Page
1
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER (NIT)
Page
2
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam- 531020
invites bids on DCB (Domestic Competitive Bidding) basis through Single Stage Two Envelope bidding (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for the contract with following details:
Sl. No
Particulars
Details
1.
Name of the Package
BUTTRESSING AND 1
ST
RAISING OF N2 AND S2 DYKES OF NTPC
RAMAGUNDAM
2.
Project Manager
HOP (
Ramagundam
)
3.
Address of the Employer &
Location of Contract
Ramagundam Super Thermal Power Station
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215.
GST No. 36AAACN0255D1ZZ
4.
Qualifying Requirements
As mentioned in
Annexure
-
I
of IFB
5.
Maximum number of
reference
work, bidders can submit for
meeting the Technical QR
Three (03)
6.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned
in Tender Details of eProcurement Portal.
7.
Scope of Work
May please refer Section V
I
of bidding documents
.
8.
Completion Period/ Duration of
Contract
The
Contract Period is
33 months. The Completion Schedule/Work Schedule
for 33 Months shall be as per the details enclosed in Section-VI of bidding
documents.
9.
Price Bid
The Bidder shall quote
Premium/Discount
and applicable GST for
total value of the
work 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. The quoted Premium/Discount shall be applied uniformly
on all the items of BOQ.
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 minimum Percentage of Amount Linked to Safety Aspects of the
cumulative total of Works Portion of the Contract, i.e. Civil + Structural
Works shall be 2%.(Bidder has to upload relevant attachment of Section VIII
Part 2 of 3 along with Price Bid)
10.
Required Offline Documents
The following Attachments to Bid Form of Section VIII of bidding documents
shall be submitted OFFLINE.
a) Attachment 1: Earnest Money Deposit & Tender Fee in the form fo DD/BG/BC
should be submitted offline
Bidders have an option to pay EMD & Tender Fee online in the tendering
portal while submitting the bid. (Scanned Copy to be uploaded in the portal)
b) Attachment 2: Authority to Sign the bid
c) Attachment 7: Electronic Fund Transfer (EFT) Form
d) Integrity Pact (Applicable)
e) Deed of Joint Undertaking (Not Applicable)
f) Deed of Joint Venture (Not Applicable)
11.
Tender Fee & EMD
EMD Amount (Rs).
1,00
,00
,000/
-
(Rupees
One Crore
Only)
Tender Fee Amount (Rs): 9,000/- (Rupees Nine Thousand Only)
Bidders have an option to pay EMD & Tender Fee online in the tendering portal
while submitting the bid.
In case of Any difficulty in payment of EMD & Tender Fee in view of COVID-19
Page
3
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
pandemic
, bidders may choose to opt the procedure mentioned in Annexure
-
II
to IFB.
Any bid not accompanied by an acceptable Earnest Money Deposit & 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.
Tender Fee and EMD Exemption to MSE Vendors is not applicable for the
subject work.
12.
Contract
Price Basis
Variable as per the Contract Price Adjustment Formula mentioned in Section VI of
bidding documents.
13.
Independent External
Monitors (IEMs)
Applicable.
In respect of this package, the Independent External Monitors (IEMs) would
be monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.
The following Independent External Monitor(s) (IEMs) have been appointed
by NTPC, in terms of Integrity Pact (IP) which forms parts of the NTPC
Tenders/Contracts:
(i)
Shri M.F.Farooqi (Retd. IAS) (email:mffarooqui@gmail.com)
(ii)
Shri Devendra Kumar Pathak, IPS (Retd.)
(email:pathak56515@gmail.com)
(iii)
Dr. T. M. Bhasin
Former Vigilance Commissioner, CVC
(email:tmbhasin@gmail.com)
14.
Ap
plicable Schedule of rate
s
The applicable Schedule of rate shall be CPWD- DSR-2016 with 10% discount
wherever required. The expression (CPWD-DSR) wherever appearing in the tender
documents shall be read as DSR-2016 with 10% discount.
15.
Security Deposit
As per GCC Unless otherwise specified in Section V
I
of bidding documents
16.
Defect Liability Period
As per GCC
Unless otherwise specified in Section VI of bidding documents
17.
