION IN TOWNSHIP AT NTPC UNCHAHAR.
2.
Project Manager
HOP(Unchahar)
3.
Address of the Employer &
Location of Contract
FGUPP,Unchahar
4.
Qualifying Requirements
As mentioned in Annexure-1 to IFB
5.
Whether Joint Venture
Permitted?
As applicable
6.
Brief Scope of Work
DESIGN INSTALLATION AND COMMG OF ELEVATORS FOR
MULTISTORY D-TYPE (S+6), & RESIDENTIAL HOSTEL (G+7)
CONFIGURATION IN TOWNSHIP AT NTPC UNCHAHAR Details
as specified in Tender Documents.
7.
Completion Period/ Duration
of Contract
The contract period shall be 24 months which include supply, installation,
commissioning and maintenance period.
The completion period of the contract shall be 12 months as under:
Drawing submission and approval: 0-2 months
Supply: 02-08 months
Installation : 02-10 months
Commissioning : 10-12 months
The maintenance period shall be 12 months after handing over of lifts for
operation
.
8.
Defect Liability Period
12 Months from expiry of the maintenance period (i.e. 24 months after
handing over of lifts for operation).
9.
LD Clause
As Specified at Clause 5 of SCC
. This LD clause is applicable for delay in
completion and limit shall be 5%. Liquidated damages for Performance shall
be as specified in Scope of Work (Section VI). The limit of LD for
performance shall be as per Section VI.
10.
Terms & Procedures of
Payment
As Specified
at
Appendix 1 (Terms and Procedures of
Payment) to the
Contract Agreement (Section VII Part 3 of 3)
11.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
12.
Independent External Monitors
(IEMs)
Not Applicable
13.
Price Bid
The Bidder shall quote R
ate
along with
applicable GST for each item in the
relevant field of BOQ sheet (Price Bid). The BOQ (Excel Sheet) template
must not be modified/ replaced by the bidder and the same should be
uploaded after filling the relevant columns.
If agency does not mention any GST rate, it will be treated that GST is
inclusive in the quoted Basic Rate. In case the bidder is exempted from
GST, bidder has to produce valid Exemption Document. If not produced, it
will be treated that GST is inclusive in the quoted Basic Rate. The bidders
Page
3
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
shall quote for all items in the BOQ, If any of the items are not quoted, it
shall be considered that rate of that particular item/s which is not quoted is
included in the rates of other items and the bidder shall supply item/
spares/ execute the work/ conduct the test as the case may be.
The break up of price of mandatory spare shall be quoted in BOQ
sheet Mandatory spare break up S No 40 and Mandatory
spare break up S No 50.”
The quoted price in BOQ1 sheet shall prevail.
The minimum Percentage of Amount Linked to Safety Aspects of
the cumulative total of Service Portion of the Contract, i.e. Civil +
Installation/ Erection + Structural Works shall be 5 %.
Bidder has to quote Amount Linked to Safety Aspects of the
cumulative total of Service Portion of the Contract, i.e. Civil +
Installation/ Erection + Structural Works in relevant BOQ field ( As
per Attachment - Amount Linked to Safety Aspects of Section VII
part 2 of 3).
14.
Required Offline Documents
Following shall be
submitted in a sealed envelope separately offline by the
stipulated Bid Submission End Date and Time at the address given below:
Bid Security (Original Bank Guarantee / Original Demand Draft /
Original Pay Order / Original Banker's Cheque)
Tender Fee (Original Demand Draft / Original Pay Order / Original
Banker's Cheque)
Integrity Pact (Not Applicable).
Deed of Joint Undertaking ( Not Applicable).
Power of Attorney
Note-1: Bid Security and Tender Fee in the form of Demand Draft or Pay
order or Banker’s Cheque shall be in favour of NTPC Ltd. payable at
NTPC Auraiya
Note-2: Failure of submission of Original Offline Documents for Bid
Security , Tender Fee, Integrity pact (if applicable) and Deed of Joint
Undertaking (if applicable), before stipulated Bid submission end date and
time may result in rejection of bid.
