Bid Document
Bid Document
Dated: 12-01-2023
Bid Document
Bid Details
Department Name Na
Bid to RA enabled No
EMD Detail
1/9
Schedule 5 EMD Amount (In INR) 6980
ePBG Detail
Required No
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.
(b). The EMD Amount will be applicable for each schedule/group selected during Bid creation.
(c). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.
Beneficiary:
NTPC Ltd
USSC CPG2, Samaveshi Bhavan, NTPC Ltd Sipat, District Bilaspur, PIN-495555, C.G.
(Ntpc Ltd)
Splitting
1. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from Class 1
local supplier as defined in public procurement (Preference to Make in India), Order 2017 as amended from time
to time and its subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders must upload a certificate from the
OEM regarding the percentage of the local content and the details of locations at which the local value addition is
made along with their bid, failing which the bid is liable to be rejected. In case the bid value is more than Rs 10
Crore, the declaration relating to percentage of local content shall be certified by the statutory auditor or cost
auditor, if the OEM is a company and by a practicing cost accountant or a chartered accountant for OEMs other
than companies as per the Public Procurement (preference to Make-in -India) order 2017 dated 04.06.2020 . In
case Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
2/9
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 100%(selected by Buyer) percentage of
total QUANTITY.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:
Schedule 1 10 - M4761056420 24
Schedule 2 40 - M4661060173 4
Schedule 3 50 - M4661060091 13
Schedule 4 60 - M4661056443 2
Schedule 5 70 - M4061016294 10
Schedule 6 10 - M4761056075 52
10 - M4761056420
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
Technical Specifications
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
3/9
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
229406,GSTIN:
09AAACN0255D9ZO NTPC
Suresh Chandra Stores Feroz Gandhi Unchahar
1 24 270
Kumar Thermal Power Station
P.O,UNCHAHAR RAEBARELI
229406 RAEBARELI
40 - M4661060173
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
Technical Specifications
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
229406,GSTIN:
09AAACN0255D9ZO NTPC
Suresh Chandra Stores Feroz Gandhi Unchahar
1 4 270
Kumar Thermal Power Station
P.O,UNCHAHAR RAEBARELI
229406 RAEBARELI
50 - M4661060091
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
Technical Specifications
4/9
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
229406,GSTIN:
09AAACN0255D9ZO NTPC
Suresh Chandra Stores Feroz Gandhi Unchahar
1 13 270
Kumar Thermal Power Station
P.O,UNCHAHAR RAEBARELI
229406 RAEBARELI
60 - M4661056443
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
Technical Specifications
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
229406,GSTIN:
09AAACN0255D9ZO NTPC
Suresh Chandra Stores Feroz Gandhi Unchahar
1 2 270
Kumar Thermal Power Station
P.O,UNCHAHAR RAEBARELI
229406 RAEBARELI
70 - M4061016294
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
5/9
Brand Type Unbranded
Technical Specifications
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
229406,GSTIN:
09AAACN0255D9ZO NTPC
Suresh Chandra Stores Feroz Gandhi Unchahar
1 10 270
Kumar Thermal Power Station
P.O,UNCHAHAR RAEBARELI
229406 RAEBARELI
10 - M4761056075
(Minimum 50% Local Content required for qualifying as Class 1 Local Supplier)
Technical Specifications
Advisory-Please refer attached BOQ document for detailed consignee list and delivery period.
6/9
Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer
495450,GSTIN:
22AAACN0255D4Z5 NTPC
Stores Korba Super Thermal
Power Station P.O. VIKASH
1 JITENDRA KUMAR 52 180
BHAWAN JAMNIPALI KORBA
Chhattisgarh- 495450, India
Telephone No. : 07759-237111
Fax No. : 07759-237199
Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.
2. Generic
Supplier shall ensure that the Invoice is raised in the name of Consignee with GSTIN of Consignee only.
