NTPC TAMILNADU ENERGY COMPANY LTD
(A Joint Venture of NTPC Ltd. and TANGEDCO)
CONTRACTS & MATERIALS DEPARTMENT
VALLUR THERMAL POWER PROJECT
BIDDING DOCUMENT
FOR
“Replacement of damaged / rusted fire water, cooling
tower, service water pipe lines in CHP”
Bidding Document No: NTECL / C&M / NIT- 143 / CS – 2727
(This document is meant for the exclusive purpose of bidding against this Bid Document No. / Specification only and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specificallyissued)
Page 1 of 8 |
Signature & Seal of Bidder |
Dt: 21.04.2017 |
NTPC Tamilnadu Energy Company Limited
BID DOCUMENT
“Replacement of damaged / rusted fire water, cooling
tower, service water pipe lines in CHP”
I N D E X
S. No |
ITEM |
DESCRIPTION |
NO OF PAGES |
|
|
|
|
|
|
1. |
SECTION – I |
Notice Inviting Tender (NIT) |
8 |
|
|
|
|
|
|
2. |
SECTION – II |
Price Schedule / Bill of Quantities / |
5 |
|
|
|
Schedule of Items. |
|
|
|
|
|
|
|
|
SECTION – III |
Scope of Work, Special Terms & |
|
|
3. |
Conditions, |
4 |
||
|
|
|
|
|
|
|
Important Information, Instructions to Bidders |
|
|
4. |
SECTION – IV |
(ITB), Commercial Conditions, General |
15 |
|
Terms & Conditions |
||||
|
|
|
||
|
|
|
|
|
5. |
SECTION – V |
List of schedule |
|
|
|
|
|
|
|
6. |
NTECLs Policy & Procedure for Withholding and Banning of Business Dealings |
|||
|
|
|
||
7. |
General Conditions of Contract (GCC) in Book form |
|
||
|
|
|
|
Page 1 of 8 |
Signature & Seal of Bidder |
SECTION - I
Notice Inviting Tender (NIT) (Abridged)
|
NTPC TAMILNADU ENERGY COMPANY LTD |
|
(A Joint Venture of NTPC Ltd. and TANGEDCO) |
|
Vallur Thermal Power Project ( 3 X 500 MW ) |
|
|
|
NOTICE INVITING TENDER |
|
(Domestic Competitive Bidding) |
Ref. No: |
Date: 21.04.2017 |
NTECL invites sealed bids on Single Stage Two Envelope Bidding basis from eligible bidders for the following packages:
S. |
Package |
Description of package |
Cost of Bid |
Bid Doc. Sale |
Last Date/Time for |
|
Ref. |
Document |
(From - To) |
Bid Submission |
|||
No |
|
|||||
|
|
|
|
|
||
|
|
Balance work of Boundary walls, Fencing, |
|
24.04.2017- |
29.05.2017 |
|
1. |
CS - 2726 |
Watch Tower & Slope Protection. |
Rs.5200/- |
|||
15.05.2017 |
(Up to 14.30 hrs) |
|||||
|
|
(Est.- 626.53 Lakhs) |
|
|||
|
|
|
|
|
||
|
|
|
|
|
|
|
2. |
CS - 2725 |
Repair and Replacement of Machine |
Rs.2600/- |
25.04.2017- |
31.05.2017 |
|
Foundation and RCC Structures. |
||||||
15.05.2017 |
(Up to 14.30 hrs) |
|||||
|
|
(Est.- 116.72 Lakhs) |
|
|||
|
|
|
|
|
||
|
|
|
|
|
|
|
3. |
CS - 2733 |
Const. of Drivers rest room, Gate Office, |
Rs.1300/- |
26.04.2017- |
31.05.2017 |
|
Toilets, Septic tank etc. (Ash silo road |
||||||
17.05.2017 |