Payment Terms
As per GCC Unless
otherwise specified in Section V
I
of bidding documents
18.
Liquidated Damages for Delay
The liquidated damages shall be charged at the rate of ¼ percent per every week of
delay of the value of the Work shown above if there is delay for a particular stage or
the entire value of Contract if the whole of the Work is delayed.
The total amount of liquidated damages payable by the Contractor for delay in stage
wise completion or completion of the whole Work shall not exceed 5 % of the
Contract Value as awarded.
19.
Order Placement
On Single Agency. In this particular case, splitting of quantity is not possible.
20.
Evaluation of bids & Purchase
Preference
Evaluation shall be on Lump sum Basis.
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.
The bidders may apprise themselves of the relevant provisions of bidding documents
in this regard before submission of their bids.
Bidders seeking the purchase preference should necessarily upload relevant
documents in etender portal.
Purchase Preference to Local Content is being given in this tender. Purchase
preference to MSE in not being given as this is a Works Contract
21.
Minimum Local Content
More than 90
%
.To avail purchase preference with regard
to Local Content,
bidder shall necessarily submit Attachment-11 to Bid form (Section-VIII)
through Tendering Portal.
22.
Details of
Owner Issue material
As
detailed
in
Scope of Work,
Section VI
of bid documents
, There is no Owner issue
Page
4
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
material for the
subject work.
23.
Employer’s Beneficiary Bank
Details for Tender Fee & EMD
(if applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali Nagar (Branch Code 20914)
Bank Address
Deepanjali Nagar
, NTPC Simhadri, Visakhapatnam
-
531 020
E mail id
ntpc_djnagar@sbi.co.in
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC eProcurement
Portal, https://eprocurentpc.nic.in.
C. 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.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. 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.
F. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts)/ DGM (C&M-Contracts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone: 9440100468/9481903482
E-Mail: bravindrababu@ntpc.co.in /santoshkumar50@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com
Registered office:
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.
Website: www.ntpc.co.in
Page
5
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-I
1.0
1.1
Qualifying Requirements
Technical Criteria:
The bidder should have executed the following works within preceding 7 (seven) years,
reckoned as on the date of techno-commercial bid opening:
A. At least one “earthen dam work” or “ash dyke work” (either in starter dyke or raising of
existing dyke) or “reservoir embankment work” of maximum height not less than 10.00
Meters (Ten Meters), in one contract.
AND
B. A cumulative progress of at least 11.00 Lakh Cubic Meter (Eleven lakhs cubic meter) of
earthwork in earthen dam work or ash dyke work (either in starter dyke or raising of
existing dyke) or reservoir embankment or canal embankment work in any 01 (one) year
period, in one (01) or maximum 02 (two) concurrently running contracts.
Notes: The following notes (a to j) explain in detail the intention of various terms in
qualifying requirements:
a) Earth dams, ash dykes and reservoir embankments, which are designed
as water retaining structures, shall be qualified for this work. However,
canal embankments, guide bunds along water courses shall be considered for
qualification under clause 1.1B only. All other types of earth works such as
road embankments, railway embankments, site leveling works etc. shall not be
qualified.
b) Sand / substitute filter media as filter either in chimney or in blanket or both; used in
embankment shall be considered in earthwork quantity calculations. Rock toe shall
not be considered.
c) For embankments/reservoir/dyke, the height and quantities shall be considered
above formation level up to dyke top for qualifying requirements purpose. However, in
case of ash dyke raising works, for both inward/upstream & outward/center line
methods, the height of dyke shall be considered from the stripped level of ash bed
inside the lagoon for qualifying requirement purpose. “Formation level” means bottom
of stripped level for the dyke formation. The earth work in cut off trench
(COT) shall be included for quantity estimation for eligibility criterion under
clause 1.1B. However, the depth of COT shall not be considered for the height
calculations for qualifying requirement under clause 1.1A.
d) Wherever the ash dykes and other embankments are constructed in different
contracts, the height applicable to individual contract only and not the cumulative
effect shall be considered for the purpose of determining compliance of clause 1.1A.