Note-3: Bidders also have an option to pay Tender Fee & Bid Security
directly in the online tendering portal while submitting the bid. In
such case, offline document is not required for Bid Security & Tender
Fee.
Note-4: Bidder shall be required to upload scanned copy of the Power
of Attorney of the Bidder / Collaborator(s) / JV partners, as
applicable, along with the Authority of the person issuing the Power
of Attorney, along with the bid on the GePNIC / e-tender portal.
15.
Tender Fee & EMD
Bid Security
Amount
Rs
2,00,000.00
(Rupees
Two
lakhs
only
)
Tender Fee Amount Rs 2250.00 (Rupees Two thousand two hundred fifty
only) inclusive of GST.
In case of Any difficulty in payment of Bid Security & Tender Fee in view of
COVID-19 pandemic, bidders may choose to opt the procedure mentioned in
Annexure-2 to IFB.
Any bid not accompanied by an acceptable Bid Security & Tender Fee in
accordance with the provisions of bidding documents shall be rejected by the
Employer as being non-responsive and shall be rejected without being
opened.
16.
Price Basis
FIRM
.
As Specified at
Appendix
2
(Terms and Procedures of
Payment) to
Page
4
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
the
Contract
Agreement
(Section VII Part 3 of 3)
17.
Order Placement
On Single Agency
.
18.
Purchase Preference
NTPC shall allow purchase preference, as indicated in the
Annexure
-
II to
BDS (Section-III).The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their
bids. Bidders seeking benefits should necessarily upload relevant
documents in etender portal.
This being a works contract, Purchase Preference to MSE Vendors is
not applicable for the subject work
19.
Minimum Local Content
100
-
%.
Please Refer Annexure
-
II to BDS (Section
-
III) for details.
20.
Employer’s Beneficiary Bank
Details for Tender Fee & EMD
(if applicable).
Bank Name
State Bank
of India
IFSC Code
SBIN0010346
Branch
NTPC Auraiya, Dibiyapur
Bank Address
STATE BANK OF INDIA,PO Dibiyapur UP
206244
21.
Requirement of registration of
bidder from a country which
shares a land border with
India,
Any ‘Bidder from a country which shares a land border with India’, as
specified in the Bidding Documents, will be eligible to bid in this tender
only if bidder is registered with the Competent Authority as mentioned in the
Bidding Documents. However, the said requirement of registration will
not apply to bidders from those countries (even if sharing a land border
with India) to which the Government of India has extended lines of credit or
in which the Government of India is engaged in development projects
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC
eProcurement Portal, https://eprocurentpc.nic.in.
C. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
D. 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 any claim arising out
of such action.
E. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts), NTPC LIMITED,
Shared Services Center - Northern Region,
Auraiya Gas Power Station,
Post: Dibiyapur - 206244, Distt. Auraiya (UP)
E-Mail: neerajkumar@ntpc.co.in / pramodkumargupta@ntpc.co.in
Websites: https://eprocurentpc.nic.in
Registered office:
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.
Website: www.ntpc.co.in
Page
5
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
Qualifying Requirements
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section
ITB (Instructions to Bidders) of Bid documents, the following shall also apply:
Qualifying Requirements for Bidders:
The Bidder should meet the minimum Qualifying Requirements as stipulated here under:
1.0 Technical Criteria:
1.1 The Bidder should have designed, manufactured, supplied, Installed,
tested and commissioned at-least 02 (Two) Elevators each suitable
for‘16 persons / load capacity of 1088KG’ or more for multistory
building(s) having at least 8 floors. The above Elevators should be in
successful operation for at-least Two (02) Years prior to the date of Techno
Commercial Bid opening.
AND
1.2 The Bidder should have executed work(s) of Elevator(s) installation in
the preceding seven (07) years prior to the date of techno-commercial bid
opening meeting the following criteria:
i. Single order having executed value of above work(s) not less than
Rs. 92.42 Lakh.
OR
ii. Two orders having executed value of above work(s) not less than
Rs. 57.76 Lakh each.
OR
iii. Three orders having executed value of above work(s) not less than
Rs. 46.21 Lakh each.
Page
6
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
Notes for Clause 1.0 above:
(i) The word “executed” means the Bidder should have achieved the
criteria specified in the qualifying requirements even if the contract has
been started earlier and / or is not completed / closed.
