NTPC Limited
(A Government of India Enterprise)
SSC-C&M-SIMHADRI
NOTICE INVITING TENDER (NIT)
FOR
Procurement of Gearbox for 8.5E10 Mills Stage-I of NTPC – Ramagundam
(Domestic Competitive Bidding)
Tender Ref No: 9900210152
Date: 16.11.2020
1.0 NTPC Limited invites online bids on
Single Stage Two Envelope bidding
basis (Envelope-1: Techno-Commercial Proposal & Envelope-2: Price Proposal)
from eligible bidders for Procurement of
Gearbox for 8.5E10 Mills Stage-I of
NTPC – Ramagundam
, as per the Scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Procurement of Gearbox for 8.5E10 Mills Stage-I of NTPC – Ramagundam
3.0 Detailed specifications, scope of work and terms & conditions are given in the bidding
documents and can be viewed in our Online Tender Portal
https://eprocurentpc.nic.in/nicgep/app
4.0 Brief Details:
Document down load Commencement Date
& Time
16
.1
1
.2
0
20
,
Upon publishing in the
aforementioned portal, bidders can
download
Source IFB / NIT
SSC-C&M-SIMHADRI STPS
Contract Classification Supply
Last Date and Time for Bid Submission 08.12.2020; 1530 Hrs
Techno Commercial Opening Date & Time 09.12.2020; 1530 Hrs
Cost of Bidding Document in INR 1125/-
per set including GST
EMD in INR
1
,00,000/
-
As per provisions of bidding documents, the bidders shall submit “Techno-Commercial
Proposal” and “Price Proposal” online (https://eprocurentpc.nic.in/nicgep/app), within the
bid submission date and time as mentioned above. Only Techno-Commercial proposals
will be opened on the date and timed mentioned in the NTPC-GePNIC Website.
5.0 The date of opening of Price Proposal shall be intimated separately by NTPC
after completion of evaluation of Techno-Commercial Proposal.
6.0 Bid Security (EMD) and Tender Fee shall be paid online in GePNIC website or
submitted in a sealed envelope separately offline by the stipulated bid submission
closing date and time at the address given below. Any bid without an acceptable
Bid Security (EMD), Tender Fee shall be treated as non-responsive by the
employer and shall not be opened. All credential filled up formats & supporting
documents as asked by NTPC are to be given online as attachments with the bid.
7.0 Any document submitted by the agency in hard copy other than the documents
mentioned at Para 6.0 above, will not be considered. In spite of this condition, if any
document is submitted by the agency in hard copy other than the documents mentioned
at Para 6.0 above before bid opening shall be ignored and the offer submitted through
the e-tendering shall be binding on the agency.
8.0 Micro and Small Enterprises (MSEs) registered with District Industries Centres 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 Udyog
Aadhaar Memorandum (UAM), Udyam Registration Certificate 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 bid documents free of cost and shall
be exempted from paying Earnest Money Deposit.
The above benefits to MSEs are meant for procurement of only goods produced and
services rendered by MSEs. However, traders are excluded from the purview of Public
Procurement Policy and not eligible for Benefits to MSEs. Also, benefits under Public
Procurement Policy for MSEs shall not be extended in Works Contract.
The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar certificate/
Udyam Registration Certificate and EMD, Power of Attorney well in advance to the
address mentioned at 16.0 so as to reach before the scheduled bid submission end date
and MSE’s should upload MSE/ NSIC/ Udyog Aadhar certificate / Udyam Registration
Certificate in Fee cover in GePNIC, failing which the bid shall be liable for rejection.
9.0 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.
10.0 A complete set of Bidding Documents may be downloaded by any interested Bidder at
our E Tender Site (https://eprocurentpc.nic.in/nicgep/app). For logging on to the E
Tender Site, the bidder would require to create user ID and Password as per the Bidder’s
Manual Kit provided in the aforementioned web site. The payment (non-refundable) of
the cost of the documents as mentioned above in the form of a crossed account payee
demand draft in favour of NTPC Ltd., Payable at Visakhapatnam shall be submitted in a
sealed envelope separately offline by the stipulated bid submission closing date and time
at the address given below.
