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:
S.No
Particulars
Details
1.
Name of the Package
Transportation of 26.41 lakh Cu.M. of Pond Ash from NTPC Ramagundam
to
NHAI-PIU-Mancherial road construction project(Design Length:42KM)
2.
Location of Contract
Ramagundam Super Thermal Power Station,
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215,
GST No. 36AAACN0255D1ZZ
3.
Qualifying Requirements
As mentioned
in Annexure
-
1 of IFB
4.
Maximum number of
reference work, bidders can
submit for meeting the
Technical QR
03
5.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
6.
Scope of Work
May please refer Section V of bidding documents.
7.
Completion Period/ Duration
of Contract
Contract Service Period shall be
15
Months
from the date of start of work.
However
the contract period may be extended further up to 90 days as per NTPC/NHAI-PIU-
Mancherial requirement on same terms and conditions
8.
Defect Liability Period
NOT APPLICABLE
9.
Price Bid
The Bidder shall quote
% above or below the published rates
and applicable GST for
each item 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.
If GST is not mentioned, GST shall be considered as inclusive of the quoted
rates.
10.
Required Offline
Documents
The following Attachments to Bid Form of Section VII of bidding documents shall be
submitted OFFLINE.
a) Attachment 1: Earnest Money Deposit in the form of BG should be submitted offline.
Bidders have an option to pay Tender Fee and EMD online in the tendering
portal while submitting the bid. Tender Fee and EMD shall be submitted
through any one of the instruments as applicable in the e Procurement Portal
only.
b) Attachment 2: Authority to Sign the bid
c) Attachment 7: Electronic Fund Transfer (EFT) Form
a) Integrity Pact: Applicable. Shall be submitted along with bid.
11.
Tender Fee & EMD
EMD Amount (Rs).
2,00
,00,000
/
-
(Rupees
Two
Crores
Only)
Tender Fee Amount (Rs): 22,550/- (Rupees Twenty Two Thousand Five Hundred Only)
Bidders have an option to pay Tender Fee and EMD online in the tendering portal
while submitting the bid.
In case of Any difficulty in payment of EMD/Tender Fee/ Submission of any
offline document in view of COVID-19 pandemic, bidders may choose to opt the
procedure mentioned in Annexure-2 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.
Page
3
of
8
SECTION
I INVITATION FOR BIDS (IFB)
12.
MSE Benefits and Purchase
Preference to MSEs
To avail MSE benefits for Tender Fee, EMD exemption and purchase preference,
bidders are required to submit any one of the following:
1.Udyam Registration Certificate
OR
2. Certification of MSE from any other body as specified by Ministry of MSME.
13.
Price Basis
FIRM PRICE BASIS
14.
Security Deposit
Contract Performance Guarantee of
10% of the contract value shall be submitted by
the agency in the form of bank guarantee within 28 days of award of the work.
15.
Payment Terms
Method of Measurement and Payment terms shall be as mentioned
in Section V of
bidding documents
16.
Liquidated Damages for
Delay
As per GCC Unless otherwise specified in
Section V of bidding documents
17.
Contract Category
Service Contract.
Non
-
Overhauling Contract
.
18.
Order Placement
Splitting
of Quantity
is applicable.
Only Class
-
I Local suppliers are eligible to
participate in the tender. For order preference, MSE guidelines mentioned in
ITB Clause 31.0 read in conjunction with ITB Clause 32.0 “Preference to Make In
India and Eligibility for Participation/ granting of Purchase Preference to Class-
I local suppliers” shall be applicable.
19.
Evaluation of bids & Purchase
Preference
Evaluation shall be on Lump sum Basis. NTPC shall allow purchase preference, as
indicated in the bidding documents(ITB).For order preference, MSE guidelines
mentioned in ITB Clause 31.0 read in conjunction with ITB Clause 32.0 “Preference
to Make In India and Eligibility for Participation/ granting of Purchase Preference to
Class-I local suppliers” shall be applicable.
20.
Preference to
Class
-
I local
suppliers
To confirm that bidder is a Class
-
I local supplier, bidder shall accept relevant GTE in
Tendering Portal.
Acceptance of GTE shall be considered as bidder's confirmation to the following
conditions:
Bidder is a Class-I Local Supplier
Local value addition (to be declared in Bid Form) is done at vendor premises in
India
Vendor has not been debarred / banned by any other procuring entity for violation
of ‘Public Procurement (Preference to Make In India Order 2017’ (PPP-MII Order)
dated 15.06.2017 and its subsequent revisions / amendments
21.
Cost of Owner Issue material
NOT APPLICABLE.
22.
Pre
-
Bid Conference
NOT APPLICABLE.
23.
Integrity Pact
Bidders are required to unconditionally accept the "Integrity Pact (IP)" (executed on
plain paper) as per formats and submit the same duly signed on all pages by the
Bidder's Authorized signatory along with the bid. The Integrity Pact (IP) is to be
submitted in a separate sealed envelope as per provision of ITB.
