Post on 05-Apr-2018
7/31/2019 biddocuments03 11 08
1/50
Bidding:What is bidding ?
Any formal and competitive procurement
procedure through which offers are requested,received, and evaluated for the procurement of
goods, works, and services and as a consequence
of which an award is made to the bidder whose
offer is substantially responsive and mostcompetitive.
7/31/2019 biddocuments03 11 08
2/50
Benefits of Bidding:
Bidding procedure ensures that we receive the best
value for our resources. It involves conducting a
public-private competition to improve the value ofthe money we pay for the services or products.
Benefits of Competitive Bidding are:
Transparency
Lower prices
Better information
Curbing Monopolies.
7/31/2019 biddocuments03 11 08
3/50
Limitations of Competitive Bidding
Time Consuming
High cost of Tendering and Bid Preparation
Suitable for Large Value Contracts. Not suitable for Small Value Contracts
7/31/2019 biddocuments03 11 08
4/50
BiddingWhat are bidding documents ?
Bidding document constitute a set of documents
which establish the object of the bidding (thetechnical specifications), specify proposed contract
conditions and establish the bidding procedure to
be followed.
7/31/2019 biddocuments03 11 08
5/50
Purpose of Bid DocumentsFour main purposes :
Instruct bidders on procedure for submission of
bids. Describe goods/services/works to be procured.
Inform bidders of criteria of evaluation
Define conditions of contract
7/31/2019 biddocuments03 11 08
6/50
Factors to be considered while
preparing Bid Document :Equity
Fairness
Transparency
7/31/2019 biddocuments03 11 08
7/50
Equity :Terms and conditions are not unduly loaded in favour of
the purchaser/owner.
7/31/2019 biddocuments03 11 08
8/50
Fairness :Impartial, consistent and therefore reliable. It offers allinterested contractors a level playing field on which tocompete and thereby, directly expands the purchasersoptions and opportunities.
7/31/2019 biddocuments03 11 08
9/50
Transparency : Establishes and then maintains rules and procedures
that are accessible and unambiguous.
7/31/2019 biddocuments03 11 08
10/50
Factors influencing terms & conditions
specified in bidding documentsType of Bidding Funding of project
Availability of benefits to a project
(Deemed Export Benefit - Custom duty exemption) Status of Project
Mega Power Project
Non-Mega Power Project
R&M
7/31/2019 biddocuments03 11 08
11/50
Types of Bidding
ICBDCB
International Competitive BiddingDomestic Competitive Bidding
7/31/2019 biddocuments03 11 08
12/50
International Competitive Bidding Preferred for large contracts of goods, works and services
Where substantial savings accrue to Project Cost on
account of benefits available to Bidders. Competition is open to Domestic and Foreign Suppliers.
Depends on the technology involved.
7/31/2019 biddocuments03 11 08
13/50
Domestic Competitive BiddingValue of goods/services being procured are small
Reasons such as emergency action/requirement
Contract involves significant transportationcomponent and are labor intensive
Goods or works are available locally at prices
significantly below those in the internationalmarket
7/31/2019 biddocuments03 11 08
14/50
Bidding Procedures : Single Stage
- Single Stage , Single Envelope
- Single Stage , Two EnvelopeTwo Stage Bidding
7/31/2019 biddocuments03 11 08
15/50
Single Stage - Single Envelope Ideal where Technical Specifications are clear.
Past experience of procurement is available.
Techno-Commercial and Price Bids are in one envelope. Both are opened at the same time.
7/31/2019 biddocuments03 11 08
16/50
Single Stage - Two Envelope Suitable for first time and/or complex procurement.Technical and Price Bids in separate envelopes
First Bid opening - Only Technical Bid
Adjustments to Techno-Commercial features by way ofAmendment to Bidding Documents.
Supplementary Price invited only for adjustments.
Second Bid opening - Price Bid and Supplementary Price Bid
of responsive bidders only.
7/31/2019 biddocuments03 11 08
17/50
Two Stage Bidding Ideal for complex equipment
First stage
Invite Techno-Commercial proposals. Discuss with Bidders.
Issue amendments to Bidding Documents to normalize
the Technical Specifications and Commercial conditions
wherever required. Second Stage
Invite Price Bids fully complying to Bidding Documents.
