NTPC Tamilnadu Energy Company Limited

Vallur Thermal Power Project

PO: Vellivoyal Chavadi, Ponneri Taluk, Dist :Thiruvallur, Chennai - 600 103

Tel. No.044 - 27968723   Fax: 044 - 27966033 / 27966065

 

 

 

NOTICE INVITING TENDER (NIT)

(Detailed)

(Domestic Competitive Bidding)

 

 

 

NTECL /C&M / NIT-108/ CS -1014                                                              Dt:22.04.2014

 

 

NTPC Tamilnadu Energy Company Limited (NTECL), a JV of NTPC & TNEB invites sealed bids for its 2 X 500 MW + 1 X 500 MW Thermal Power Project at Vellivoyal Chavadi Post, Ponneri Taluk, Thiruvallur Distt., Chennai, Tamilnadu from eligible bidders who fulfill the Qualifying Requirements stipulated below, for the following package:

 

Description of work

Bid Security(EMD)

Contract period

 

 

CONSTRUCTION OF HELIPAD AND APPROACH ROAD

Rs.1,64,000/-

(Rupees One Lakh and  Sixty Four  Thousand Only)

 

05 (Five)

Months

 

BRIEF SCOPE OF WORK:

 

The scope of the subject package envisages "Construction of Helipad, Compound wall around the helipad and approach road from the existing concrete road to the helipad crossing a water body".

 

QUALIFYING REQUIREMENTS:

 

 

a

 

The average annual turnover of the bidder in the last 03 financial years ending 31/03/2013 should not be less than Rs.196 Lakhs.

 

b

 

 

 

 

 

 

 

 

 

The bidder must have executed any of the following similar works in last Seven

years prior to NIT date.

i.               Single order value not less than Rs.65 Lakhs .

                                                              or

ii.            Two orders (02) each of value not less than Rs. 41 Lakhs .

                                                     or

iii.           Three orders (03) each of value not less than Rs. 33 Lakhs .

 

 

c

 

Similar work means "Construction involving RCC quantity of 500 Cu.m or above".

 

 

 

 

 

    OTHER TERMS AND CONDITIONS:

 

1.     Detailed specifications, Scope of work, Terms & conditions etc., are given in the bidding documents. Tender documents can be downloaded from NTECL web site or can be obtained on request along with requisite Tender fee on any working day as per the following schedule:

 

 

Bid Document Sale Period

 

Up to 17.05.2014

 

Cost of Bidding document

 

Rs.1030/-

(Non-refundable) online payment or  in the form of Demand Draft only, in favour of "NTECL" payable at "Chennai"

 

Submission of Bids (Both Techno-Commercial Bid and Price Bid) i.e. Envelope - I & II together

 

26.05.2014 Up to 14.30 Hours.

 

Techno - Commercial Bid Opening (Envelope - I)

 

26.05.2014 at 15.00 Hours.

 

 

The date of opening of Price Bid (Envelope - II) shall be intimated separately.

 

Address for bid submission of Bids

Addl. General Manager (C&M),

Contracts and Materials Dept.,

NTPC Tamilnadu Energy Company Ltd,

Vallur Thermal Power Project,

Vellivoyal Chavadi Post,

Ponneri Taluk, Thiruvallur District

Chennai - 600103, Tamilnadu.

Fax: 044 - 27966065 / 27966033

Location of Tender box in   NTECL  Site office premises

 

Contracts & Materials Dept. Hall,

NTECL Office Complex.

 

 

 

2.    The bids shall be received up to due date & time of bid opening at the Site Office of NTECL and shall be opened on the date and time as stipulated above in the     presence of  bidders who wish to be present. Only one authorized representative  of the bidder shall be allowed for attending the tender opening.

 

 

3.    The bidding documents shall be issued to all bidders upon their depositing the requisite cost of bidding documents along with request letter without prima-facie examination of qualification status. However, such issue of tender documents will not automatically mean that the bidders are considered qualified.

 

The qualification status shall be examined by NTECL during the process of evaluation and the decision of NTECL in this regard shall be final.

