NTPC Limited
(A Government of India Enterprise)
SSC-C&M-SIMHADRI
NOTICE INVITING TENDER (NIT)
FOR
Supply & Installation of LT switchgears at RSTPS
(Domestic Competitive Bidding)
Tender Ref No: 9900211975 Date: 21.11.2020
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 Supply & Installation of LT switchgears at RSTPS, as per the scope of
work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details: Supply & Installation of LT switchgears at
RSTPS
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
21.11.2020
Source IFB/ NIT
SSC-C&M-SIMHADRI STPS
Contract Classification Supply & Installation
Last Date and Time for Bid Submission 07.12.2020; 15:30 Hrs
Techno Commercial Opening Date & Time 08.12.2020; 15:30 Hrs
Cost of Bidding Document in INR 1125/-
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 time mentioned in the NTPC-GePNIC Website.
5.0 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.
6.0 Any document submitted by the agency in hard copy other than the documents mentioned
at Para 5.0 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 5.0 above
before bid opening shall be ignored and the offer submitted through the e-tendering shall be
binding on the agency.
7.0 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(NSIC) or Directorate of Handicrafts and Handloom or Udyog
Aadhar 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 and EMD,
Power of Attorney well in advance to NTPC Ltd., SSC-SR Simhadri office so as to reach before
the scheduled bid submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar
certificate in Fee cover in GePNIC.
Udyam Registration Certificate is also acceptable for MSEs benefits.
8.0 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.
9.0 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.
10.0 Qualifying Requirements:
1.0 Technical Criteria
1.1) The Bidder should be a manufacturer of LT Air circuit breakers having breaking capacity of
at least 45kA.
1.2) The Bidder should have manufactured and supplied at least one (01) no. of LT
switchgear/LT MCC with fault rating of at least 45kA, having Draw out type Air Circuit
Breakers and Draw out type Motor modules and it should have been in operation for a
period not less than two (02) years.
1.3) The Bidder should have executed order(s) for “Supply of 415V LT switchgears/Motor
Control Centre(MCC)/Power Control Centre (PCC) panels”during the preceding seven
(07) years, reckoned as on date of techno-commercial bid opening with order values
meeting any of the following :
Single order with executed value not less than Rs 59.66 Lakhs.
OR
Two orders with executed value not less than Rs. 37.29 Lakhseach
OR
Three orders with executed value not less than Rs.29.83 Lakhs each.
2.0 Financial Criteria:
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 74.58 Lakhs (Rupees Seventy four lakhs and fifty eight thousand only)
3.0 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 supply specified at 1.3above,
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 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 Bidders can be authorised dealer also if tender specific
authorisation is given by a manufacturer, who meets the Q.R.
criteria 1.1 & 1.2 In such case, the documents in support of
QR criteria 1.3 & 2.0 should be of either bidder(dealer) or
manufacturer.
g)The bidder should submit the documentary proof for establishing the QR requirements at 1.0
and 2.0 above.
11.0 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.
12.0 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.
13.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
14.0 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.
15.0 Address for Communication:
AGM (C&M),
NTPC Limited,
Simhadri Super Thermal Power Station
SSC, Admin Building Annex
Via Parawada, PO NTPC – Simhadri
Visakhapatnam, A.P. – 531020
Email ID:
venkateswarraos@ntpc.co.in
/
asravani@ntpc.co.in
/tvrao02@ntpc.co.in
Telephone: 9494704698/9491063140
Websites:
https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in
Digitally signed by SRAVANI AMPOLU
Date: 2020.11.21 15:41:36 IST
Location: NTPC Limited eProcurement Portal
Signature Not Verified