7/31/2019 biddocuments03 11 08
18/50
Types of funding : Multilateral Funding
WBWorld Bank
JBIC- Japanese Bank for International cooperation.
ADB- Asian Development Bank
ECB (Buyers credit) External Commercial Borrowings.
Domestic Borrowings
Own Resources
7/31/2019 biddocuments03 11 08
19/50
Scope of procurement Supply
Supply-cum-Erection/Supply-cum-Civil-Erection
Civil works Consultancy
7/31/2019 biddocuments03 11 08
20/50
Qualification process to be adopted in selection
Pre-qualification
Post-qualification
7/31/2019 biddocuments03 11 08
21/50
Pre - Qualification Practice - Large or complex civil works
- Custom designed equipment
- Specialized services
Objective - Saves expenses of bidding for unqualified bidders- Improves interest of leading contractors
- Indicates interest of potential bidder
- Reduces potential for controversy
- Description of works, size or cost
Information provided- Scope of contract
- Source of finance, terms of payment
- Implementation schedule and procedures
7/31/2019 biddocuments03 11 08
22/50
Pre - Qualification Criteria - Experience and past performances on
contracts- of similar type & size
- under similar conditions- Personal qualifications
- Financial status
- past performances
- liabilities/assets- Contract commitments
- Equipment & plant proposed for work
- Legal status
7/31/2019 biddocuments03 11 08
23/50
Pre - Qualification Information requested- Minimum necessary
- Use standard questionnaire
Number Prequalified- All firms who meet minimum criteria
Evaluation - Point system desirable- Minimum financial/physical resources may be
specified
Update - Bid documents may require update of information
7/31/2019 biddocuments03 11 08
24/50
Post - Qualification Only for selected bidder
Criteria - Capacity
- Technical capacity
- Product reputation
- Financial resources
- Spare parts and services
- Past Performances If there was pre-qualification, confirm that bidders status is
substantially same as at pre-qualification
C t t f l Bid
7/31/2019 biddocuments03 11 08
25/50
Contents of sample Bid
Document
The details and complexity of bidding documentsvary according to the nature and size of thecontract, they generally include:
NIT/IFB(notice inviting tender/invitation for
bid) ITB(instruction to bidder)
Bid Data Sheet
Evaluation & Qualification Criteria
GCC(general conditions of contract)
SCC(special conditions of contract)
7/31/2019 biddocuments03 11 08
26/50
NIT/IFB:Notice Inviting Tender/Invitation for Bid
NIT/IFB is normally used to invite potential bidders topresent their bids for the project at hand. It describes :
- The Party floating the NIT/IFB- Source of funding
- Indicates the goods/services to be procured
- Availability of Benefits to the project
- Whether Mega Power Project or not
7/31/2019 biddocuments03 11 08
27/50
Detail NIT NTPC Limited (A Government of India Enterprise) CORPORATE CONTRACTS, NOIDA INVITATION FOR BIDS(IFB) FOR CONSULTANCY SERVICES FOR PREPARATION
OF MINE PLAN ,FEASIBILITY REPORT & AREA DRAINAGE/NALLA DIVERSIONSTUDY OF DULANGA COAL MINING BLOCK ( International Competitive Bidding) IFB No.: CS-7015-751B-9 DATE: 18.07.2007 NTPC invites sealed bids from eligible bidders for Consultancy services for preparation of mine plan
,feasibility report & area drainage/nalla diversion study of Dulanga coal mining block as per thescope of work mentioned in the bidding documents and briefly described herein after .
BRIEF SCOPE OF SERVICES
The scope of services in brief includes preparation of Mine Plan ,Feasibility Report & Areadrainage/Nalla diversion study of Dulanga coal mining block and clearance of the Mine Plan fromthe concerned Government/Statutory authorities.