(Up to 14.30 hrs) |
|||||
|
|
facilities) (Est.- 72.38 Lakhs) |
|
|||
|
|
|
|
|
||
|
|
|
|
|
|
|
4. |
CS - 2727 |
Replacement of damaged / rusted fire water, |
Rs.1300/- |
26.04.2017- |
02.06.2017 |
|
Cooling water, Service water pipelines in CHP. |
17.05.2017 |
(Up to 14.30 hrs) |
||||
|
|
|
||||
|
|
|
|
|
|
|
5. |
AMC for LT / HT Switchgear in Main Plant & |
Rs.1300/- |
24.04.2017- |
24.05.2017 |
||
Offsite Area. |
15.05.2017 |
(Up to 14.30 hrs) |
||||
|
|
|
||||
|
|
|
|
|
|
|
6. |
AMC for LT Motors of Main plant, Offsite & CHP |
Rs.1300/- |
25.04.2017- |
02.06.2017 |
||
areas. |
15.05.2017 |
(Up to 14.30 hrs) |
||||
|
|
|
||||
|
|
|
|
|
|
|
7. |
Overhauling works in Air preheaters and Fans. |
Rs.1300/- |
25.04.2017- |
29.05.2017 |
||
15.05.2017 |
(Up to 14.30 hrs) |
|||||
|
|
|
|
|||
|
|
|
|
|
|
|
8. |
1600E30633 |
Supply of diesel engine operated forklifts of 3T |
Rs.1300/- |
Up to |
26.05.2017 |
|
& 12T capacity. |
15.05.2017 |
(Up to 14.30 hrs) |
||||
|
|
|
||||
|
|
|
|
|
|
|
|
|
Supply of Catridge Filter Elements for |
|
25.04.2017- |
19.05.2017 |
|
9. |
1700E30016 |
Rs.2600/- |
10.05.2017 |
|||
(Up to 14.30 hrs) |
||||||
|
|
|
|
|||
|
|
|
|
|
|
Bid documents can be downloaded from NTECL website against online payment or can be obtained on request with cost of bid document in the form of DD in favour of ‘NTECL’ payable at Chennai. Amendment if any, to this NIT shall be published in NTECL’s website only.
For detailed NIT please visit at www.ntpcntecljv.co.in/tenders.htm (or) may contact: AGM(C&M), NTECL, Vallur Thermal Power Project, Vellivoyal Chavadi Post, Ponneri Taluk, Thiruvallur District, Chennai - 600103, Tamil Nadu at Tel. Nos: 044 - 65351017 / 65351039 / 65351052 or in person.
IMPORTANT NOTICE:
NTECL - Vallur intends to consider vendors Enlisted with NTPC only for both Services and Materials. Hence please visit www.vendor.ntpc.co.in for Enlistment.
(Bidders are advised to regularly visit NTECL’s website for tender notices)
Page 1 of 8 |
Signature & Seal of Bidder |
Dt: 21.04.2017 |
SECTION - IB
NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
Ref. NTECL / C&M / |
Dt: 21.04.2017 |
NTPC Tamilnadu Energy Company Limited (NTECL), a JV of NTPC & TANGEDCO invites sealed bids for its 3 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 |
Replacement of damaged |
Rs. 96,000/- (Rupees |
12 (Twelve) |
||
/ rusted fire |
water, |
|||
Months |
||||
Ninety Six Thousand |
||||
cooling tower, |
service |
|
||
only) |
|
|||
water pipe lines in CHP |
|
|
BRIEF SCOPE OF WORK:
The scope of the subject package envisages “Replacement of damaged /
rusted fire water, cooling tower, service water pipe lines in CHP”.
