NTPC Limited
(A Government of India Enterprise)
INVITATION FOR BIDS (IFB)
FOR
MAJOR BALANCE WORKS RELATED TO ERECTION & COMMISSIONING OF FDPS PACKAGE AT NTPC
BONGAIGAON, ASSAM
(Domestic Competitive Bidding)
NIT No: 9900213073 Date: 12.12.2020
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
Bongaigaon Thermal Power Project (750 MW) situated at Kokrajhar district of Assam State and is
approximately 15Kms from Kokrajhar. The Project site is situated between Kokrajhar and New
Bongaigaon railway station of North Eastern Frontier Railway. Bongaigaon town is about 35 Kms
away from the Project Site, as per the scope of work briefly mentioned hereinafter.
2.0 Brief Details
Source of NIT NTPC SSC, ER-II, Talcher Kaniha
Document Sale Commencement Date
12.12.2020
Last Date of receipt of queries from prospective bidders
24.12.2020
Last Date & Time for submission of bids (both Techno
-
Commercial and Price) and Bid Documents sale close date
29.12.2020
15:30:00 (IST)
Techno-Commercial Bid Opening Date & Time
31.12.2020
16:00:00 (IST)
Price Bid Opening Date & Time Shall be Intimated Separately
Tender Fee in INR 2,250/-
EMD / Bid Security in INR 2.00 Lakh
Estimated cost of work in INR 129.63 Lakh
3.0 A complete set of Bidding Documents may be downloaded free of cost by any interested
Bidder from https://eprocurentpc.nic.in
. 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).
Bidder may refer relevant provisions of SCC for other mode of payment of Tender Fee & EMD, if
any. Any bid without an acceptable Tender Fee and Bid Security shall be treated as non-
responsive by the employer 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:
(i) One order of value of not less than Rs.103.70 Lakh
OR
(ii) Two orders, each of value not less than Rs.64.82 Lakh
OR
(iii) Three orders, each of value not less than Rs.51.85 Lakh
Similar Work means: Mechanical ‘maintenance/ erection’ work including replacement/ laying/ erection
work of pipes (MS/BASALT/CARBON STEEL) of dia 100 NB or more (with any combination of above type
of works). Supply of pipes shall not be considered towards the executed order value.
NOTES for clause 5.1 above:
(i) The term “executed/completed” means the bidder should have achieved the criteria specified at
Clause No. 5.1.1 of QR above, even if the total contract/order is not completed / closed. In case of
contract/order under execution as on last date of the month preceding the month of publication of NIT,
the value of work executed against contract/order till such date shall be considered, provided the same
is certified by the Owner/Project Authority.
(ii) 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 sub-contractor in support of Qualifying Requirements.
(iii) In case of composite work/BOQ, the bidder shall have to furnish Certificate from Owner/Project
Authority certifying the value of specific nature of work, as mentioned in clause 5.1.1
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.129.63 Lakh (Indian Rupees One
Crore Twenty Nine Lakh Sixty Three Thousand only)
5.2.2 Notes:
(i) Other income shall not be considered for arriving at annual turnover.
(ii) 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
6.0 Brief Scope of Work
The brief scope of work under this package shall include:
1) Shifting of material from M/s UML/NTPC stores to work site, fabrication (if any), erection of
pipe/equipment, quality check (NDT: DP Test, RT etc) as per FQP as per the direction of EIC or his
representative.
2) Painting & nomenclature of all the items as listed in BOQ at NTPC, Bongaigaon as per painting schedule
attached.
7
.0 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
“Bongaigaon Thermal Power Project, 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.”
8.0
BENEFITS TO MSME BIDDERS
This is a WORKS CONTRACT and MSME Benefit SHALL NOT BE applicable.
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.
9.0 BENEFITS TO LOCAL SUPPLIERS
"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."
10.0 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.
11.0 NTPC reserves the 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 demands 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 Instructions to
Bidders (Section-II) of the bid documents. The corrigendum/amendment as published/ posted in
the portal will be binding on the Bidders and it will be assumed that the information contained
therein 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.
12.0 Downloading of bid documents by any Bidder or submission of offer thereof shall not construe
that such bidder is considered to be qualified.
13.0 GENERAL QUALIFYING REQUIREMENTS:
The bidders shall have to necessarily upload the documents in support of meeting the qualifying
requirements as mentioned above along with their offer in COVER-1 (Technical Cover), 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 with
self certified and stamped copies of Work Orders/Award letters with proof of execution in the
form of completion certificate/ final amendment copies/ copy of final 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, latest Banker’s Solvency Certificate
b. Bidder shall furnish Bid Security, Tender Fee, Integrity Pact, Power of Attorney and Joint Deed
of Undertaking(s) (if applicable) separately offline 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.
14.0 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.
15.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation For Bids (IFB) 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.
16.0 Address for Communication
S. S. Sahu, AGM (CS)/ Nitin Chandra, Sr. Mgr. (CS)
NTPC Limited,
SSC ER-II, Administrative Building,
TSTPS KANIHA,
P.O.: DEEPSHIKHA,
DISTRICT: ANGUL
ODISHA-- 759 147,
DIAL : 06760-247244/ 06760-247093
E-mail: sssahu@ntpc.co.in
/ nitinchandra@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