NTPC intends to finance the above Consultancy Package through Own Resources. 4.0 Detailed specification, scope of work and conditions are given in the bidding documents, which
are available for examination and sale as per the following schedule: Bidding Document No. CS-7015-751B-9 Documents Sale Dates 18.07.2007 to 17.08.2007 & Timings from 1000 hrs to 1500 hrs. (IST)
Bid Receipt Date & Time 18.09.2007 up to 10.30 Hrs.(IST) Bid Opening Date & Time 18.09.2007 at 11.00 Hrs.(IST) Cost of Bidding Document Rs.1125/- per set for Indian Bidders and US$25/- per set for Foreign Bidders 5.0 All bids must be accompanied by Bid Guarantee for Rs 1,28,000 (Indian Rupees one lakh and
twenty eight thousand only) for Indian Bidders and US$ 3150 (US Dollars three thousand one hundredfifty only) for foreign Bidders as stipulated in the Bidding Documents. Bids not accompanied by therequisite Bid Security in a separate sealed envelope or bids accompanied by Bid Security ofinadequate value shall not be entertained and in such cases, bids shall be returned to the bidderswithout being opened.
7/31/2019 biddocuments03 11 08
28/50
Detail NIT 6.0 QUALIFYING REQUIREMENTS FOR BIDDER
Bidder should have successfully completed the following during the last seven (7) years preceding to the date of bid opening. Two (2) consultancy assignments each covering preparation of mine plan for open cast mines including approval
from statutory authority, wherever applicable, out of which at least one (1) of the consultancy assignments shouldbe for open cast coal/lignite mine.
Two (2) consultancy assignments each covering preparation of feasibility report for open cast mines out of whichat least one (1) of the consultancy assignments should be for open cast coal/lignite mine.
6.2 The scope of the assignments(s) mentioned at 6.1 (i) & (ii) above for open cast coal/lignite mine shouldhave together covered geological studies, ore body modeling, estimation of reserve and quality, pit design,
preparation of surface master plan, selection and sizing of equipment development of project implementationschedule, mine economics, estimation of capital investment, coal evacuation and environment managementaspects.
6.3 Evidence of satisfactory completion of consultancy assignment shall be client certificate forboth feasibility report & mine plan including approval of mine plan from statutory authority, wherever applicable.
7.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids (IFB) withoutassigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out ofsuch action.
8.0 A complete set of Bid documents may be purchased by any interested bidder on submission of a writtenapplication and payment (non-refundable) of the cost of bidding documents as mentioned at 4.0 above in theform of a Crossed Account Payee Demand Draft in favour of NTPC Limited, New Delhi. The bidding documentscan also be downloaded from http://www.ntpctender.com on registration and online payment (non-refundable)towards cost of bidding documents and the downloaded documents can be used for bidding purposes.
In case the registered bidders who have downloaded the bidding documents require an additional manual copy ofthe documents then such bidders shall be required to purchase the manual copy of the bidding documentsfollowing the procedure detailed above.
Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified. Bidsshall be submitted and opened at the address given below in the presence of bidders representatives who chooseto attend the bid opening.
9.0 Address for communication:
Sr. Manager (CS-CM&CW) / Manager (CS-CM&CW), NTPC Ltd., Engineering Office Complex, A-8A, Sector 24, NOIDA, Distt. Gautam Budh Nagar, U. P., PIN: 201 301, India Tel Nos. : 91-120- 2410467 /2596676/2596639 FAX Nos. : 91-120-2410295 Websites:www.ntpctender.com orwww.ntpc.co.in
http://www.ntpctender.com/http://www.ntpc.co.in/http://www.ntpc.co.in/http://www.ntpctender.com/7/31/2019 biddocuments03 11 08
29/50
ABRIDGED NITNTPC Limited
(A Government of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS(IFB)
FOR
CONSULTANCY SERVICES FOR PREPARATION
OF MINE PLAN ,FEASIBILITY REPORT & AREA DRAINAGE/NALLADIVERSION STUDY
OF DULANGA COAL MINING BLOCK( International Competitive Bidding)
IFB No.: CS-7015-751B-9 Date: 18.07.2007
NTPC invites sealed bids from eligible bidders for Consultancy services for preparation ofmine plan ,feasibility report & area drainage/nalla diversion study of Dulanga coalmining block
Bidding documents shall be on sale from 18.07.2007 to 17.08.2007
Bids shall be received up to 1030 hrs (IST) on 18.09.2007 and shall be opened on the sameday at 1100 hrs.
For detailed Invitation for bids and bidding documents, please visit at www.ntpctender.comor www .ntpc. co. in or contact Sr. Manager (CS-CM&CW) / Manager (CS-CM&CW), NTPC Ltd., 6th Floor, EOC, A-8A, Sector-24, NOIDA-201301, Distt. GautamBudh Nagar (U.P.), India
Tel Nos. : 91-120-2410467 / 2596676/ 2596639
FAX Nos. : 91-120-2410295 .
