NTPC–SAIL POWER COMPANY LIMITED
(A Joint Venture of NTPC Ltd. & SAIL)
NOTICE INVITING TENDER
(DOMESTIC COMPETITIVE BIDDING)
NIT NO.: 0230/SSC/CS/OT/21/2020-21/2800005523 Dated: 27/11/2020
NSPCL-Bhilai invites e-tenders for following package of Expansion Power Plant, NSPCL-Bhilai:
Sl.
No.
Pkg.
No.
Description of Work Estimated Value
(Rs)
Cost of
Tender
Document
(Rs.)
Contract
Period
Sale Start
Date /
Sale Close
Date
Last Date
& Time
for
Receipt
of Bid
EMD (Rs.)
01
SSC/:
20230
Repair and Rehabilitation of CW
pump foundations & TG roof,
NSPCL Expn Power plant, Bhilai
1,59,48,027.56
2655/-
(Online
tender
form)
12
Months
28/11/20
28/12/20
15:00Hrs
3,48,000.00
19/12/20
Rs. 2250.00+Rs. 405.00(GST@18%) = Rs. 2655/- [For Online Tender/Form (Download from SRM Portal website:
https://sapportal.nspclsrijan.co.in:50200/irj/portal]. Abridged NIT along with Qualifying Requirement may be viewed
at www.ntpctender.com, www.ntpc.co.in, www.nspcl.co.in. The details of tender for e-bidding shall be available at
https://sapportal.nspclsrijan.co.in:50200/irj/portal.
Instruction for e-bidding:
1. The bidder must have Digital Signature Certificate (Class-III).
2. The bidders who already have valid SRM User ID:
a) Login the SRM Portal and click on RFx and Auction button.
b) Rfx will be available to view for all the bidders which are already having valid SRM User ID’s.
c) Interested bidders have to register first against the Bid invitation by clicking on “Register” button placed into Rfx
header segment.
d) Tender document fee should be submitted on line/offline (Demand Draft / Pay Order / Banker's Cheque only except
exemption document and EMD also may be submitted online/offline.
e) Once Registration step & Tender fee submission is done by bidder and the tender fee received by the NSPCL and
updated into the system then Bidder could be able to “Create Responseand submit the bids against the Bid invitation
into the system.
3. New Bidders which are not having SAP/ERP Vendor Code and or SRM User ID:
a) In case a new bidder wants to participate for a particular Bid invitation in SRM portal, the bidder first of all has to
submit the filled Registration Form & NEFT Form along with required supporting documents e.g. as specified in forms,
till 15/12/2020 to C&M department, NSPCL Bhilai in hard copy or scanned copy through e-mail at:
prabhulinga@nspcl.co.in.
b) C&M department will initiate the process for vendor ID creation in SAP & send the bidders SRM Credentials (User ID
along with initial Password)
c) After creation of SRM Credentials the step 2 (above) shall be followed by the bidder.
EMD through Demand Draft in favour of a crossed demand draft / pay order / banker's cheque in favour of NTPC
SAIL POWER COMPANY LIMITED payable at Bhilai and EMD documents to be sent to AGM(SSC-C&M), NSPCL/Bhilai
–Expansion Site, Near Purena Village, Bhilai (East) PO Distt.-Durg, C.G. 490021 Tel. : 0788-2282446, 2347063, Fax :
0788-2228651 or in person at office. All Corrigendum/Modifications/Updates for the above NITs shall only be
published on the aforesaid web sites.
Online Tender fee and EMD submission Procedure are attached here with “SRM Online TFE & EMD Payment Manual”.
May please click on link:
- https://www.nspcl.co.in/pages/nspcl-srm-portal
QUALIFYING REQUIREMENT
Repair and Rehabilitation of CW pump foundations & TG roof, NSPCL Expn. Power plant, Bhilai.
1.0 Technical Criteria:
1.1 The bidder should have the experience of executing waterproofing/ pressure grouting and seepage prevention
work within proceeding seven (07) years as on the date of Techno-commercial bid opening.
1.2 The bidder should have executed Civil Maintenance/ Civil Repair/ Civil Construction works of Building
& Structures as per following criteria within preceding seven (07) years as on the date of Techno-
commercial bid opening:
a) Single Contract of Value not less than Rs. 164.10 Lakh (inclusive of taxes)
OR
b) Two Contracts of Value not less than Rs. 102.56 Lakh each. (inclusive of taxes)
OR
c) Three Contracts of Value not less than Rs. 82.05 Lakh each. (inclusive of taxes)
NOTE:
The word “executed” mentioned in clause 1.1 & 1.2 means that the bidder should have achieved the criteria
Specified in clause 1.1 & 1.2 with any of the following conditions:
Case-I: The work is started earlier (prior to the period stipulated in clause 1.1 & 1.2) but completed within
the stipulated period as mentioned in clause 1.1 & 1.2. In such cases, entire executed quantity of the relevant
work vide the work order shall be considered for evaluation.
