NTPC LTD
(A Government of India Enterprise)
WESTERN REGION-II
SSC Sipat
BIDDING DOCUMENTS
FOR
Bi-Annual Contract of PM/BD jobs of Plant transformers and
400KV Switchyard and ESP rectifiers for NTPC Korba.
SECTION-I TO VII
(This document is meant for the exclusive purpose of bidding against this Bid
Document No. / Specification and shall not be transferred, reproduced or otherwise used
for purposes other than that for which it is specifically issued).
E-tender no 9900210498
1
CONTENTS
Page
No.
SECTION-I
Invitation for Bids (IFB)
3-11
SECTION-II
Instructions to Bidders (ITB)
12-45
SECTION-III
General Conditions of Contract (GCC)
46-92
SECTION-IV
Special Conditions of Contract (SCC)
93-111
SECTION-V
Technical Specification
110-147
SECTION-VI
Schedule of Quantities (SOQ)
Enclosed
in excel
SECTION-VII
1.1 Techno commercial proposal
1.2 Forms and Procedures (FP)
148-258
E-tender no 9900210498
2
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR2, Sipat
Section I
INVITATION FOR BIDS (IFB)
FOR
Bi-Annual Contract of PM/BD jobs of Plant transformers and 400KV
Switchyard and ESP rectifiers for NTPC Korba
(DOMESTIC COMPETITIVE BIDDING)
E-tender no: 9900210498 Date:04.11.2020
1.0 NTPC Limited (NTPC), Shared Services Center WR-II, Sipat invites bids Single Stage
Two Envelope bidding basis (Envelope-I: Techno- Commercial Bid & Envelope-II: Price Bid)
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 includes
Bi-Annual Contract of PM/BD jobs of Plant transformers
and 400KV Switchyard and ESP rectifiers for NTPC Korba with all miscellaneous items
required to complete the facility covering all the activities and services in respect of
all the equipment & works specified and covered under detailed bidding
documents. Detailed scope of work has been specified in the bidding documents.
3.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
4.0 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
9900210498
4.2
NIT Date
4.11.2020
4.11.2020
13.11.2020
17.11.2020
19.11.2020
4.3
Document sale
Commencement Date
4.4
Last date for receipt of
queries from bidders (if any)
4.5
Last Date & time for Bid
submission
4.6
Technical Bid Opening Date
& Time
4.7
Price bid Opening Date &
time
Shall be intimated separately.
4.8
Maximum number of
Three (03)
E-tender no 9900210498
3
reference work, bidders can
submit for meeting the
Technical QR
4.9
Completion Period/ Duration
of Contract
24 Months
4.10
Estimated Cost of Work
INR 114.85 Lakhs
4.11
Tender Fee
INR 2250/-
4.12
EMD
INR 2,00,000.00
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 as per cl 31 of ITB.
Udyam Registration Certificate for being a
MSME shall also be acceptable in addition
to the list of documents mentioned at
clause no.31 of ITB.
Th
e existing enterprises registered prior to 30th
June, 2020, shall continue to be valid only for
a period up to the 31st day of March, 2021.
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
Variable Price (For detail Refer Section-IV ,
SCC)
4.18
Reverse Auction
Not Applicable
4.19
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.
4.20
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.
4.21
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.
E-tender no 9900210498
4
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)/Manager (C&M)
SSC/ WR-II, Samaveshi Bhawan, Sipat,
Opp Urja Bhawan,NTPC Ltd, Sipat, Bilaspur 495555
(* For
mat 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;
Na
me of Bank: State bank of India Branch;
SME Branch, Bilaspur (04177) ,IFSC Code
SBIN0004177, Bilaspur,PIN-49500,
State: Chhattisgarh
While submitting the bid for the subject work , please upload the details of Tender
Fee and EMD online along with your offer.
Ten
der 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.
5.0 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 a valid class A Electrical License..
5.1.2
The bidder should have executed the works of maintenance of bay equipment in
400 KV or above switchyard.
5.1.3
The bidder should have executed contract which includes the works of electrical
maintenance /electrical equipment erection / commissioning / testing for the electrical
systems in 200 MW or above capacity plant(s), as per the following within the
preceding seven (7) years reckoned as on the date of Techno-commercial bid opening:
E-tender no 9900210498
5
a)
Executed value not less than Rs. 51 Lakhs in a Single Contract.
OR
b)
Executed value not less than Rs. 32 Lakhs in Two Contracts each.
OR
c)
Executed value not less than Rs. 26 Lakhs in Three Contracts each.
Notes for clause 5.1.2:
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
Notes
Notes for clause 5.1.2 & 5.1.3 above:
5.2
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.
64 Lakhs (Rupees Sixty Four Lakhs only).
5.2.2
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 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) Other income shall not be considered for arriving at annual turnover
E-tender no 9900210498
6
i. The work executed by a bidder as a sub-contractor of main contractor shall not be
considered for meeting the criteria of Qualifying requirements.
Financial Criteria
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:
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.: 91-7752-277032/7169,
E-mail: madhuripatel@ntpc.co.in, dhananjaymohapatra@ntpc.co.in
,
E-tender no 9900210498
7
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
Corpor
ate Identification Number: L40101DL1975GOI007966. Website: www.ntpc.co.in
E-tender no 9900210498
8
GeM Availability Report and Past Transaction Summary
GeM Availability Report and past transaction summary report is generated based on the specifications
searched by the Buyer. The specification may be modified appropriately for searching relevant
categories on GeM. Buyer may navigate to GeM category page by clicking on the category link to view
category specifications and products/services available in the category.
Order Count and Order Value displayed is on a cumulative basis since GeM inception.
1. Search String: Bi-Annual Contract of PM/BD jobs of Plant transformers and 400KV Switchyard
and ESP rectifiers
Search type: Service
Search Result: Category not available on GeM for the text string searched by the buyer.
This is a one-time requirement hence new category creation is not proposed / or requirement is
recurring but request for new category creation will be submitted separately post generation of
GeMARPTS.
Report ID: GEM/GARPTS/03112020/2A61MIYEKHZR
Report Name: Bi-Annual Contract of PM/BD jobs of Plant transformers and 400KV Switchyard and ESP
rectifiers
Generated By: Bipul Kumar , Contracts and Materials , Ministry of Power
Generated On: 03/11/2020
Valid till: 03/12/2020