7/31/2019 biddocuments03 11 08
30/50
ITB:Instruction to Bidders
Provides information to the bidders regarding the
Forms, Procedure and Timing of bidding
Construction of Contract.
7/31/2019 biddocuments03 11 08
31/50
BDS:Bid Data Sheet Qualifying requirement
Procedure for clarification
Amount of Bid Security [ 2% of Cost Estimate ]
Number of copies to be submitted Instruction on modification & withdrawal of bids
Closing date, Validity of Bid [ normal sale period]
Evaluation Criteria
Applicability of preferencesAward of Contract procedure
7/31/2019 biddocuments03 11 08
32/50
Qualifying Requirements General - Regular supplier/manufacture having adequateknowledge
- No change in Ownership anticipated during contract
- Adequate financial stability
- Adequate plant & manufacturing capability
- Adequate field organisation
Specific - Should have relevant experience as given IFB
Others - Capacity/Capability assessment
-Financial Requirements such as Networth,Bank
Guarantee Limits, Cash Credit limits etc
7/31/2019 biddocuments03 11 08
33/50
GCC:General Conditions of Contract Definitions of terms
Rights & Obligations of both parties
Defect liability period
Price Adjustment procedure
Terms and Methods of Payment
Contract Securities
Damages for delay
Settlement of disputes & Arbitration
Procedure for variation
Procedure for shipment/Insurance
Governing Law
Force Maejure
7/31/2019 biddocuments03 11 08
34/50
SCC:
Special Conditions of Contract
Supplements the GCC for the particular procurement :
Schedule of supply - Specifies quantity, delivery
location and dates for reqd. items Specifies amount of securities
Time/Work Schedule
Package specific requirement
7/31/2019 biddocuments03 11 08
35/50
Technical Specifications/DrawingsThis will contain the General Specifications, Design
Criteria, Parameters for individual Systems and
Equipment and Parameters to be guaranteed in the Bid
for conducting P&G tests to establish the same.
7/31/2019 biddocuments03 11 08
36/50
Forms & ProceduresThis will contain the following:
Bid Form and price Schedules.
Bid Security FormBank Guarantee.
Bid Security FormBank Guarantee in case of BidForm Joint Venture
Bid Security formLetter of Credit
Form of Notification by the Employer to Bidder.
Form of Sight Draft.
Forms of Notification of Award.
Form of Contract Agreement.
7/31/2019 biddocuments03 11 08
37/50
Forms & Procedures Performance Security Form.
Performance Security Form in case of contract awardedto Joint Venture.
Bank Guarantee Form for Advance Payment. Bank Guarantee Form for Advance Payment in case of
Contract awarded to Joint Venture.
Form of Completion Certificate.
Form of Operational Acceptance Certificate. Form of Trust Receipt.
Forms of Indemnity Bond (2 nos.)
7/31/2019 biddocuments03 11 08
38/50
Forms & Procedures Form of Authorisation Letter.
Forms of Deed of Joint Undertaking.
Form of Bank Guarantee by Associate/Collaborator.
Form of Joint Venture Agreement.
Form of Bank Guarantee Verification Check List.
Form of Extension of Bank Guarantee.
7/31/2019 biddocuments03 11 08
39/50
Evaluation & Qualification Criteria
This specifies the criteria that will be used to
evaluate the bids.
7/31/2019 biddocuments03 11 08
40/50
Price Preference Preference given to Indian Companies (Private or Public)
for promoting Indian goods. It helps in growth of oureconomy and utilization of our rich resources. Also, it giveslevel playing field to domestic players in competing with
foreign players.
