Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE- WR1, KAWAS
NOTICE INVITING TENDER (NIT)
FOR THE WORK OF
ANNUAL CONTRACT FOR STEEL FABRICATION, STEEL, TRANSPORTATION &
SCRAP SHIFTING IN CHP
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: 9900209027 Date : 14.10.2020
Bidding Document NO: C01121
1.0 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.
2.0
BRIEF SCOPE OF WORK
The scope of work for this contract mainly includes the following:
1. Transportation & scarp shifting in CHP Area.
2. Gas cutting/welding of chute, structure, etc. of various thickness in CHP as per
system requirement.
3. Fabricate/erect/replace hand railing including finishing work.
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 (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date
14.10.2020
Document sale Commencement
Date
14.10.2020
Last date for receipt of queries from
bidders (if any)
30.10.2020
Last Date & time for Bid submission
07.11.2020
at
1
:00
H
rs
(IST)
Tec
hnical Bid Opening Date & Time
09.11
.2020
t 16:00
Hrs (IS
T)
Price bid Opening Da
te & time
Shal
l
be intimated separately.
Tender Fee
INR 1,062.00
(Rupees One Thousand and
Sixty two only)
Tender fee shall be submitted in the form of
Demand Draft / Banker's cheque / Pay Order from
any Nationalized / Scheduled Bank drawn in
favour of NTPC Limited, payable at Kawas.
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
Page 2 of 4
4.0 All bids must be accompanied by Bid Security for an amount of INR 1,00,000.00/-
(Indian Rupees One Lakh only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the
address given below.
5.0 Benefits of MSME bidders in respect of Tender Fee and Bid Security shall be
applicable in line with clause 03 of Section IV-SCC. Purchase preference to MSE
and local suppliers is applicable (refer clause 29 of Section IV-SCC).
6.0 ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE
EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
7.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
7.1 Technical Criteria:
The bidder should have executed structural steel fabrication work(s) in a thermal
power plant having unit(s) of 200 MW or above capacity within the preceding 07
(seven) years as on the date of Techno-commercial bid opening in any of the
following manner:
a. One (1) order having contract value not less than 74.83 Lakhs
OR
b. Two (2) orders having contract value not less than 46.77 Lakhs each
OR
c. Three (3) orders having contract value not less than 37.42 Lakhs each.
Note:
1. The word “Executed" mentioned above means that the bidder should have
achieved the criteria specified above, even if the total contract is started
earlier and/or is not completed/closed.
2. In case of orders under execution, the value of work executed till the date
of Techno-commercial bid opening duly certified by owner shall be
considered acceptable.
3. Reference work executed by the bidder as a sub-contractor may also be
considered provided that certificate issued by main contractor is duly
certified by owner specifying the scope of work executed by the sub-
contractor in support of qualifying requirements.
Page 3 of 4
7.2 Financial criteria:
7.2.1 The average annual turnover of the Bidder, should not be less than 93.54
Lakh (Rupees Ninety- Three Lakh and Fifty-Four Thousand only) during the
preceding three (3) completed financial years as on the date of Techno-
commercial bid opening.
7.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 7.2.1
above on its own, its holding company would be required to meet the stipulated
turnover requirements at Cl. 7.2.1 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
Board Resolution of the holding company, 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.
7.2.3 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.
1. Copies of the unaudited unconsolidated financial statements of the bidder
along with copies of the audited consolidated financial statements of its Holding
Company.
2. 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 Report of the Holding
Company.
7.2.4 In cases where audited results for the last preceding 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 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:
1. Other income shall not be considered for computing annual turnover.
2. “Holding Company" and “Subsidiary Company” shall have the meaning
ascribed to them as per Companies Act of India, in vogue
Page 4 of 4
8.0 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.
9.0 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 Kawas 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 at
with Tender Fee.
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 Power of Attorney separately offline as detailed
in Bidding Documents by the stipulated bid submission closing date and time
at the address given below.
12.0
Transfer of Bidding Documents purchased by one intending Bidder to
another is not permissible.
Address for Communication
ADDITIONAL GENERAL MANAGER (C&M)
NTPC Limited, Western Region 1 Shared Service Centre
Kawas, Simulator Building, Kawas Gas Power Project,
PO Adityanagar,
Surat – 394516, Gujarat
Telephone No. : 0261-2860165 , 02612877965,02612877981,
Email:
saketsrivastava@ntpc.co.in/
reenadureja@ntpc.co.in
Websites: www.eprocure.gov.in (or)
https://eprocurentpc.nic.in/nicgep/app
(or) www.ntpctender.com
1.
Registered Address
NTPC Bhawan, Core-7, Scope Complex,
Institutional Area, Lodhi Road, New Delhi-110003, Corporate Identification
Number: L40101 DLI975 GOI007966, Website: www.ntpc.co.in