NTPC Limited
(A Govt of India Enterprise)
SSC-ER-II
TALCHER SUPER THERMAL POWER STATION, KANIHA
BIDDING DOCUMENTS
FOR
Name of
Package
INSTALLATION & OPERATION OF BARGE/SKID MOUNTED PUMPING
SYSTEM ON HIRE BASIS TO MEET RAW WATER REQUIREMENT AS A
CONTINGENCY PLAN IN NTPC DARLIPALI
NITNo.:
9900212381
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
INSTALLATION & OPERATION OF BARGE/SKID MOUNTED PUMPING
SYSTEM ON HIRE BASIS TO MEET RAW WATER REQUIREMENT AS A
CONTINGENCY PLAN IN NTPC DARLIPALI
NITNo.:
9900212381
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 Darlipali Super Thermal Power Project (DSTPP) which is located at
DARLIPALI in Tangarpali Block, under, Sundargarh Sadar Sub-Division of Sundargarh Dist
of ORISSA
;as per the scope of work briefly mentioned hereinafter.
Nearest major Towns :Jharsuguda about 30 KMs, Sundargarh about 28 KMs
Nearest Railway Station: Brajrajnagar 20 KMs, Jharsuguda about 25 KMs
Nearest Airport:Jharsuguda(Odisha) 25 Km, Raipur (Chhattisgarh) 300 KMs,
Bhubaneswar 330KMs
2.0 Brief Details
Source of NIT
NTPC SSC, ER-II, Talcher Kaniha
Document Sale Commencement Date 04.12.2020
Last Date of receipt of queries from
prospective bidders
17.12.2020 up to 17:00 (IST)
Last Date & Time for submission of bids
(both Techno-
Commercial and Price) and
Bid Documents sale close date
23.12.2020 15:30:00 (IST)
Techno-Commercial Bid Opening Date &
Time
24.12.2020 16:00:00 (IST)
Price Bid Opening Date & Time
Shall be Intimated Separately
Nature of contract/package
SERVICE CONTRACT
Tender Fee in INR
2,250.0
Tender fee and EMD
Exemptions are
ALLOWED as detailed
in SCC
EMD / Bid Security in INR
5,00,000.0
Estimated cost of work in INR
Rs. 446.07.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 fulfill 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 contract/ order values as indicated below:
a. One order of value not less than Rs.178.43 Lakh,
OR
b. Two orders, each of value not less than Rs.111.52 Lakh,
OR
c. Three orders, each of value not less than Rs.89.22 Lakh.
Similar Work means: Supply or hire, installation, testing, commissioning, operation
/maintenance of either offshore (barge mounted) or onshore (skid mounted)
pumps (Horizontal /vertical/ submerged type) & pumping system with water
flow at a rate of 1200 m3/hr(minimum) and discharge head 90 meter of
Water Column (minimum)
Notes
i) The term “executed/completed” means the bidder should have achieved the criteria
specified in the Qualifying Requirement, even if the total contracts/orders are not completed /
closed. In case any contract/order is under execution as on last date of the month preceding
the month of publication of NIT, the value of work executed against such contract/order till
such date shall be considered provided the same is certified by the
Owner/ Project Authority.
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
owner/Project Authority, meet the relevant provisions of qualifying requirement.
iii) 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 Owner/Project Authority
specifying the scope of work executed by the subcontractor.
5.2 FINANCIAL CRITERIA
5.2.1 The 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.223.04 Lakhs
(Indian Rupees Two Crore Twenty Three Lakh Four Thousand. only)
5.2.2 The Net Worth of the bidder , as on the last day of preceding Financial Year , shall not be
lessthan 100 % of its paid up share capital.
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 Subsidiaries of its Holding companies, 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 capital. For
consortiums/ Joint ventures, wherever applicable, the Net worth of all consortiums/ Joint
venture members in combined manner should not be 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 Worths which should not be less than 75% of the
respective paid of share capitals and Y1, Y2, Y3 are individual paid up share capitals.
5.2.3 In case the bidder is not able to furnish its audited financial statement on standalone entity
basis, the unaudited unconsolidated financial statements of the bidder can be considered
acceptable provided the bidder furnishes the following further documents on
substantiation of its qualification.
a) Copies of unaudited unconsolidated financial statement of the bidder along with copies
of audited consolidated financial statements of the Holding Company.
b) A certificate from the CEO/CFO of the Holding Company, as per format enclosed in the
bid documents, stating that the unaudited unconsolidated financial statements form part of
the consolidated Annual Report of the Company.
5.2.4 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.
5.2.5 In case a bidder does not satisfy the financial criteria, stipulated at Para/clause 5.2.1
and/or Para/clause 5.2.2 above on its own, the Holding Company would be required to
meet the stipulated turnover requirements at Para/clause 5.2.1 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 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.
5.2.6 Notes:
i) Net worth means the sum total of the paid up share capital and free reserves. Free
reserve 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.
ii) Other income shall not be considered for arriving at annual turnover.
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 INSTALLATION & OPERATION
OF BARGE/SKID MOUNTED PUMPING SYSTEM ON HIRE BASIS TO MEET RAW
WATER REQUIREMENT AS A CONTINGENCY PLAN IN NTPC DARLIPALI 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.
12.0 This is a SERVICE CONTRACT and MSME Benefit SHALL 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.
14.0 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.
15.0 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.”
16.0 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.
17.0 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.
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