 

4.    For fulfilling the Qualifying Requirements, intending bidder shall be required to submit  the   following documents along with their  bid ( duly attested at least by authorized  signatory of the tenderer) :

 

a)    Income Tax Assessment order / Up to date copy of Profit and Loss Account and Balance Sheet of last three financial years ending 31st March 2013 duly audited by Chartered Accountant. In case where audited results for the last financial year is not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

 

b)   Copies of Work Orders / Award Letters covering awarded value, detailed scope of work / terms and conditions / bill of quantities along with proof of execution / completion certificate in support of above Qualifying requirements. The bidder shall also provide the reference list of the organizations with contact address and phone numbers.

c)    Copy of Provident Fund (PF) code allotted by concerned Regianal Provident Fund Commissioner(RPFC)

 

d)   Copy of Permanent Account Number (PAN) issued by Income Tax authorities.

 

e)    Copy of Service Tax Registration Number issued by concerned authorities.

 

 

5.  BID SUBMISSION & OPENING:

 

The bids are invited for aforesaid work/s under "Single Stage Two Envelope" Bidding system. The bid documents signed and stamped in all pages are to be submitted in two (02) separate sealed envelopes as detailed below:

 

ENVELOPE: I    (Techno - Commercial Bid)

 

a. Bid security / Earnest Money Deposit (EMD) in separate envelope,

         b. Qualifying Documents (QR)

         c. Letter of Undertaking (on Non - judicial stamp paper of value Rs.100/-)

         d. Letter of Declaration (Regarding acceptance of important conditions)

e. Authorization / Power of attorney on the person signing the bid, Copy of  Provident Fund(PF Code),Service Tax Registration, Permanent Account Number (PAN).

 

ENVELOPE: II   (PRICE BID)       

 

a)Price Bid

b)Statement of deviation

c)All other tender documents signed with name & designation and stamped

on  each page.

 

IT SHOULD BE CLEARLY INDICATED ON THE ENVELOPE WHETHER IT IS ENVELOPE - I OR ENVELOPE - II. THE CONTENT OF THE ENVELOPE/S SHOULD ALSO BE CLEARLY SUPERSCRIBED ON EACH ENVELOPE WITH THE NAME OF WORK, NAME OF BIDDER,ADDRESS & CONTACT NUMBERS,BID REFERENCE, CONTENTS AND DATE OF OPENING ETC.

If all the above two sealed envelopes are placed in another main envelope, the top of the main envelope must indicate, say à>>>>>>>>

 

 

ENVELOPE - I  and  ENVELOPE - II 

ARE  AVAILABLE  INSIDE

 

ENVELOPE - I

(Techno - Commercial Bid)

 

Shall be opened at 15.00 hours on the day set for submission of Bids.

 

ENVELOPE - II

(PRICE BID)

 

The date of opening of Price Bids shall be intimated separately.

 

 

6.            THE PRICE BID/S OF ONLY THOSE BIDDERS SHALL BE OPENED WHO MEETS THE QUALIFYING REQUIREMENTS.

 

7.         The Bidder or duly authorized representative/s of the Bidder/s, who are present during Bid opening shall sign in the Bid opening register.

 

8.         NTECL shall not be responsible for any postal delays resulting in non-receipt of request for tender documents/ original tender documents, bids etc. sent by post / courier.

 

9.         Notwithstanding anything stated above, NTECL reserves the right to assess bidder's capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of NTECL and decision of NTECL in this regard shall be final.

 

10.      NTECL reserves the right to accept / reject any or all bids or split the work or Cancel / withdraw the Notice Inviting Tender (NIT) without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.

 

11.    Tender documents are not transferable.

 

12.     NTECL reserves the right to extend the date for submission & opening of bids at its   

    sole discretion.

 

Address for Communication:

 

Addl. General Manager (C&M)

Contracts & Materials Dept,

NTPC Tamilnadu Energy Company Ltd

Vallur Thermal Power Project

Vellivoyal Chavadi Post,

Ponneri Taluk, Thiruvallur District,

Chennai - 600 103.

 

Tel. No.044 - 2799 5838   Fax: 044 - 27966033 / 65  

 

Mob. No/s: 9445002642 / 9445002409

 

 

 

 

 

 

 

********