1
A Maharatna Company
NTPC Limited
(A Government of India Enterprise)
SSC, ER-1, Barh
PO-NTPC Barh S.O., Dist- Patna (Bihar)
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding through E-tendering)
NIT Ref.#NTPC/SSC-ER-I(Barh)/9900213436 Date:17.10.2020
1.0 NTPC Limited invites online bids on Single Stage Two Envelope
bidding basis (Envelope-1: Techno-Commercial Proposal & Envelope-2:
Price Proposal) from eligible bidders for SUPPLY OF DUAL SPEED FD FAN
MOTOR FOR STAGE-1 OF NTPC KAHALGAON. as per the scope of work briefly
mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
“SUPPLY OF DUAL SPEED FD FAN MOTOR FOR STAGE-1 OF NTPC KAHALGAON.
3.0 Detailed specifications, scope of work and terms & conditions are
given in the bidding documents and can be viewed in our Online Tender
Portal
https://eprocurentpc.nic.in/nicgep/app
4.0 Brief Details:
Docume
nt down load
Commencement Date & Time
17.10.2020, 17:00 Hrs.
Source IFB/ NIT
SSC-C&M-ER-1, BARH STPP
Contract Classification
Supply/ Contract
Supply
Last Date and Time for Bid
Submission
02.01.2021 till 16:00 Hrs.
Techno Commercial Opening
Date &
Time
04.01.2020 at 17:00 Hrs.
Cost of Bidding Document in
INR (Tender Fee)
2250.00
EMD in INR
2.00 LAKHS (TWO LAKHS ONLY)
As per provisions of bidding documents, the bidders shall submit
“Techno-Commercial Proposal” and “Price Proposal” online
(https://eprocurentpc.nic.in/nicgep/app), within the bid submission
date and time as mentioned above. Only Techno-Commercial proposals
will be opened on the date and time mentioned in the NTPC-GePNIC
Website.
5.0 The date of opening of Price Proposal shall be intimated separately
by NTPC after completion of evaluation of Techno-Commercial Proposal.
6.0 Bid Security (EMD) and Tender Fee shall be submitted ONLINE through
GePNIC portal by the stipulated bid submission closing date and time.
In case of EMD in form of Bank Guarantee, the hard copy will be sent
to the tender issuing office, while soft copy to be uploaded online at
portal (detail instructions mentioned at Cl.#16.0 of ‘SPC’ to be
followed in this regard). Any bid without an acceptable Bid Security
(EMD), Tender Fee shall be treated as non-responsive by the employer
and shall not be opened. All credential filled up formats & supporting
2
documents as asked by NTPC are to be given online as attachments with
the bid.
7.0 Any document submitted by the agency in hard copy other than the
documents mentioned at Para 6.0 above, will not be considered. In
spite of this condition, if any document is submitted by the agency in
hard copy other than the documents mentioned at Para 6.0 above before
bid opening shall be ignored and the offer submitted through the e-
tendering shall be binding on the agency.
8.0 Micro and Small Enterprises (MSEs) registered under any of the
following and have submitted valid certificate from the same will be
eligible for MSE benefits:
1. Udyog Aadhaar Memorandum (UAM)
2. District Industries Centers (DICs)
3. NSIC
4. Khadi & Village Industries Commission (KVIC)
5. Khadi & Village Industries Board (KVIB)
6. Coir Board
7. Directorate of Handicrafts and Handloom
8. Any other body specified by Ministry of Micro, Small & Medium
Enterprises (M/o MSME).
9. Udyam Registration Certificate
Note*-
(a) Enterprises registered under Sl. No 1 to 8 should be registered
before 30.06.2020 and they will continue to be valid for a period up
to 31st March 2021.
(b) From 01.04.2021, only “Udyam Registration Certificate” will be
considered valid and accepted for MSE benefits.
The eligible MSEs shall be issued the bid documents free of cost and
shall be exempted from paying EMD (Earnest Money Deposit).
