(A Government of India Enterprise)
SHARED SERVICES CENT
(CONTRACTS AND MATERIALS DEPARTMENT)
INVITATION FOR BIDS
NOTICE INVITING
SECTION
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
NORTHERN REGION
SHARED SERVICES CENT
ER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS
(IFB)/
NOTICE INVITING
TENDER (NIT)
Page
1
of
11
Page
2
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center – Northern Region, Auraiya Gas power
station, Dibiyapur-206277 invites bids Single Stage Two Envelope bidding basis
(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
2.
Project Manager
HOP(
Unchahar
)
3.
Address of the
Employer & Location
of Contract
Name and address of Employer from where the bid has been
invited:
AGM(C&M),
SHARED SERVICE CENTRE (SSC)-NR-AURAIYA
NTPC Ltd.
AURAIYA GAS POWER STATION
POST. DIBIYAPUR
DIST. AURAIYA (U.P.) – 206 244
Telephone: 05683-285467 / 285640
Email: maansari@ntpc.co.in / monikasagar@ntpc.co.in
Address of Place of Execution of Work :
Firoze Gandhi Unchahar Thermal Power Project
PO Unchahar-229406
Dist.-Raebareili
Address of the NTPC Registered Office:
“NTPC Bhawan”
Core No. 7, Scope Complex,
Institutional Area, Lodhi Road,
INDIA. New Delhi – 110003, India.
Engineer-in-Charge: HOD (FM) – Unchahar or their authorized
representative.
4.
Qualifying
Requirements
As mentioned in Annexure-1 to IFB
5.
Whether Joint Venture
Permitted?
Whether Associate /
Consortium Permitted?
Not permitted
Not permitted
6.
Brief Scope of Work
Page
3
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
.
Details as specified in Tender Documents.
7.
Completion Period/
Duration of Contract
06 Months
8.
Defect Liability Period
AS PER GCC
Unless otherwise specified
in Scope of Work (Section
VI).
If Specified in Scope of Work (Section VI), the same
shall prevail.
9.
LD Clause As Specified at Clause 5 of SCC.
This LD clause is
applicable for delay in completion and limit shall be 5%.
Liquidated damages for Performance shall be as
specified in Scope of Work (Section VI).
The limit of LD
for performance shall be as per Section VI.
10.
Terms & Procedures
of Payment
As Specified at Appendix-
1 (Terms and Procedures of
Payment) to the Form of Contract Agreement
(Section
VII Part 3 of 3)
11.
Bid submission end
date/Bid opening
Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of
eProcurement Portal.
12.
Independent External
Monitors (IEMs)
Not Applicable
13.
Price Bid The Bidder shall quote Rate along with
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 agency does not mention any GST rate, it will be
treated that GST is inclusive in the quoted Basic Rate. In
case the bidder is exempted from GST, bidder
has to
produce valid Exemption Document.
If not produced, it
will be treated that GST is inclusive in the quoted Basic
Rate.
The bidders shall quote for all items in the BOQ, If
any of the items are not quoted, it shall be considered
that rate of that particular item/s which
is not quoted is
included in the rates of other items and the bidder
shall
supply item/ spares/ execute the work/ conduct the test
as the case may be.
The minimum Percentage of Amount Linked to
Safety Aspects of the cumulative total of Service
Portion of
the Contract, i.e. Civil + Installation/
Erection + Structural Works shall be 5 %.
Bidder has to quote Amount Linked to Safety
Aspects of the cumulative total of Service Portion
of the Contract, i.e. Civil + Installation/ Erection +
Structural Works in BOQ.
Amount Linked to
Safety Aspects of Section VII part 2 of 3) and has
Page
4
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
to upload the same along with Price Bid).
14.
Required Offline
Documents
Following shall be
submitted in a sealed envelope
separately offline by the stipulated Bid Submission End
Date and Time at the address given below:
Bid Security (Original Bank Guarantee / Original
Demand Draft / Original Pay Order / Original
Banker's Cheque)
Tender Fee (
Original Demand Draft / Original Pay
Order / Original Banker's Cheque)
Integrity Pact (Not Applicable).
Deed of Joint Undertaking (Not Applicable).
Copy of Power of Attorney
duly Notarized by Notary
Public
Note-
1: Bid Security and Tender Fee in the form of
Demand Draft or Pay order or Banker’s Cheque shall
be in favour of NTPC Ltd. payable at NTPC Auraiya.
Note-2: Failure of submission of
Original Offline
Documents for Bid Security, Tender Fee,
Integrity pact
(if applicable)
and Deed of Joint Undertaking (if
applicable),
before stipulated Bid submission end date
and time may result in rejection of bid.
Note-
3: Bidders also have an option to pay Tender Fee
& Bid Security directly in the online tendering portal
while submitting the bid. In such case, offline document
is not required for Bid Security & Tender Fee.
Note-4:
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.
15.
Tender Fee & EMD Bid Security Amount: Rs 1,00,000/- (Rupees One Lakh Only).
Tender Fee Amount: Rs 1125/- (Rupees One Thousand One
Hundred Twenty Five Only) inclusive of GST.
Exemptions to MSE vendors:- “Not applicable”
being
works contract.
In case of Any difficulty in payment of Bid Security &
Tender Fee 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 Bid
Security & Tender Fee in accordance with t
he
Page
5
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
provisions of bidding documents shall be rejected
by the Employer as being non-
responsive and shall
be rejected without being opened.
16.
Price Basis FIRM Price basis:-
As Specified at Appendix 2 (Terms and
Procedures of Payment) to the Contract Agreement
(Section VII Part 3 of 3)
17.