OR
Integrity Pact (digitally Pre-signed by the Employer), shall be digitally signed by all
the Executants and submitted by the Bidder in ‘Fee Cover’. In such cases, the
signature of Witnesses in the Integrity Pact shall not be required
Bidder's failure to comply with the EITHER OF THE aforesaid requirement
regarding submission of ‘Integrity Pact (IP)’ shall lead to outright rejection of
the bid or in such case the bids shall not be opened.
24.
Independent External
Monitors (IEM)s
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 Independent External Monitor(s) (IEMs) as mentioned at NTPC tender website
(www.ntpc0074ender.com) under Integrity Pact tab have been appointed by NTPC,
in terms of Integrity Pact (IP) which forms parts of the NTPC Tenders/Contracts.
Page
4
of
8
SECTION
I INVITATION FOR BIDS (IFB)
This panel is authorized to examine / consider all references made to it under this
tender. The bidder(s), in case of any dispute(s) / complaint(s) pertaining to this
package may raise the issue either with the designated 'Nodal Officer' in NTPC or
directly with the IEMs address:
The IEMs’ Secretariat
Contract Services,
6th Floor, EOC NTPC Limited,
A-8A, Sector-24 Noida – 201301 (UP)
The Independent External Monitors (IEMs) has the right to access without restriction
to all Project documentations of the Employer including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his Project
Documentations. The same is applicable to Subcontractors. The Monitor is under
contractual obligation to treat the information and documents of the Bidder/
Contractor/ Sub-Contractors/ JV partners/ Consortium member with confidentiality.
The Nodal Officer for necessary coordination in this regard shall be as under:
(i)
GM(CS)/AGM(CS) heading : If the issue pertains to the
concerned group Contract Services
(ii)
Head of Contracts & : If the issue pertains to Materials
Department regional office
(iii)
Head of concerned : If the issue pertains to department
other departments
(iv)
Head of Project : If the issue pertains to Project / Station
25.
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. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
D. 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.
E. 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:
Page
5
of
8
SECTION
I INVITATION FOR BIDS (IFB)
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.
Website: www.ntpc.co.in
Page
6
of
8
SECTION
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
1.0 Technical Criteria
1.1 The bidder should have executed the following work(s) within the preceding seven (07) years
prior to the date of scheduled techno-commercial bid opening having executed value of at least
Rs 97.90 crore (Rupees Ninety Seven Crore Ninety Lakhs Only):
Route-1
a) Transportation by road (with or without loading/unloading) of Ash /Coal/Overburden/
soil/earth/ sand/ aggregate/stones/ ballast/ ore/minerals/any other loose material or a
combination of any of the above in maximum 3 contracts.
OR
Route-2
b) Civil Work(s) including “excavation / banking/ embankment/filling using
earth/ash/sand including carriage/disposal using mechanized means” in maximum 3
contracts. Further to it, the bidder should have executed the earth/ash/sand work of quantity
minimum 13.20 Lakhs Cubic Meter in single contract in any of the above referred 3 contracts.
Note for route-2: For executed quantity, any combination of the excavation/banking/
embankment/filling works with any combination of earth/ash/sand will be considered.
2.0 Financial Criteria
2.1 The average annual turnover of the bidder, shall not be less than INR 97.90 crores (Rupees
Ninety seven crore and ninety lakhs only) in the preceding three (3) financial years, reckoned
as on the date of Scheduled Techno-commercial bid opening.
2.2 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 Scheduled 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.
2.3 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 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 un-audited unconsolidated financial statements of the bidder can be considered
acceptable provided the bidder further furnishes the following documents in substantiation of
its qualification.
Page
7
of
8
SECTION
I INVITATION FOR BIDS (IFB)
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 scheduled 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 Scheduled 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 re-serves
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 Companyand “Subsidiary Company” shall have the meaning ascribed to them as
per Companies Act of India.
d. For the purpose of arriving at the executed value of work specified at 1.1 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.
e. 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.
f. The word “executed” mentioned at clause 1.1 above means; bidder should have achieved
the criteria specified in above QR even if the total contract is not completed / closed.
g. 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-2
Stop Gap arrangement with regard to receipt of Documents to be submitted in physical
form along with the bid in view of COVID-19 pandemic
1. Bid Security/Tender Fee
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
2. Power of Attorney
Bidder shall be required to upload scanned copy of the Power of Attorney of the Bidder / Collaborator(s) /
JV partners, as applicable, along with the Authority of the person issuing the Power of Attorney, along with
the bid on the GePNIC / e-tender portal.
3. Letter of Undertakings along with Board Resolutions for meeting various requirements specified
in Qualifying Requirements
Bidder shall be required to execute such documents on Plain Paper, as applicable, to be signed/digitally
signed by all executants, and submit the same along with the bid on the GePNIC/e-tender portal. In such
cases, the signature of Witnesses in the documents shall not be required.