The above benefits to MSEs are meant for procurement of only goods
produced and services rendered by MSEs. However, traders are excluded
from the purview of Public Procurement Policy and not eligible for
Benefits to MSEs. Also, benefits under Public Procurement Policy
for MSEs shall not be extended in Works Contract.
The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar
certificate and EMD, Power of Attorney well in advance to NTPC Ltd.,
SSC(ER-1), BARH office so as to reach before the scheduled bid
submission end date and MSE’s should upload MSE/ NSIC/ Udyog Aadhar
certificate in Fee cover in GePNIC, failing which the bid shall be
liable for rejection.
9.0 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.
3
10.0 A complete set of Bidding Documents may be downloaded by any
interested Bidder at our E-Tender Site
(https://eprocurentpc.nic.in/nicgep/app). For logging on to the E
Tender Site, the bidder would require to create user ID and Password
as per the Bidder’s Manual Kit provided in the aforementioned web
site. The payment (non-refundable) of the cost of the documents as
mentioned above in the form of a crossed account payee demand draft in
favour of NTPC Ltd., Payable at Barh shall be submitted in a sealed
envelope separately offline by the stipulated bid submission closing
date and time at the address given below.
11.0 Qualifying Requirements:
In addition to the requirements stipulated in Section ITB
(Instructions to Bidders), the Bidder shall also meet the Qualifying
Requirements stipulated hereunder:
TECHNICAL CRITERIA:
1.1) Bidder should be “manufacturer/ authorized representative of
Indian/Foreign manufacturer of HT Motors (6.6 KV or more).
AND
1.2) Bidder must have successfully met the above criteria during last 07
(seven) years reckoned from date of technical bid opening as per any
of the following:
i) One executed work valuing not less than Rs. 151.94 Lakh (INR One
Hundred Fifty-one Lakhs and Ninety-four Thousands only)
OR
ii) Two executed works, each valuing not less than Rs. 94.96 Lakh
(INR Ninety-four Lakhs and Ninety-six Thousands only)
OR
iii) Three executed works, each valuing not less than Rs. 75.97 Lakh
(INR Seventy-five Lakhs and Ninety-seven Thousands only).
AND
1.3 Atleast One Motor of the required type (6.6 kV, Dual Speed, Pole
changing type) supplied by the bidder must be in successful
operation for atleast past two years, reckoned from the date of
technical bid opening.
AND
1.4 Manufacturer of such motors must have requisite arrangements for
conducting all Routine/Type Test, except short Circuit Test.
2.0) The Average Annual financial Turnover (AATO) of the bidder during
preceding three (03) consecutive Financial years prior to the date
of techno-commercial bid opening should not be less than Rs. 1.90
Crores (INR One Hundred and Ninety Lakhs only).
3.1) In case a bidder does not satisfy the financial criteria,
stipulated above on its own, its Holding Company would be
required to meet the stipulated turnover requirements as above,
4
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 requested to furnish along
with its Techno-Commercial bid, a Letter of Undertaking from
the Holding Company, supported by the Holding Company’s Board
Resolution, as per the format enclosed in the Bid
Documents, pledging unconditional & irrevocable financial support
for the execution of the Contract by the Bidder in case of award.
3.2) 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 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 the Holding Company.
ii) A certificate from the CEO/CFO of the Holding Company, as per
the format enclosed in the bidding documents, stating that
the unaudited unconsolidated financial statements form part of the
Consolidated Annual Financial Statements of the Holding Company.
3.3) 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 for the three (03)
consecutive financial years preceding the last financial year
shall be considered for evaluating the financial parameters.
Further, a certificate would be required from CEO/CFO as per
the format enclosed in the bidding document 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 financial
parameters is not available.
3.4) Clarificatory Notes for the Clauses above:
I).The word Executed” mentioned above means that the bidder
should have achieved the criteria specified above within the
preceding seven (07) years period, even if the total
contract is started earlier and/or is not completed/ closed.
5
II. Bidder must submit documentary evidence issued by the owner, in
support of having met the Qualifying-requirements, alongwith their
Technical offer. These documentary evidence may include:
Relevant Purchase Orders/ Work Orders copies.