Case-II: The work is started and completed within the stipulated period as mentioned in clause 1.1 & 1.2.
In such cases, entire executed value of the relevant work vide that work order shall be considered for
evaluation.
Case-III: The work is started within the stipulated period as mentioned in clause 1.1 & 1.2 but not
completed as on the last date of stipulated period. In such cases, “In Progress” executed quantity of the
relevant work vide that work order as on the last date of stipulated period, shall be considered for
evaluation.
Remarks:
i) Bidder must submit requisite credentials in support of having met the qualifying requirement. A summary
sheet of all documents need to be submitted along with the technical offer. Summary Sheet should clearly
describe the eligibility credentials. Credentials may include:
1. Purchase order/ work order copies.
2. Work Completion Certificate against purchase order/ Work Order Copies
ii) Reference works executed by the bidder as a member of Joint Venture /Consortium/Associate can also
be considered provided:
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.
iii) In case the reference work has been executed by the Bidder in an integrated Joint venture where in
allocation of scope of work and breakup of quantities between the partners is not clearly specified in the
integrated Joint Venture Agreement, then for clause 1.1 & 1.2 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 1.1 & 1.2 (as applicable) above. The
executed works/quantities by integrated Joint Venture shall be duly authenticated by the Project
Authority. However, the bidder will not be eligible to claim the credit of executed work by integrated Joint
Venture for Clause 1.1 & 1.2 above.
iv) Reference work executed by a bidder as a subcontractor may also be considered provided the
certificate issued by main contractor is duly certified by Project Authority specifying the scope of work
executed by the subcontractor in support of qualifying requirements.
v) In case of composite work/BOQ, the bidder shall have to furnish Certificate from owner certifying the value
of specific nature of work, as mentioned in clause 1.1 & 1.2.
2.0 Financial Criteria:
2.1 The Average annual turnover of the bidder in the preceding three (03) Financial years as on the date of
techno-commercial bid opening, should not be less than Rs. 205.12 Lakh (Indian Rupee Two Hundred
Five Lakh and Twelve Thousand Only).
2.2
In case the Bidder is not able to furnish its audited financial statements on standalone entity basis, the
unaudited unconsolidated financial statements of the Bidder can be considered acceptable, provided the
Bidder further furnishes the following documents for substantiation of its qualification.
i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of
the audited consolidated financial statements of its Holding Company.
ii) A Certificate from the CEO/CFO of the holding Company, as per the format enclosed with the bidding
documents, stating that the unaudited unconsolidated financial statements form part of the Consolidated
Annual Financial Statements of the company.
In cases where audited results for the last financial year as on the date of the Techno-Commercial Bid
opening are not available, the financials 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 that financial parameters is not available.
Notes:
i) Other income shall not be considered for arriving at annual turnover.
ii) “Holding Company” and Subsidiary Companyshall have the meaning ascribed to it as per Companies act of
India
NIT Conditions
1. Bid documents will be issued to all the parties on their request (cost of tender document to be made by a
crossed demand draft / pay order / banker's cheque in favour of NTPC SAIL POWER COMPANY LIMITED
payable at Bhilai) for issue of bid documents without prima-facie examination of their qualification status.
However, issue of bid documents shall not mean that bidders are considered qualified. Tender document fee
will not be refunded. Request for tender documents received after the last date as mentioned above due to
delays postal/courier services shall not be entertained.
2. NSPCL 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.
3. Agencies are advised to visit the site to familiarize themselves with the nature of work and the site conditions.
4. The subject work being works contracts, benefits under public procurement policy for MSEs shall not
be extended against this tender.
5. If the last date of receiving application and date of bid opening coincide with a holiday, the date will be shifted
to the next working day.
Other terms and conditions will be intimated in tender documents.
Address for communication:
AGM (SSC-C&M)
NTPC–SAIL POWER COMPANY LIMITED,
Post Office: BHILAI (East), Distt. : Durg (CHHATTISGARH), Pin: 490 021
: 9425554617,9425293586,
Email: sudeepk.das@nspcl.co.in; rashmikumari@nspcl.co.in; prabhulinga@nspcl.co.in