For example, where the contract is for raising an embankment, only the raising
portion shall be considered and not the earlier starter dyke.
e) In clause 1.1 above, the word “executed” means the bidder should have achieved the
criteria specified in the qualifying requirements, within the preceding seven (7) years
period till the date of Techno-commercial bid opening,
even if the contract has been started earlier and /or is not completed /closed.
f) In clause 1.1A above, bidder should have constructed full 10.00 meter height of
embankment work specified in the qualifying requirements within the preceding seven
(07) years period till the date of Techno-commercial bid opening,
even if the contract has been started earlier and/ or is not completed /closed.
Page
6
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
g) The “one (1) year period” means any continuous 12 months’ period. However, for two
(2) concurrent works, the same 12 months’ period shall be considered.
h) In case of works stipulated in 1.1B above the word “earthwork” shall mean earth
/ash. The quantity of earthwork in filling only will be considered for qualification
i) Reference works executed by the bidder, as a member of Joint Venture /
Consortium/ Associate can also be considered provided
1) The allocation of scope of work between the partners of the Joint Venture /
Consortium/ Associate is clearly defined in the executed Joint Venture agreement/
Consortium Agreement/ Deed of Joint Undertaking and bidder’s scope of work and
break-up of quantities executed by them as individual contribution in the Joint
Venture / Consortium/Associate, duly authenticated by the Project Authority;
meet the relevant provisions of qualifying requirement.
2) In case the reference work has been executed by the Bidder in an integrated Joint
Venture wherein allocation of scope of work and break-up of quantities between the
partners is not clearly specified in the integrated Joint Venture Agreement, then for
Clause 1.1B above, the credit of executed quantities can be claimed by the bidder
in the ratio of bidder’s share in the integrated Joint Venture Agreement, provided
the bidder establishes that it regularly undertakes works as at Clause 1.1B above.
3) The executed works/ quantities by integrated Joint Venture shall be duly
authenticated by the owner/Project Authority. However, the bidder will not
be eligible to claim the credit of executed work by integrated Joint Venture for
Clause 1.1A above, unless the bidder has individually executed the
work meeting the requirement of Clause 1.1A above and which has been
duly authenticated by the owner/ Project Authority.
j) Reference work executed by the bidders as a sub-contractor may also be considered
provided the certificate issued by main contractor is duly certified by Owner/Project
Authority specifying the scope of work executed by the sub-contractor in support of
qualifying requirements.
2.0
2.1
2.2
2.3
Financial Criteria:
The average annual turnover of the Bidder, in the preceding three (3) financial years;
reckoned as on the date of Techno-Commercial Bid Opening shall not be less than INR
3048.00 Lakhs (Rupees Three thousand Forty Eight lakhs only).
In case the bidder does not satisfy the financial criteria, stipulated at Cl.2.1 above on its
own, its holding company would be required to meet the stipulated turnover requirements
at Cl. 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, 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.
Net worth of bidder shall not be less than 100% of the bidder’s paid up share capital as on
the last day of the preceding financial year. In case the Bidder meets the requirement of Net
worth based on the strength of its Subsidiary (ies) and/or Holding Company and/or
Subsidiaries of its holding companies wherever applicable, the Net Worth of the Bidder and
its Subsidiary (ies) and/or Holding Company and/or Subsidiary (ies) of the Holding
Company, in combined manner should not be less than 100% of their total paid up share
capital. However individually, their Net worth should not be less than 75% of their
respective paid up share capitals. For Consortiums/Joint Ventures, wherever applicable,
the Net worth of all consortium/Joint Venture members in combined manner should not be
Page
7
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
less than 100% of their paid up share capital. However individually, their Net worth should
not be less than 75% of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of their
respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals
2.4 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 in
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 the Holding Company.
b. A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in
the bid documents, stating that the unaudited unconsolidated
financial statements form part of the Consolidated Annual Report of the company
2.5 In cases 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 staring 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
a. Net worth means the sum total of the paid up share capital and free reserves. Free reserves
means all reserves credited out of the profits and share premium account but does not
include reserves credited out of the revaluation of the assets, write back of depreciation
provision and amalgamation. Further, any debit balance of Profit and Loss account and
miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced
from reserves and surplus.
b. Other income shall not be considered for arriving at annual turnover.
c. “Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as
per Companies Act of India.
d. The word “executed” at 1.1 above means; bidder should have achieved the criteria specified
in above QR even if the total contract is not completed / closed.
e. The bidder should submit the documentary proof for establishing the QR requirements at
1.0 and 2.0 above.