(ii) For 1.1 Clause, bidder has to submit successful operation certificate of
two years from owner / Engineer In charge of Package/ Project
Manager. In case, certificate is not available, release of Bank
guarantee may be assumed as Successful Operation.
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.115.52 Lakh (Rupees One Hundred Fifteen Lakh Fifty Two Thousand
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 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 :
(a) Copies of the unaudited 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 unaudited
unconsolidated financial statements form part of the consolidated annual
financial statements of the Holding Company.
Page
7
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
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 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) Other income shall not be considered for arriving at annual turnover.
(ii) "Holding Company" and "Subsidiary" shall have the meaning ascribed to
them as per Companies Act of India.
(iii) 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
Page
8
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-II
Stop Gap arrangement to in view of COVID-19 pandemic:
1. Receipt of Bid Security / Cost of Bidding documents
A. In case of Bidders opting for Bank Guarantee as Bid Security but unable to send the Original Bank Guarantee in
physical form at the tender opening location, following shall be applicable:
(i) The issuing bank shall intimate through their own official e-mail id to concerned C&M department with a copy to
Bidder regarding issuance / extension of BG along with following documents:-
a) The scanned copy of the BG.
b) SFMS message acknowledgement copy sent to NTPC banker stating the date of sending.
c) An undertaking through official e-mail id of bank as per format enclosed along as Annexure-A
SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding documents.
(ii) Bidders shall be required to upload the scanned copy of the BG on GEPNIC / e-tendering portal
B. In case of Bidders opting for Demand Draft / Banker’s Cheque as Bid Security/ Cost of Bidding documents (Tender Fee),
following shall be also be applicable:
(i) Bidders who are unable to submit online EMD Bid Security / Cost of Bidding documents through GePNIC portal may
opt for Online Transfer of Bid Security / Cost of Bidding documents through NEFT/RTGS to NTPC’s Bank whose details are
provided below and also in the Bidding Document.
Bank Name : STATE BANK OF INDIA
Bank Account No : 30526260924
Branch : NTPC Auraiya, Dibiyapur
Bank Address : STATE BANK OF INDIA,PO Dibiyapur UP 206244
IFSC Code : SBIN0010346
(ii) While carrying out online transfer, Bidders shall ensure to enter “EMD - Tender No-Vendor Name” in the Text / Remarks
/ Reason field. Bidder shall intimate the details of same through email to concerned C&M department and also upload
the details in the “Fee/SCANNED COPY OF EMD” folder in GepNIC in the following format:
Declaration for EMD / Tender Fee Deposit
Tender No. :
Vendor Name :
UTR Reference :
Amount:
Date of Transfer:
Transferor Bank:
(Signature of Vendor with Seal)
Page
9
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
2. Power of Attorney: Bidder also have option to upload scanned copy of
the Power of Attorney of the Bidder / Collaborator(s) / JV partners, as
applicable, along with the Authority of the person issuing the Power of
Attorney, along with the bid on the GePNIC / e-tender portal.
3. Integrity Pact: Bidder also have option to submit scanned copy of
Integrity Pact (digitally Pre-signed by the Employer), digitally signed by
all the Executants. The same shall be uploaded in ‘Fee Cover’. In such
cases,the signature of Witnesses in the Integrity Pact shall not be
required.
Page
10
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-A
Format of Undertaking
(To be sent by Issuing Bank through official e-mail id)
From: xxxbank@xx.in
To: xxxx@ntpc.co.in
We have issued BG No. __________ dated_________ for an amount of Rs. ___________ on behalf of
___________ towards Bid Security / EMD for Tender No ____________ in favor of NTPC.
Please find enclosed the soft copy of the Bank Guarantee and SFMS acknowledgement. The SFMS is
sent on _______(date).
We undertake to send the original BG to __________ (name of tendering location)directly once postal /courier
services are restored and that NTPC’s claim will be binding on us without the physical copy.
We undertake not to cancel the aforementioned BG No. _______ without written consent / instruction
from NTPC Ltd.
(Name of Bank Official)
Authority No.