NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
(DOMESTIC COMPETITIVE BIDDING)
FOR
Annual Maintenance Contract for Preventive and Breakdown
Maintenance of CHP Equipments of NTPC MOUDA, NAGPUR,
MAHARASHTRA
Tender Ref: 9900213745 Date: 18.12.2020
Bidding Document No: C01244
1.0 NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding
basis from eligible bidders for aforesaid package, as per the scope of work briefly
mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The scope of Work pertains to breakdown and preventive maintenance of CHP at
Mouda STPP. The broad scope of Preventive and breakdown maintenance
(including shift maintenance) of equipment of Stage I & II Crusher house, Stacker
declaimer, RBF/BF, Conveyors, Travelling Trippers, Wagon tipplers, sump pumps,
and their associated equipment
3.0 NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date
18.12.2020
Document sale Commencement Date
18.12.2020
Last date for receipt of queries from
bidders (if any)
02.01.2021
Last Date & time for Bid submission
11.01.2021 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time
12.01.2021 at 16:00 Hrs (IST)
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 2655.00 (Rupees Two Thousand
Six Hundred Fifty Five only)
“No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the last date of receipt of Queries/ Pre-Bid Conference (if applicable)
as specified above.”
Corrigendum (if any) shall be available on our e-tender website
https://eprocurentpc.nic.in only.
5.0 All bids must be accompanied by Bid Security for an amount of INR 5,00,000/-
(Indian Rupees Five Lakh only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the address
given below.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER
AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
Online payment of tender fee and bid security payment option is also made
available at GepNIC portal. Bidders are requested to please avail the facility.
SPECIAL PROVISIONS WITH REGARD TO RECEIPT OF BID SECURITY / COST
OF BIDDING DOCUMENTS IN VIEW OF COVID-19 PANDEMIC MAY BE
REFERRED TO IN TENDER DOCUMENTS.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
6.1.1 The bidder, within preceding 07 (seven) years reckoned as on the date of Techno-
commercial bid opening , should have executed "Mechanical Maintenance
works in a Coal based Thermal Power Station" OR "Mechanical Maintenance
works in Coal Handling Plant of Coal mines/ Iron & Steel plants I Cement plants
I Aluminium plants I Any other industrial establishment", in any of the
following manner-
(a) Single Contract of value not less than INR 381 Lakhs
OR
(b) Two Contracts of value not less than INR 23 8 Lakhs each
OR
(c) Three Contracts of value not less than INR 190 Lakhs each
Notes for 6.1.1 above:
1. The word "Executed" mentioned above means that the bidder should have
achieved the criteria specified above, even if the total contract is started
earlier and/or is not completed/closed.
2. In case of orders under execution, the value of work executed till the date of
Techno-commercial bid opening duly certified by the owner shall be
considered acceptable.
6.2 Financial criteria:
6.2.1 The average annual turnover of the Bidder, should not be less than Rs.
4.76 Crore (Rupees Four Crore and Seventy Six Lakh only) during the
preceding three (3) completed financial years as on the date of
Techno-commercial bid opening.
6.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl.
6.2.1 above on its own, its holding company would be required to
meet the stipulated turnover requirements at Cl. 6.2.1 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 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
6.2.3 In case the bidder is not able to furnish its audited financial statements
on stand-alone entity basis, the unaudited unconsolidated financial
statements of the bidder can be considered acceptable provided the
bidder further furnishes the following documents in substantiation of its
qualification.
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 Holding company.
6.2.4 In cases 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 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.
Notes for 6.2.1 above:
1. Other income shall not be considered for computing annual turnover.
2. “Holding Company" and “Subsidiary Company” shall have the
meaning ascribed to them as per Companies Act of India, in vogue.
7.0 Class-I local suppliers’/ ‘Class-I local suppliers and Class-II local suppliers’’ only
are eligible to participate in this tender, as defined in the bidding documents/ Public
Procurement (Preference to Make in India), Order 2017 and its subsequent
amendments/ revisions issued by DPIIT. The bidders may apprise themselves of the
relevant provisions of bidding documents in this regard before submission of their
bids."
OR
Bids from ‘Class-I local suppliers’ as defined in the bidding documents/ Public
Procurement (Preference to Make in India), Order 2017 and its subsequent
amendments/ revisions issued by DPIIT shall be eligible for purchase preference.
The bidders may apprise themselves of the relevant provisions of bidding
documents in this regard before submission of their bids."
8.0 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.
9.0 Benefits to MSE bidders are applicable for this work. The bidders may apprise
themselves of the relevant provisions of bidding documents in this regard
before submission of their bids.
10.0 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.
11.0 A complete set of Bidding Document may be downloaded by any interested Bidder
from https://eprocurentpc.nic.in/nicgep/app.Tender fee & Bid Security (in case of
offline payment) as mentioned above is required to be submitted in separately
sealed envelope at the address mentioned in the bidding document before
stipulated date & time of submission of bid.
Prospective bidders are compulsorily required to provide GSTIN number with
Tender Fee.
12.0 Issuance of bid documents to any Bidder 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. Bidder shall furnish Cost of bidding document, Bid Security and Power
of Attorney separately offline/online as detailed in Bidding Documents by the
stipulated bid submission closing date and time at the address given below.
13.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
14.0 Address for communication:
Sr.Manager/AGM (Contracts & Materials)
NTPC Limited, Western Region -I Shared Service Centre-Kawas,
Simulator Building, Kawas Gas Power Project,
PO: Adityanagar
Surat- 394516 (India)
Tel. No. : 0091-0261-2877987/ 0091-0261-2877991
Email: subhashpaliwal@ntpc.co.in / bnarasimha@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
15.0 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