NTPC Limited
(A Govt of India Enterprise)
SSC-ER-II
TALCHER SUPER THERMAL POWER STATION, KANIHA
BIDDING DOCUMENTS
FOR
Name of
Package
EXTERNAL PAINTING WORKS INSIDE PLANT AREA & PAINTING OF
STAGE-I TOWNSHIP QUARTERS AND FACILITIES AT TALCHER KANIHA
NITNo.:
9900209132
SECTION - I, II, III, IV, V, VI, VII & VIII
(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).
BIDDING DOCUMENTS
CONTENTS
Section I : NOTICE INVITING TENDERS (NIT)
Section II : Instructions to Bidders (ITB)
Section III : General Conditions of Contract (GCC)
Section IV : Special Conditions of Contract (SCC)
Section V : Technical Specification & Drawings (TS)
Section VI : Schedule of Quantities (SOQ)/Schedule of Items (SOI)
Section VII : Forms and Procedures (FP)
SECTION - I
NOTICE INVITING TENDERS (NIT)
NTPC Limited
(A Government of India Enterprise)
NOTICE INVITING TENDERS (NIT)
(Domestic Competitive Bidding)
Name of
Package
EXTERNAL PAINTING WORKS INSIDE PLANT AREA & PAINTING OF
STAGE-I TOWNSHIP QUARTERS AND FACILITIES AT TALCHER KANIHA
NIT No. Dated
9900209132
1.0 NTPC invites on-line bids on Single Stage Two Envelope Basis (i.e. Envelope-I:
Techno-Commercial Bid and Envelope-II: Price Bid) from eligible Bidders for
aforesaid package for Talcher Kaniha Super Thermal Power Station(3000 MW) is
located in Kaniha under Talcher Subdivision of Angul District of Odisha.
Nearest Town Talcher (26 kms)
Nearest Railway Station - Talcher (29 kms)
Nearest Airport Bhubaneswar (180 kms)
, as per the scope of work briefly mentioned hereinafter.
2.0 Brief Details
Source of NIT
NTPC SSC, ER-II, Talcher Kaniha
Document Sale Commencement Date 13.11.2020
Last Date of receipt of queries from
prospective bidders
26.11.2020 up to 17:00 (IST)
Last Date & Time for submission of bids
(both Techno-Comme
rcial and Price) and
Bid Documents sale close date
03.12.2020 15:30:00 (IST)
Techno-Commercial Bid Opening Date &
Time
04.12.2020 16:00:00 (IST)
Price Bid Opening Date & Time
Shall be Intimated Separately
Nature of contract/package
WORKS CONTRACT
Tender Fee in INR
2,250.0
Tender fee and EMD
Exemptions are not
ALLOWED
EMD / Bid Security in INR
5,00,000.0
Estimated cost of work in INR
Rs.293.57 Lakh
3.0 A complete set of Bidding Documents including detailed Specification, Scope of Work
and Terms & Conditions may be downloaded free of cost by any interested Bidder from
https://eprocurentpc.nic.in.
NOTE:
No hard copy Bidding Documents shall be issued. Corrigendum (if any) shall be
available on our e-tender website https://eprocurentpc.nic.in only
4.0 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(if any) are also PROVIDEDFOR
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. 234.86 Lakh,
OR
b) Two orders, each of value not less than Rs.146.79 Lakh,
OR
c) Three orders, each of value not less than Rs.117.43 Lakh
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
5.2 FINANCIAL CRITERIA:
5.2.1The 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. 293.57 lakh (Indian
Rupees Two Crore Ninety Three Lakh Fifty Seven 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
7.0 Brief Scope of Work
The brief scope of work under this package shall include:EXTERNAL PAINTING WORKS
INSIDE PLANT AREA & PAINTING OF STAGE-I TOWNSHIP QUARTERS AND
FACILITIES AT TALCHER KANIHA as per BOQ , Specification, Terms and Conditions,
drawings and instruction of Engineer-in-Charge as detailed in the tender document.
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 Downloading of bid documents by any Bidder or submission of offer thereof 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.
10.0 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 corrigendum 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.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 BENEFITS TO LOCAL SUPPLIERS
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.
13.0 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.
14.0 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Talcher Kaniha Super Thermal Power Station, has been declared a Mega Power Project
by Ministry of Power (Govt. of India). Accordingly, supplies of goods for this package
shall be eligible for the benefits / exemptions as per provisions of relevant policy &
Notifications of Govt. of India.”
15.0 GENERAL QUALIFYING REQUIREMENTS:
DOCUMENTS ARE TO BE SUBMITTED/UPLOADED (ONLINE OR IN SEALED
ENVELOPE-HARD COPY) FOR THE TENDER IN LINE WITH RELEVANT
PROVISIONS OF SPECIAL CONDITIONS OF CONTRAC(SCC)
The bidders shall have to necessarily upload the documents in support of meeting the
qualifying requirements as mentioned above along with their offer in Technical Cover-
ONLINE, which inter alia shall include the following:
a. Duly filled up Attachment-3 and documentary evidence in support of meeting the
qualifying requirements stipulated above which should include experience of works as
specified in QR ,copies of Work Orders/Award letters with proof of execution in the form
of completion certificate/ final amendment copies/ copy of FINAL/ PAID bill and other
related documents stating that the work order given in support of qualifying requirements
has been executed. Proof of Turnover/Balance Sheet duly certified by Chartered
Accountant for the last three years.
b. Bidder shall furnish Power of Attorney and Joint Deed of Undertaking(s) (if applicable)
as detailed in Bidding Documents by the stipulated bid submission closing date and time
at the address given below.
c. Partnership Deed / Affidavit for Proprietorship / Article of Association including changes
in the “CONSTITUTION OF THE FIRM, (IF ANY)”, (Copy of certification with appropriate
authority).
d. Documentary evidence of having independent PF registration No. from RPF
Commissioner & PAN, and GSTIN No.
16.0 In case the bidder fails to submit the documents in support of meeting the QR, the offer
shall be liable for rejection. Offer of the bidder not fulfilling the QR shall be rejected and
not considered for evaluation further.
17.0 This is a WORKS CONTRACT and MSME Benefit SHALL NOT BE applicable. The
bidders may apprise themselves of the relevant provisions of bidding documents
in this regard before submission of their bids
Micro and small Enterprises (MSEs) registered with District Industries Centers or Khadi
and Village Industries Commission or Khadi and Village Industries Board or Coir Board
or National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises as per
MSMED Act 2006 for goods produced and services rendered, shall be issued the bidding
documents free of cost and shall be exempted from paying Earnest Money Deposit.
The benefit as above to MSEs shall be available only for goods/ services produced &
provided by MSEs for which they are registered.
MSEs seeking exemption and benefits should enclose a attested/self certified copy of
valid registration certificate, giving details such as validity, stores/services etc. failing
which they run the risk of their bid being passed over as ineligible for the benefits
applicable to MSEs.
18.0 Address for Communication
Shri 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