Page
8
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-II
Stop Gap arrangement with regard to receipt of Bid Security / Cost of Bidding documents in view of COVID-19 pandemic
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.
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.
21/11/2020 NTPC Limited eProcurement Portal
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=FrontEndTenderDetails&service=direct&session=T&sp=SVD203zaQuZdo06VkKXD47i2
1/2
NTPC Limited eProcurement Portal
Tender Details
Date : 21-Nov-2020 11:11 AM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
9900206502
Tender ID 2020_NTPC_44188_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.No Bank Name
1 SBI Bank
Offline
S.No Instrument Type
1 DD
2 BG
3 BC
Cover Details, No. Of Covers - 3
Cover No Cover Document Type Description
1 Fee .pdf
Proof of EMD
and Tender
Fee
.pdf
Signed and
scanned copy
of Integrity
Pact
2 PreQual/Technical .pdf
Technical
Documents
.pdf
Techno
Commercial
Bid along with
attachments
.pdf
QR supporting
documents as
per Annexure-
I to IFB
.pdf
Attachment-11
of Section-VIII
of bid
documents for
preference to
make in India
3 Finance .xls Price Bid
.pdf
Attachment-
Declaration of
amount linked
to safety
aspects( Sec-
VIII Part 2 0f
3 of bid
documents)
Tender Fee Details, [Total Fee in * - 9,000]
Tender Fee in
9,000
Fee Payable To NTPC
Limited
Fee Payable At Visakhapatnam
Tender Fee
Exemption Allowed
No
EMD Fee Details
EMD Amount in
1,00,00,000 EMD through
BG/ST or EMD
Exemption
Allowed
No
EMD Fee Type fixed EMD Percentage NA
EMD Payable To NTPC
Limited
EMD Payable At Visakhapatnam
21/11/2020 NTPC Limited eProcurement Portal
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=FrontEndTenderDetails&service=direct&session=T&sp=SVD203zaQuZdo06VkKXD47i2
2/2
Work /Item(s)
Title BUTTRESSING AND 1ST RAISING OF N2 AND S2 DYKES OF NTPC RAMAGUNDAM
Work Description BUTTRESSING AND 1ST RAISING OF N2 AND S2 DYKES OF NTPC RAMAGUNDAM
Pre Qualification Details Please refer Tender documents.
Independent External
Monitor/Remarks
As Mentioned in Tender Documents
Tender Value in
NA Product Category Civil Works Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work(Days) 990
Location RAMAGUNDAM Pincode 505215 Pre Bid Meeting Place NA
Pre Bid Meeting Address NA Pre Bid Meeting Date NA Bid Opening Place NTPC SIMHADRI
Should Allow NDA
Tender
No Allow Preferential
Bidder
No
Critical Dates
Publish Date 21-Nov-2020 10:30 AM Bid Opening Date 14-Dec-2020 04:00 PM
Document Download / Sale Start
Date
21-Nov-2020 10:30 AM Document Download / Sale End Date 11-Dec-2020 03:30 PM
Clarification Start Date 21-Nov-2020 10:30 AM Clarification End Date 28-Nov-2020 03:00 PM
Bid Submission Start Date 21-Nov-2020 12:00 PM Bid Submission End Date 11-Dec-2020 03:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document Size
(in KB)
1 Tendernotice_1.pdf NIT 697.98
Work Item
Documents
S.No Document Type Document Name Description
Document Size
(in KB)
1 Tender Documents TenderDocuments.rar Tender Documents 31471.85
2 BOQ BOQ_47301.xls Price Bid 377.50
3 Additional Documents INTEGRITYPACTPreSigned.pdf Pre signed Integrity Pact 228.58
View GTE Details
S.No Particulars Expected Value Mandatory
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
Tender Inviting Authority
Name DGM(CS)
Address SSC-SR, Simhadri Super Thermal Power Station, Visakhapatnam