11.0 Qualifying Requirements:
11.1 Technical Criteria:
11.1.1 The bidder should be a manufacturer of coal mill gearbox of 200 KW rating or
above.
11.1.2 The bidder should have executed orders for supply of gear boxes for coal mills to
thermal power station of unit capacity 60 MW or higher and supplied gear box
must have completed successful operation for at least two years as on the date of
techno-commercial bid opening.
11.1.3 The bidder should have executed orders for supply of gear box(es) for coal mills
to thermal power station of unit capacity 60 MW or higher” in the preceding seven
(07) years, reckoned as on the date of techno-commercial bid opening with order
values meeting any of the following :
Single executed order value of not less than Rs. 60.48 Lakhs.
OR
Two executed order values of not less than Rs. 37.80 Lakhs each.
OR
Three executed order values of not less than Rs. 30.24 Lakhs each.
11.2 Financial Criteria
11.2.1 The average annual turnover of the bidder, in the preceding three (03) financial
years, reckoned as on the date of techno-commercial bid opening shall not be less than
Rs. 75.60 Lakhs (Rupees Seventy Five Lakhs and Sixty Thousand Only).
11.3 Notes:
a) 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/Proprietor/Partner that the financial results of the Company are under
audit as on the date of techno-commercial bid opening and the certificate from
practicing Chartered Accountant certifying the financial parameters is not available.
b) For the purpose of arriving at the executed value of work specified at 11.1.3 above,
basic amount only shall be considered. In case of a contract inclusive of Taxes,
agency has to provide the break-up of basic value and tax.
c) Other income shall not be considered for arriving at annual turnover.
d) The value of the work completed in the preceding seven (07) years reckoned as on
date of techno-commercial bid opening, even if it has been started earlier, will only
be considered for establishing the qualifying requirements.
e) The word “executed” mentioned at clause 11.1.3 above means; bidder should have
achieved the criteria specified in above QR even if the total contract is not completed
/ closed.
f) The bidder should submit the documentary proof for establishing the QR
requirements at 11.1 and 11.2 above.
12.0 Notwithstanding anything stated above, the Employer reserves the right to
undertake a physical assessment of the capacity and capabilities including
financial capacity and capability of the Bidder / his Collaborator(s) /
Associate(s) / Subsidiary(ies) / Group Company(ies) 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
the office/facilities/banker’s/reference works by the Employer. A negative
determination of such assessment of capacity and capabilities may result in
the rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for
the qualifying requirements stipulated above.
13.0 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.
14.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
15.0 Participation in the tender does not automatically mean that the bidders are
considered qualified. NTPC shall evaluate the qualifying requirements of
each bidder as per NIT after opening of Technical Commercial bids and the
bids of the bidder who is not meeting the qualifying requirement shall be
treated as non-responsive.
16.0 First time users not allotted any vendor code are required to approach NTPC at
least five working days prior to last date of bid submission and submit following
details:
a) For creation of vendor code:
i) Company/ Firm registration copy, GST registration copy, PAN detail
copy.
ii) Valid email ID, Contact No.
iii) Address Proof
iv) Cancelled Cheque & EFT form (to be verified by bank)
Note: Format of EFT (Electronic Fund Transfer) form is attached along with
tender documents.
17.0 Address for Communication
K Kranthikumar Manager (C&M) / K.V.Chary, DGM (C&M)
NTPC Limited,
Simhadri Super Thermal Power Station
Shared Services Centre - C&M deptt, Admin Building Annex
Via Parawada, PO NTPC – Simhadri
Visakhapatnam, A.P. – 531020
Contact Nos. : 08924284969/08924284832/9448290390/9440909191/
E-mail Ids:
kranthikumar@ntpc.co.in/ venkateswarachary@ntpc.co.in
Websites:https://eprocurentpc.nic.in/nicgep/app (or) www.ntpctender.com (or)
www.ntpc.co.in
Registered Office Address:
NTPC Bhawan”
Core No. 7, Scope Complex,
Institutional Area, Lodhi Road,
New Delhi – 110003, India.
Corporate Identification Number: L40101DL1975GOI00796