Further, the bidder emerging as the successful Bidder shall be required to submit such documents, duly
executed on Non-Judicial Stamp Paper of appropriate value as per the format enclosed with the Bidding
documents, at the earliest but not later than fifteen (15) days from the date of opening of the price bid /
completion of Reverse Auction process (if applicable), failing which the Bid may be liable for rejection and
Bid Security may be forfeited by the Employer.
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.
NTPC Limited eProcurement Portal
Tender Details
Date : 08-Dec-2020 04:51 PM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900211973
Tender ID 2020_NTPC_44967_1
Tender Type Open Tender Form of contract Service
Tender Category Services No. of Covers 3
General Technical
Evaluation Allowed
Yes [Compliance Required]
ItemWise Technical
Evaluation Allowed
No
Payment Mode Online
Is Multi Currency Allowed
For BOQ
No
Is Multi Currency
Allowed For Fee
No Allow Two Stage Bidding No
Payment Instruments
Online
Bankers
S.NoBank Name
1 SBI Bank
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
Proof of
EMD
.pdf
Proof of
Tender FEE
.pdf
Scanned
copies of
INTEGRITY
PACT
2 PreQual/Technical .pdf
Technical
Documents
.pdf Bid Forms
.pdf
QR
supporting
documents
as per
Annexure-I
to IFB
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * -
22,500]
Tender Fee in
22,500
Fee Payable To NTPC
Limited
Fee Payable At Payable At
Visakhapatnam
Tender Fee
Exemption
Allowed
Yes
EMD Fee Details
EMD Amount
in ₹
2,00,00,000 EMD through
BG/ST or
EMD
Exemption
Allowed
Yes
EMD Fee Type fixed EMD
Percentage
NA
EMD Payable
To
NTPC
Limited
EMD Payable
At
Payable At
Visakhapatnam
Click to view modification history
Work /Item(s)
Title Transportation of 26.41 lakh Cu.M. of Pond Ash from NTPC Ramagundam to NHAI-PIU-Mancherial
road construction project (Design Length 42KM)
Work Description Transportation of 26.41 lakh Cu.M. of Pond Ash from NTPC Ramagundam to NHAI-PIU-Mancherial
road construction project (Design Length 42KM)
Page
1
of
3
NTPC Limited eProcurement Portal
12/
8/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVi
...
Pre Qualification
Details
As per tender documents
Independent
External
Monitor/Remarks
NA
Show Tender Value
in Public Domain
Yes
Tender Value in ₹ 0.00 Product Category Serv -
Others
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
450
Location Ramagundam Super
Thermal Power Station
Pincode 505215 Pre Bid Meeting
Place
NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Simhadri
Thermal Power
Project
Should Allow NDA
Tender
No Allow Preferential
Bidder
No
Critical Dates
Publish Date 08-Dec-2020 06:00 PM Bid Opening Date 02-Jan-2021 04:00 PM
Document Download / Sale
Start Date
08-Dec-2020 06:00 PM Document Download / Sale End
Date
30-Dec-2020 03:30 PM
Clarification Start Date 08-Dec-2020 06:00 PM Clarification End Date 30-Dec-2020 09:00 AM
Bid Submission Start Date 08-Dec-2020 06:00 PM Bid Submission End Date 30-Dec-2020 03:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 811.66
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents Tender_Documents.rar
Section I to Section VII of
bid documents
5441.23
2 BOQ BOQ_48075.xls
Rates shall be quoted in
this BOQ sheet only. Rates
quoted elsewhere shall not
be considered for
evaluation purposes.
358.50
3 Additional Documents Pre_Signed_Integrity_Pact.pdf Pre_Signed_Integrity_Pact 434.45
View GTE Details
S.No Particulars Expected Value Mandatory
1.0
Confirm that you are a LOCAL SUPPLIER, and the LOCAL CONTENT
included in the PACKAGE FOR COMPLETE SCOPE OF WORK meets the
MINIMUM LOCAL CONTENT requirements of the Tender.
Yes Yes
2.0 Do you accept NTPC Safety Rules Yes Yes
3.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
4.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
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
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. santoshkumar50@ntpc.co.in Ragala Santosh Kumar SANTOSH KUMAR RAGALA
2. bravindrababu@ntpc.co.in RAVINDRA BABU BANOTHU B RAVINDRA BABU
3. satishkolluri@ntpc.co.in KOLLURI SATISH KOLLURI SATISH
4. gramasubodhreddy@ntpc.co.in GRS REDDY
GAJJALA RAMASUBHODAYA
REDDY
Page
2
of
3
NTPC Limited eProcurement Portal
12/
8/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVi
...
Tender Inviting Authority
Name R SANTOSH KUMARDy.Mgr (CS)
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By Ragala Santosh Kumar
Designation Dy.Mgr
Created Date 08-Dec-2020 03:45 PM
Page
3
of
3
NTPC Limited eProcurement Portal
12/
8/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVi
...