Work Completion & Performance Certificate against submitted
Purchase Orders/ Work Orders from the End user.
III. 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 1.0.
IV. Reference work executed by bidder as a sub-contractor may also be
considered provided the certificate issued by the main contractor
is duly certified by the Project Authority specifying the work
executed by the sub-contractor in support of the qualifying
requirements.
V. “Holding Company” and Subsidiary Company” shall have the meaning
ascribed to them as per Companies Act of India.
VI. Other income shall not be considered for arriving at annual turnover
figures.
VII. For Annual Turnover indicated in foreign currency, the exchange
rate as on seven (07) days prior to the date of techno-commercial
bid opening shall be used.
VIII). All Financial figures mentioned above are exclusive of GST.
Clarificatory Notes have been inserted to reduce subjectivity in the
interpretation of QR provisions.
12.0 Notwithstanding anything stated above, the Employer reserves
the right to undertake a physical assessment of the capacity and
capabilities including financial capacity and capability of the
Bidder / his Collaborator(s) / Associate(s)/ Subsidiary(ies) /Group
Company(ies) 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 the office/facilities/banker’s/reference works by the
Employer. A negative determination of such assessment of capacity
and capabilities may result in the rejection of the Bid.
The above right to undertake the physical assessment shall be
applicable for the qualifying requirements stipulated above.
13.0 NTPC reserves the right to reject any or all bids or cancel/withdraw
the NIT 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.
14.0 Issuance of Bidding Documents to any bidder shall not construe that
bidder is considered qualified.
6
15.0 Participation in the tender does not automatically mean that
the bidders are considered qualified. NTPC shall evaluate the
qualifying requirements of each bidder as per NIT after opening of
Technical Commercial bids and the bids of the bidder who is not
meeting the qualifying requirement shall be treated as non-
responsive.
16.0 Address for Communication:
AGM (C&M),
NTPC Limited, SSC(C&M), ER-I, Barh STPP
SSC Main Building, P.O.- NTPC Barh S.O.
Barh, Distt.- Patna (Bihar) – 803215
Email ID:
vppandey@ntpc.co.in/ krprajan@ntpc.co.in
Websites:
https://eprocurentpc.nic.in
or
www.ntpctender.com
7
E.F.T. Form ANNEXURE 1
To,
SR. MANAGER(PURCHASE)
NTPC LIMITED, Barh STPP
P.O. – Barh STPP, DISTT. – PATNA,BIHAR, PIN –803213
We, hereby authorise NTPC Ltd., Scope Complex, Lodi Road, New Delhi to make all our payments through Electronic
Fund Transfer System. The details for facilitating the payments are given below:
1. NAME OF THE BENEFICIARY
2. ADDRESS
PIN CODE
3. TELEPHONE NO. (WITH STD CODE)
4. BANK PARTICULARS: A. BANK NAME
B. BRANCH ADDRESS
PIN CODE
C. 9 DIGIT MICR CODE OF THE BANK BRANCH
D. 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH
E. BANK ACCOUNT NUMBER ( MENTIONE TYPE OF ACCOUNT CA/SA/…. )
5. PERMANENT ACCOUNT NUMBER ( PAN )
6. E-MAIL Address for intimation regarding release of payments
I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is
not effected at all for reasons of incomplete or incorrect information, I / We would not hold the Company responsible.
(SIGNATURE OF AUTHORISED SIGNATORY)
--------------------------------------------------------------------------------------------------------------------------------------------------------------
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a bank account no. ……………………………………………….. with our
branch and the Bank particulars mentioned above are correct.
SIGNATURE
DATE
(AUTHORISED SIGNATORY)
Authorisation No.………….
OFFICIAL STAMP
Note:Pls Email the scan copy of Filled in form , PAN card and cancel cheque to krprajan@ntpc.co.in /
itiarchana@ntpc.co.in / for advance action AND FORWARD Filled EFT form verified by Banker and to be submitted
with hard copy of a Cancelled cheque, Photo copy of PAN card.