QUALIFYING REQUIREMENTS:
AThe average annual turnover of the bidder in the last 03 financial years ending 31/03/2016 should not be less than Rs.48 Lakhs (Rupees Forty Eight Lakhs)
BThe bidder in the last seven years prior to BOD (Bid opening date) must have executed Operation and Maintenance (Mechanical) / Erection - cum - Maintenance (Mechanical) / Mechanical erection / Mechanical Maintenance works in any industry with
i)Single (01) order, of executed value not less than Rs.38.40 Lakhs (Rupess thirty eight lakhs forty thousand)
or
ii)Two (02) orders, each of executed value not less than Rs.24 Lakhs (Rupess twenty four lakhs)
or
iii)Three (03) orders, each of executed value not less than Rs.19.20 Lakhs (Rupess nineteen lakhs twenty thousand)
The word “executed” means; bidder should have achieved the criteria specified in above QR even if the total contract is not completed /closed
Page 3 of 8 |
Signature & Seal of Bidder |
Dt: 21.04.2017 |
BRIEF DETAILS
Bid Document No. |
||
|
|
|
Description of Work |
Replacement of damaged / rusted fire water, |
|
|
cooling tower, service water pipe lines in CHP |
|
Bid Document Sale Period |
From 26.04.2017 to 17.05.2017 |
|
|
||
|
|
|
Cost of Bidding document |
Rs.1300/- |
|
|
|
|
Last Query date (Queries shall be |
|
|
entertained up to this date only) |
22.05.2017 |
|
Submission of Bids (Both Techno- |
|
|
Commercial Bid and Price Bid) i.e. |
02.06.2017 Up to 14.30 Hours. |
|
Envelope – I & II together. |
|
|
Techno – Commercial Bid Opening |
02.06.2017 at 15.00 Hours. |
|
(Envelope – I) |
||
|
||
|
|
|
EMD |
Rs. 96,000/- (Rupees Ninety Six Thousand only) |
|
|
|
|
The date of opening of Price Bid (Envelope - II) shall be intimated separately. |
||
|
|
|
|
Addl. General Manager (C&M), |
|
|
Contracts and Materials Dept., |
|
|
NTPC Tamilnadu Energy Company Ltd, |
|
Address for bid submission of Bids |
Vallur Thermal Power Project, |
|
Site Office: Vellivoyal Chavadi Post, |
||
|
||
|
Ponneri Taluk, Thiruvallur District |
|
|
Chennai - 600103, Tamilnadu. |
|
|
Fax: 044 - 27966065 / 27966033 |
|
|
|
|
Location of Tender box in NTECL Site |
Contracts & Materials Dept. Hall, |
|
office premises |
NTECL Office Complex. |
|
|
|
|
|
AGM (C&M) |
|
|
Mob. No : Ph:9445869109 |
|
|
Email: sgovindarajan@ntpc.co.in |
|
Contact Persons. |
or |
|
|
||
|
Manager (C&M), NTECL |
|
|
Mob. No : 9445002640 |
|
|
Email: veera.ntpc@gmail.com |
|
OTHER TERMS AND CONDITIONS: |
|
1.Detailed specifications, Scope of work, Terms & conditions etc., are given in the bidding documents. Bid documents can be downloaded from NTECL website, www.ntpcntecljv.co.in/tenders.htm, against online payment or can be obtained on request with cost of Bid document in the form of DD in favour of ‘NTECL’ payable at Chennai or documentary evidence to the effect that the bidder is exempted from submission of EMD (Please refer clause 8 (d)).
Page 4 of 8 |
Signature & Seal of Bidder |
Dt: 21.04.2017 |
2.It is deemed that bidder shall accept all the terms and conditions mentioned in the tender documents without any deviation. For that the bidders are requested to accept the no deviation certificate for fulfillment of technical/commercial compliance. NO DEVIATION IS ACCEPTABLE TO NTECL.
Any Clarification related to the scope, terms & conditions of contract may please be sought before last query date. Clarifications received after last query date from the agencies will not be entertained. Suitable reply will be given to agencies based on their clarification before scheduled BOD. After this stage, no deviation is acceptable to NTECL.
3.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.
4.The bidding documents shall be issued to all bidders upon their depositing the requisite cost of bidding documents along with request letter without
5.The qualification status shall be examined by NTECL during the process of evaluation and the decision of NTECL in this regard shall be final.
6.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.Up to date copy of Profit & Loss Account and Balance Sheet of last three financial years ending 31st March 2016 duly audited by Chartered Accountant. 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 practicing Chartered Accountant shall be considered acceptable. In case, bidder is not able to submit the Certificate from practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.
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 such as completion certificate clearly showing the value of work executed during the period of contract, Bill Copy, Final Deviation Copy etc. 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 Permanent Account Number (PAN) issued by Income Tax authorities.
d.Copy of Service Tax Registration Number issued by concerned authorities.
e.No Deviation Statement (Schedule ”A” of
7.The bidder/s should have the following and should submit copy of these documents along with QR documents(in
Page 5 of 8 |
Signature & Seal of Bidder |
Dt: 21.04.2017 |
(i). Provident fund code (PF Code) number allotted by concerned Regional Provident Fund Commissioner (RPFC). If the bidder does not have PF code, their bids shall run the risk of rejection.
