Enquiry No.: 201300059
Sub: Aluminium Roofing Sheets & Accessories for Plant Date: 06.01.2021
Corporate Identification Number: U40105DL2005 PTC138458
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
INSTRUCTIONS TO BIDDERS (ITB)
PART A - GENERAL
1. INTRODUCTION:
1.1 About the RGPPL: Ratnagiri Gas and Power Pvt. Ltd (RGPPL) is a joint venture
Company promoted by NTPC Ltd & GAIL (India) Ltd., 1967 MW gas-based power
generation plant. Ratnagiri Gas & Power Project is situated at village Anjanwel,
Taluka – Guhagar, Dist. Ratnagiri (Maharashtra). The project site is located at a
distance of approx. 10 KMs North of Guhagar Town & 50 kms from Chiplun City (On
Mumbai-Goa highway).
Nearest Airport: Mumbai at a distance of 300 kms. by road.
Nearest Railway Station: Chiplun station (Mumbai–Madgaon Route,
KONKAN Railways) at a distance of about 50 km from the site.
1.2 RGPPL, (hereinafter called “RGPPL” or “Employer”), wishes to receive bids for the
Package named in NIT/IFB/Tender Enquiry.
1.3 Throughout these Bidding Documents, the term “Bid” and “Tender” and their
derivatives (Bidder/Tenderer, Bidding/Tendering, Bidding Document/Tender
Document, etc.); Bill of Quantity / Schedule of Quantity / Schedule of Quantities/
Bill of Quantities; Employer / RGPPL; Bid Security / Earnest Money Deposit;
Security Deposit / Performance Security/ Performance Guarantee; Engineer-in-
Charge / Engineer; Amendment/Corrigendum; Schedule of Quantity/Bill of Quantity
(BOQ), appearing anywhere in the Bidding Documents shall have the same meaning
and are synonymous to each other.
2. SOURCE OF FUNDS: Expenditure under this package is intended to be funded from
internal resources and/ or borrowings by the Employer.
3. CONFLICT OF INTEREST:
3.1 Each Bidder shall submit only one bid either by himself, or as a partner in a joint
venture or consortium, if so permitted in the Bidding Documents. A Bidder who
submits or participates in more than one bid in this bidding will be disqualified from
the bidding.
3.2 Bidders should not be associated, or have been associated in the past, directly or
indirectly, with a firm or any of its affiliates that has been engaged by the Employer
to provide consultancy services for the preparation of the design, specifications, and
other documents to be used for the execution of Works under this Invitation for
Bids.
4. BIDDER’S SITE VISIT: The Bidders are advised to visit the Site to familiarize
themselves with the nature and quantum of work and site condition and obtain all
necessary information as to risks, contingencies and other circumstances which may
influence or affect his tender. No extra charges consequent on any
misunderstanding or otherwise shall be allowed.
PART B - BIDDING DOCUMENTS
5. CONTENT OF BIDDING DOCUMENTS:
5.1 The set of Bidding Documents issued for the purpose of bidding includes one set of
the following, which should be read in conjunction with amendments, if any, issued.
A. Invitation for Bids (IFB)
B. Qualifying Requirement (QR)
C. Purchase Enquiry / Bill of Quantities (BOQ)