Page
1
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
NORTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS (IFB)/
NOTICE INVITING TENDER (NIT)
Page
2
of
12
SECTION
I INVITATION FO
R 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
Scope of work includes Design, Engineering,
Supply, Construction, Erection, Testing &
Commissioning of complete Chlorine di-oxide
plant including all Civil, Mechnical ,Electrical and
Control & Instrumentation works for AURAIYA
GAS POWER STATION as per technical
specifications Part-A,B,C,D,E and F and all the
application General and Special Conditions of
Contract of NTPC.
2.
Project Manager
HOP(Auriya)
3.
Brief Details
Bid Invitation No. 9900213647
NIT Date As per Gepnic NIT
Document Sale
Commencement Date &
Time
As per Gepnic NIT
Document Sale Close Date
& Time
As per Gepnic NIT
Source IFB/ NIT
SSC-NR, NTPC Ltd.,
Auraiya
Last Date and Time for Bid
Submission
As per Gepnic NIT
Technical Opening Date &
Time
As per Gepnic NIT
Price Bid Opening Date &
Time
Shall be intimated later
Estimated Cost in INR
Rs. 550.12 Lakhs (Excl
GST)
Contract Period
Twenty Four (24)
months. (12 months for
installation
commissioning and 12
months O&M).
MSE Benefit
NOT Applicable
Reverse Auction
NOT Applicable
4.
Address of the
Employer & Location
of Contract
Auraiya Gas Power Station,
Dibiyapur, Auraiya- 206244 (U.P)
Page
3
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
5.
Qualifying
Requirements
As mentioned in Annexure-1 to IFB
6.
Whether Joint Venture
Permitted?
Whether Associate /
Consortium Permitted?
Not Permitted
Permitted
7.
Brief Scope of Work
Scope of work includes Design, Engineering,
Supply, Construction, Erection, Testing &
Commissioning of complete Chlorine di-
oxide
plant including all Civil
, Mechnical ,Electrical and
Control & Instrumentation works for AURAIYA
GAS POWER STATION as per technical
specifications Part-
A,B,C,D,E and F and all the
application General and Special Conditions of
Contract of NTPC
Details as specified in Tender
Documents
8.
Completion Period/
Duration of Contract
The duration of the contract shall be Twenty
Four (24) months. (12 months for installation
commissioning and 12 months O&M). The exact
date of commencement of work after award of
work shall be as intimated by the project
manager.
9.
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.
10.
LD Clause As Specified at Clause 5 of SCC
. This LD clause is
applicab
le 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.
11.
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)
12.
Bid submission end
date/Bid opening
Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of
eProcurement Portal.
13.
Independent External
Monitors (IEMs)
Not Applicable
14.
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
Page
4
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
modified/ replaced by the bidder and the same sho
uld 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 5.26 %.
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
to upload the same along with Price Bid).
15.
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.
Page
5
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
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.
16.
Tender Fee & EMD Bid Security Amount Rs 10,00,000.00 (Rupees
Ten
Lacs Only)
Tender Fee Amount Rs 3375.00 (Rupees
Three
thousand Three Hundred Seventy Five O
nly) 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 the
provisions of bidding documents shall be rejected
by the Employer as being non-
responsive and shall
be rejected without being opened.
17.
Price Basis FIRM :-
As Specified at Appendix 2 (Terms and
Procedures of Payment) to the Contract Agreement
(Section VII Part 3 of 3)
18.
Order Placement On Single Agency.
19.
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 seeki
ng benefits should necessarily upload
relevant documents in etender portal.
This being a works contract, Purchase Preference to
MSE Vendors is not applicable for the subject work
20.
Minimum Local
Content
...100... %. Please Refer Annexure-II to BDS (Section-
III)
for details.
Applicable BDS Item No. 4.5 / 4.6
21.
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
Page
6
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
Bank
Address
STATE BANK OF INDIA,PO Dibiyapur
UP 206244
22.
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 coun
tries (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.
23.
Reverse Auction Not Applicable
24.
Rate of Interest in
case of Interest
Bearing Advance
8.5% pa
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
Sr. Manager(C&M) / AGM (C&M-C&M), NTPC LIMITED,
Shared Services Center - Northern Region,
Auraiya Gas Power Station,
Post: Dibiyapur - 206244, Distt. Auraiya (UP)
E-Mail: rkagarwal03@ntpc.co.in/ monikasagar@ntpc.co.in/ maansari@ntpc.co.in
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
12
SECTION
I INVITATION FO
R 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 Criteri
a
:
Bidder shall fulfil the Qualifying Requirements specified either under Route-1 or under Route-2
as specified hereunder:
ROUTE-1
1.1 Bidder should have designed and supplied Chlorine Di-Oxide (ClO
2
) System(s)/Plant(s) of
cumulative capacity ‘40 kg/hr or more’, under 'one or more contracts’, having at least one
number Chlorine Di-Oxide Generator of capacity '10 Kg/hr or more' prior to the date of
Techno Commercial Bid opening. The above System(s)/Plant(s) should have been in
successful operation for at least one (1) year prior to the date of Techno-commercial Bid-
opening.
AND
1.2 Bidder should have erected/supervised erection and commissioned/supervised
commissioning of either of the following which should have been in successful operation
for a period not less than one (1) year prior to the date of Techno Commercial Bid
opening.
a) At least one (1) number Chlorine Di-Oxide Generator of capacity 10 kg/hour or more.
b) At least one (1) number ‘Gas Chlorination/ Electro Chlorination’ System/Plant of
capacity 120 Kg/hr or more.
ROUTE-2
2.1 Bidders who do not fulfill the requirement in Route-1 above, can also participate provided:
Bidder has designed, supplied, erected/supervised erection and commissioned/
supervised commissioning of at least one (1) number ‘Gas chlorination/Electro
Chlorination’ System/Plant of capacity 120 Kg/hr or more and associates/collaborates
with a party fully meeting the requirements of Route-1.
In such a case, the Bidder shall be required to furnish a Deed of Joint
Undertaking(s)(DJU) jointly executed by the Bidder and the Collaborator(s)/Associate(s)
Page
8
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
and each executant of DJU shall be jointly and severally liable to the Employer for
successful performance of Chlorine Di-Oxide System/Plant, as per the format enclosed
with the bidding documents. The Deed of Joint Undertaking(s) (DJU) should be submitted
along with the bid failing which Bidder shall be disqualified and its bid shall be rejected. In
case of award, the Collaborator(s)/ Associate(s) shall be required to furnish an on
demand bank guarantee as per the format enclosed with the bidding documents for a
value equal to 1% (one percent) of the contract price in addition to the Contract
Performance Security to be furnished by the Bidder.
Note:
Chlorine Di-Oxide System/Plant supplied, erected and commissioned on hire/rental basis for at
least one (1) year which has been in successful operation for at least one (1) year prior to the
date of Techno-commercial Bid-opening shall also be accepted for the purpose of QR.
3.0 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. 533 Lakh (Rupees Five
Hundred Thirty Three Lakh 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 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.
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:
(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.
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
Page
9
of
12
SECTION
I INVITATION FO
R BIDS (IFB)
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
10
of
12
SECTION
I INVITATION FO
R 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
11
of
12
SECTION
I INVITATION FO
R 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
12
of
12
SECTION
I INVITATION FO
R 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.