(ii). Employees State Insurance Code (ESI Code) as having registered with ESI authorities. If the same is not available, then the bidder should register with concerned authorities before the commencement of contract.
8.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:
A. ENVELOPE: I (Techno - Commercial Bid)
a.Bid security / Earnest Money Deposit (EMD) in separate envelope.
b.No Deviation Certificate (Schedule ”A” of
c.Other documents as follow shall be submitted in a separate envelope :-
i.Relevant Documents to meet Qualifying Requirements (QR) of the subject tender.
ii.Letter of Undertaking (on Non - judicial stamp paper of value
iii.Letter of Declaration (Regarding acceptance of important conditions)
iv.Authorization / Power of attorney on the person signing the bid, Copy of
v.Service Tax Registration, Permanent Account Number (PAN).
vi.Provident fund code (PF Code) number allotted by concerned Regional Provident Fund Commissioner (RPFC).
vii.Employees State Insurance Code(ESI Code) as having registered with ESI authorities
viii.All other tender documents signed with name & designation and stamped on each page.
B. ENVELOPE: II (PRICE BID)
a. Price Bid
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, BIDDERS ADDRESS & CONTACT NUMBERS,BID REFERENCE, CONTENTS AND DATE OF OPENING ETC.
All the above two sealed envelopes
may be placed in another main envelope, the top of the main envelope must indicate, say >>>>>>>>>>>
ENVELOPE - I and ENVELOPE - II ARE AVAILABLE INSIDE
ENVELOPE - I |
Shall be opened at 15.00 hours on the day set for |
|
(Techno - Commercial |
||
submission of Bids. |
||
Bid) |
||
|
||
|
|
|
ENVELOPE - II |
The date of opening of Price Bids shall be |
|
intimated separately. |
||
(PRICE BID) |
||
|
||
|
|
Page 6 of 8Signature & Seal of Bidder
Dt: 21.04.2017 |
9.Earnest Money Deposit :-
A.The EMD offered shall, at bidders option, be in the form of (i) Demand Draft/Pay Order/Bankers Cheque in favour of NTECL payable at Chennai or (ii) an unconditional and irrevocable Bank Guarantee (BG) from any of the banks specified in the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the ‘Proforma for BG’ included in the bidding documents.
While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or equal to Rs.50,000/- shall not be accepted in the form of bank guarantee. EMD shall not be accepted in any other form.
B.The bid security shall remain valid for a period of Two Hundred Twenty Five (225) days from the date set for opening of tender.
C.ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID
SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING OPENED.
D. EMD/Tender Fees Exemption: Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises as per MSME Act 2006, for goods produced and services rendered, shall be issued the bidding documents free of cost and shall be exempted from paying Earnest Money Deposit.
The benefit as above to MSEs shall be available only for goods / services produced & provided by MSEs for which they are registered.
MSEs seeking exemption and benefits should enclose an attested / self certified copy of valid registration certificate, giving details such as validity, stores/ services etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
10.THE PRICE BID/S OF ONLY THOSE BIDDERS SHALL BE OPENED WHO MEETS THE QUALIFYING REQUIREMENTS.
11.The Bidder or duly authorized representative/s of the Bidder/s, who are present during Bid opening shall sign in the Bid opening register. Only one authorized representative of the bidder shall be allowed for attending the tender opening.
12.NTECL shall not be responsible for any postal delays resulting in
13.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.
Page 7 of 8 |
Signature & Seal of Bidder |
Dt: 21.04.2017 |
14.NTECL reserves the right to accept / reject any or all bids 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.
15.Tender documents are not transferable.
16.NTECL reserves the right to extend the date for submission & opening of bids at its Sole discretion.
17.Any change in Bidder’s company name, address etc should be communicated separately to NTECL with proof of change, reference etc well before the due date for submission of tender.
18.The laws applicable to the contract shall be the law in force in India. The courts of Chennai alone shall have the exclusive jurisdiction in all matters arising under the contract.
Address for Communication
AGM (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600 103.
Page 8 of 8 |
Signature & Seal of Bidder |