Two types of provisions are envisaged in biddingdocuments depending upon project status:
(1) Mega Power Project
(2) Non Mega Power Project
7/31/2019 biddocuments03 11 08
41/50
Mega Power ProjectMega power project is certified by an officer not below the
rank of a Joint Secretary to the Government of India inMOP
(a) an inter-state thermal power plant of capacity of 1000MW or more; or
(b) an inter-state hydel power plant of capacity of 500MWor more,
(c) the power purchasing state has constituted theregulatory commission with full powers to fix tariffs
(d) undertakes to privatise distribution in all cities morethan one million population, in that state, within a periodfixed by MOP
(e) the power purchasing state has agreed to providerecourse to that states share of central plan allocationsand other devolutions towards discharge of anyoutstanding payment in respect of purchase of power
7/31/2019 biddocuments03 11 08
42/50
Price Preference
Mega Power PolicyPrice Preference = 15% x LF
LF = CIF Price in Schedule-1
+CIF value of Import Content of Ex-works price
in Schedule-2
The value of import content of Ex-works price quoted inschedule-2, shall be the value of import content as declaredby Bidder in Attchment-9 to bid in respect of Plant &Equipment including mandatory spares to be manufacturedor fabricated within theemployers country and quoted onEx-works (India) basis.
7/31/2019 biddocuments03 11 08
43/50
Price Preference
Non-Mega Power Policy Price Preference to domestic bidders participating
in ICB to offset CST/OCTROI
Domestic Bidders with Local Content more than30% Of Ex-works price of goods offered
Bidders will be evaluated and classified into groups
for applying the criteria of Price Preference
7/31/2019 biddocuments03 11 08
44/50
New provisions in Bid DocumentsMaintenance of records of weekly progress review
meeting at site"The Contractor shall be required to attend all weekly site progressreview meetings organized by the 'Project Manager' of his authorized
representative The deliberation in the meetings shall interalia includethe weekly program, progress of work (including details of manpower,tools and plants deployed by the contractor vis-a-vis agreed schedule)inputs to be provided by Employer, delays, if any and recovery program,specific hindrances to work and work instructions by Employer. Theminutes of the weekly meetings shall be recorded in triplicate in a
numbered register available with the 'Project Manage' or his authorizedrepresentative These recordings shall be jointly signed by the ProjectManager of his authorized representative and the Contractor and onecopy of the signed records shall be handed over to the Contractor
7/31/2019 biddocuments03 11 08
45/50
New provisions in Bid DocumentsInterest Bearing Advance
With regard to mobilization advance, it has
been decided that henceforth the mobilzationadvance granted to contractors for theInstallation/ Erection/ Civil portion ofContracts shall be specified as interest
bearing for future packages. The rate ofinterest for such advances shall be specified as12% per annum
7/31/2019 biddocuments03 11 08
46/50
New provisions in Bid DocumentsHosting of Bid Documents on WEB
It has now been decided that NTPC shall host the
complete bidding documents on the website and allthe prospective bidders would be permitted todownload the bidding documents from the websitefor taking the advance action for submitting theirbids. However, it would be mandatory for the
prospective bidders to purchase the hard copy forbidding purposes
7/31/2019 biddocuments03 11 08
47/50
New provisions in Bid DocumentsElectronic Fund Transfer
It has been now decided that wherever direct
payments are envisaged to be released under thecontract, the same shall henceforth be released throughElectronic Fund Transfer System, wherever technically
feasible.
7/31/2019 biddocuments03 11 08
48/50
New provisions in Bid DocumentsContractor Performance Feedback and IneligibilityThe Employer has in place an established 'Contractor Performance andFeedback System' against which the Contractor's performance duringthe execution of Contract shall be evaluated on a continuous basis atregular intervals. In case the performance of the Contractor is foundunsatisfactory on any of the following four parameters, the contractorshall be considered ineligible for participating in future tenders for a
period as may be decided by the Employer. Financial Status Project Execution and Project Management Capability
Engineering & QA Capability Claims & Disputes
7/31/2019 biddocuments03 11 08
49/50
New provisions in Bid DocumentsFraud Prevention Policy
"The contractor along with their associate/ collaborator/
Subcontractors/ sub-vendors/ consultants/ service providers shallstrictly adhere to the Fraud Prevention policy of the Employer displayed
on its tender website:http://www.ntpctender.com
The contractor along with their associated /collaborator/subcontractors/sub-vendors/consultants/service providers shall observethe highest standard of ethics and shall not indulge or allow anybodyelse working in their organization to indulge in fraudulent activities
during execution of the content. the Contractor shall immediatelyapprise the Employer about any fraud or suspected fraud as soon as itcomes to their notice."
7/31/2019 biddocuments03 11 08
50/50
THANK YOU