3. Scope of Supply
Scope of supply (Bid price to include all cost components) : Only supply of Goods
4. Inspection
Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC): NTPC RIO at Vendor's Works
Post Receipt Inspection at consignee site before acceptance of stores: NTPC Site Stores
1. NTPC Enlisted Vendors for the Material Enlistment Group (MEG) mentioned
below with Execution Capability (EC) can only participate in this tender. Other
bidders shall not be considered. Bids of vendors not meeting these criteria
shall be rejected during technical evaluation.
MEG No: 46MEG-06
EC: Rs. 48,89,976.00 or more
Name: Ceramic Tiles and Ceramic Lined Pipe / Bends / Elbows / Ceramic Lined
Mill Components for Coal Mills
2. If non enlisted/rejected vendors are interested to participate, can do so in future tenders
first by enlisting themselves for the respective product category (MEG). They shall have
to visit NTPC CPC website www.vendor.ntpc.co.in and submit online application against
items/services (Material / Contract Enlistment Groups) of their choice. If they meet the
criteria stipulated in the Qualifying Requirement, they shall be enlisted in line with the
Terms and Conditions of enlistment.
All participating vendors in this tender shall submit their latest enlistment certificate
3. issued to them with mention of AATO & EC values for the item category (MEG) or submit
any other proof of their enlistment in which AATO & EC along with MEG is mentioned.
Else, vendors may also attach the mail sent to them by the C&M /buyer department for
participation in this specific tender.
7/9
4. Nil Deviation Clause:
T h e sellers who participate in current Tender are deemed to have fully accepted all
Terms & Conditions, Technical Specifications, Data Sheets, Drawings, Quality Plans,
Buyer Added Bid Specific Terms and Conditions given in Bidding Documents, read in
conjunction with Amendment(s)/ Clarification(s)/ Addenda/ Errata (if any) issued by the
Buyer prior to opening of Techno-Commercial Bids, and the same are supposed to have
been taken into consideration while making their Techno-Commercial Bid & Price Bid.
Further it is construed that no deviation has been taken by the seller in this regard. In
case any documents/ details/ catalogues are found to have been submitted by the bidder
along with its bid, which is i n contravention to buyer’s bidding documents, those will not
be taken into cognizance and will stand automatically withdrawn.
6. Interchangeability Clause:
The offered items should be Interchangeable with the items existing in NTPC Site and if
fails to interchange; the same shall be replaced free of cost.
7. Test Certificate Clause:
Bidder shall submit Test Certificates along with supply. Test Certificates should be from
manufacturer laboratory or NTPC approved laboratory. List attached for reference.
8. PDI Clause ( Inspection and Tests):
Pre-Dispatch inspection (PDI) shall be carried out at vendors work as per NTPC
approved QP
EMD: APPLICABLE, Rs. 1,00,000.00 (Shall be mentioned item-wise in the BID)
9. 1. EMD/Bid Security shall be submitted only in the form of Bank Guarantee
(BG).
Instruction for submission of Bank Guarantees (BGs):
Bank Guarantee (BG) towards EMD/Bid Security: Please submit the Bank Guarantee
(BG) towards EMD/Bid Security at below mentioned address:
USSC, CPG-2, Samaveshi Bhawan, NTPC Limited Sipat,
Post Ujjwal Nagar, Bilaspur District, Chhattisgarh, India, PIN-495555.
BG issuing/amending bank must send the BG advice in the form of message format
via SFMS (Structured Financial Messaging System) as provided by RBI. The format
of the message for confirmation of the BG shall be as below:
BG advising message: IFN 760COV/ IFN 767COV via SFMS Field Number: Particulars
(to be mentioned in Row 1) 7037: NTPCBG (unique identifier)
The Stamp paper of appropriate value shall be purchased in the name of
guarantee issuing bank or the party on whose behalf the BG is being issued. The
Bank Guarantee shall be issued on non-judicial Stamp paper of appropriate value
as per Stamp act prevailing in the States where the BG is to be submitted or is to
be acted upon or the rate prevailing in the state where the BG is executed,
whichever is higher.
8/9
Buyer uploaded ATC document Click here to view the file .
Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-
1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.
Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.
---Thank You---
9/9