Order Placement On Single Agency.
18.
Purchase Preference
NTPC shall allow purchase preference, as indicated in
the Annexure-II to BDS (Section-III)
.The bidders may
apprise themselves of the relevant provisions of bidding
documents in this regard before submission of their
bids.
Bidders
seeking benefits should necessarily upload
relevant documents in etender portal.
This being a works c
ontract, Purchase Preference to
MSE Vendors is not applicable for the subject work.
19.
Minimum Local
Content
100 %. Please Refer Annexure-II to BDS (Section-
III) for
details.
Applicable BDS Item No. 4.5 / 4.6
20.
Employer’s Beneficiary
Bank Details for
Tender Fee & EMD (if
applicable).
Bank
Name
State Bank of India
Account
No
30526260924
IFSC
Code
SBIN0010346
Branch NTPC Auraiya, Dibiyapur
Bank
Address
STATE BANK OF INDIA,PO Dibiyapur
UP 206244
21.
Requirement of
registration of bidder
from a country which
shares a land border
with India,
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.
However, the
said requirement of registration will not apply to
bidders from those
countries (even if sharing a land
border with India) to which the Government of India has
extended lines of credit or in which the Government of
India is engaged in development projects.
22.
Reverse Auction Not Applicable
23.
Rate of Interest in
case of Interest
Bearing Advance
8.5% pa or as applicable
Page
6
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
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), NTPC LIMITED,
Shared Services Center - Northern Region,
Auraiya Gas Power Station,
Post: Dibiyapur - 206244, Distt. Auraiya (UP)
E-Mail: monikasagar@ntpc.co.in / maansari@ntpc.co.in
Ph.: 05683-285467 / 285640
Websites: https://eprocurentpc.nic.in
Registered office:
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.
Website: www.ntpc.co.in
Page
7
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
Qualifying Requirements
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in
Section–II. ITB (Instructions to Bidders) of Bid documents, the following shall also
apply:
Qualifying Requirements for Bidders:
The Bidder should meet the minimum Qualifying Requirements as stipulated here under:
1.0 Technical Criteria :
The bidder should have supplied, erected/ ‘got erected’ & commissioned/ got
commissioned’ the ‘Plain water dust suppression system’/ ‘Cold Fog Dust
Suppression system’ / ‘Dry Fog Dust Suppression system’ for ‘coal/cement/mineral
ore/ash’ handling plant(s) within the preceding seven (7) years prior to the date of
Techno Commercial Bid Opening, meeting the following criteria:
(i) Single order having executed value of above work(s) not less than Rs. 57
Lakh.
OR
(ii) Two orders having executed value of above work(s) not less than Rs. 35 Lakh
each.
OR
(iii) Three orders having executed value of above work(s) not less than Rs 28 Lakh
each
2.0 Financial Criteria:
The average annual turnover of the Bidder, in the preceding three (3) financial years as
on the date of Techno-Commercial bid opening, should not be less than Rs. 71
Lakh (Rupees Seventy One Lakh Only).
2.1 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 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 the Holding Company’s
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.
Page
8
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
2.2 In case the bidder is not able to furnish its audited financial statements on
standalone 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:
(a) Copies of the unaudited unconsolidated financial statements of the bidder along with
copies of the audited consolidated financial statements of its Holding Company.
(b) 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.
2.3 In case 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 practising Chartered Accountant shall be considered acceptable. In case, Bidder is
not able to submit the certificate from practising Chartered Accountant certifying its
financial parameters, the audited results for the 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 practising Chartered Accountant certifying the financial
parameters is not available.
NOTES:
(i) Other income shall not be considered for arriving at annual turnover.
(ii) "Holding Company" and "Subsidiary" shall have the meaning ascribed to them
as per Companies Act of India.
(iii) For 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.
(iv) All financial figures mentioned above are exclusive of GST.
Page
9
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-II
Stop Gap arrangement to in view of COVID-19 pandemic:
1. Receipt of Bid Security / Cost of Bidding documents
A. 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
B. In case of Bidders opting for Demand Draft / Banker’s Cheque as Bid Security/
Cost of Bidding documents (Tender Fee), following shall be also be applicable:
(i) Bidders who are unable to submit online EMD Bid Security / Cost of Bidding
documents through GePNIC portal may opt for Online Transfer of Bid Security / Cost
of Bidding documents through NEFT/RTGS to NTPC’s Bank whose details are
provided below and also in the Bidding Document.
Bank Name : STATE BANK OF INDIA
Bank Account No : 30526260924
Branch : NTPC Auraiya, Dibiyapur
Bank Address : STATE BANK OF INDIA,PO Dibiyapur UP 206244
IFSC Code : SBIN0010346
(ii) While carrying out online transfer, Bidders shall ensure to enter “EMD - Tender
No-Vendor Name” in the Text / Remarks / Reason field. Bidder shall intimate the
details of same through email to concerned C&M department and also upload the
details in the “Fee/SCANNED COPY OF EMD” folder in GepNIC in the following
format:
Page
10
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
Declaration for EMD / Tender Fee Deposit
Tender No. :
Vendor Name :
UTR Reference :
Amount:
Date of Transfer:
Transferor Bank:
(Signature of Vendor with Seal)
2. Power of Attorney: Bidder also have option 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. Integrity Pact: Bidder also have option to submit scanned copy of Integrity Pact (digitally
Pre-signed by the Employer), digitally signed by all the Executants. The same shall be
uploaded in ‘Fee Cover’. In such cases, the signature of Witnesses in the Integrity Pact
shall not be required.
Page
11
of
11
SECTION
-
I INVITATION FOR BIDS (IFB)
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.