Enquiry No. 1800E30403 Date: 14/03/2019
Page- 1 of 3
NTPC TAMILNADU ENERGY COMPANY LTD.
( A Joint Venture of NTPC Ltd. & TNEB)
Vallur Thermal Power Project
Site Office: Vallur Thermal Power Project, Kuruvimedu Village,
Ponneri Taluk , Vellivayal Chavadi Post , Thiruvallur District,
Chennai – 600103. Phone: 9445030152, Fax: 044-27966033
INVITATION TO BID
(Domestic Competitive Bidding)
Enquiry No. 1800E30403 Date:14/03/2019
NTPC Tamilnadu Energy Company Limited (NTECL) invites sealed bids for its 2 X 500 MW +
1 X 500 MW Thermal Power Project at Vallur Village, Ponneri Taluk, Vellivayal Chavadi Post
Thiruvallur Distt., Chennai-103, Tamil Nadu near Ennore from eligible bidders who fulfill the
Qualifying Requirements stipulated below , for the following.
Sr.
No.
Description
Earnest Money
Deposit
Delivery Period
1
Procurement of fabric belt
for CHP conveyors
Rs. 2,00,000/-
Within 120 days from the date of
receipt of PO.
QUALIFYING REQUIREMENTS:
A
The bidder should be manufacturer of NN/EP Conveyor Belt of width 2200mm or higher &
strength 800 KN/mtr and above.
B
The average annual turnover of the bidder in the last 03 financial years ending 31/03/2018
should not be less than Rs. 130 Lakhs.
C
The bidder should have supplied conveyor belt (NN / EP ) of minimum width 2200mm during
last three years prior to BOD (Bid opening date) with
(i)
Single order, of executed value not less than Rs. 104 Lakhs
(or)
(ii)
Two orders, each of executed value not less than Rs. 65 Lakhs
(or)
(iii)
Three orders, each of executed value not less than Rs. 52 Lakhs
D
The bidder should have GSTIN number / provisional registration number issued by concerned
authorities.
BRIEF SCOPE OF SUPPLY :
The scope broadly includes “supply of fabric belt for CHP conveyors as per technical
specifications and terms & conditions of bid documents.
OTHER TERMS AND CONDITIONS :
Detailed specifications, scope of supply and terms & conditions are given in the bidding documents,
which are available for examination and sale at the address given below. Tender documents can be
obtained by submitting a request letter on any working day as per the following schedule. Request for
tender documents must be accompanied by cost of tender documents (NON-REFUNDABLE ) of
Enquiry No. 1800E30403 Date: 14/03/2019
Page- 2 of 3
Rs. 2,373/- in form of Demand Draft only in favour of “NTECL” payable at Chennai or can be
downloaded from the website “http://ntpcntecljv.co.in/tenders.htm”.
Issuance of Enquiry (Publishing Date)
Sale Period of bid documents
Last date & time for submission of bid
Due Date and Time for opening of EMD & Technical Bid
1. 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 Udyog Aadhaar
Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises as
per MSMED 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.
2. The last date of sale of bid document is to be considered as the last date of receipt of request for
issue of bid documents.
3. The bids shall be received up to 14.30 hrs on due date of bid opening in the site office of NTPC
Tamilnadu Energy Co. Ltd., at Vallur Thermal Power Project, Kuruvimedu Village, Ponneri Taluk
, Vellivayal Chavadi Post , Thiruvallur District, Chennai – 103 and shall be opened at 15.00 hrs
on the date as stipulated above in the presence of those bidders who wish to be present. If the date
of opening happens to be a closed holiday, bids shall be received up to 14.30 hrs of the next
working day and opened on the same working day.
4. NTECL reserves the right to extend the bid opening date in which case tenderers will be
intimated the extended date of bid opening.
5. 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.
6. For fulfilling the Qualifying Requirements, intending bidder shall be required to submit the
following documents along with their bid ( duly attested by authorized signatory of the tenderer) :
a) IT return filed or Assessment order / Up to date copy of Profit and Loss Account and Balance
Sheet of last three financial years ending 31
st
March 2018 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 / Purchase orders covering awarded value, detailed
scope of supply/ terms and conditions / bill of quantities along with proof of execution /
completion certificate as per above Qualifying Requirement. The bidder shall also provide the
reference list of the organizations with contact address, email and phone nos. etc.
c) Copy of registration with Central Govt./State Govt./Public Sector Undertaking if any applicable.
d) Copy of Registered Address as per GST, State, Provisional GST ID, GST ARN No, GST No,
PAN card and TIN No Details.
7. All bids must be accompanied by Earnest Money Deposit as stipulated in the bidding
documents. Bids not accompanied by the requisite Earnest Money Deposit in a separate
sealed envelope or bids accompanied by Earnest Money Deposit of inadequate value shall not
be entertained and in such cases, bids shall be returned to the bidders without being opened.
8. Sealed tenders signed in all pages should be submitted in two parts as detailed below.
Enquiry No. 1800E30403 Date: 14/03/2019
Page- 3 of 3
Part (A, Envelope-I) containing EMD in a separate envelope.
Part (A, Envelope-II) containing Technical Bid and total credential to fulfill all the criteria
as mentioned in qualifying requirements above along with duly declared technical
deviations if any in a separate envelope.
Part (B) containing the Price Bid in a separate envelope.
All the above envelopes shall be placed in a single sealed envelope. This envelope must be super
scribed with Sender’s Name & Address, Enquiry No., Date and Due Date of Opening & duly
marked as “Part-A & Part-B”, EMD Enclosed.
9. Intending bidders who fulfill the above-stipulated Qualifying Requirements are advised to visit
the site to familiarize themselves with the nature and quantum of work and site conditions.
10. On the time and date of Bid opening, envelope containing EMD (Part-A, Envelope-I) shall
be opened first. After confirmation of valid EMD, Technical Bid (Part-A, Envelope-II) will be
opened. Due date for opening of Price Bid (Part-B) for technically qualified bidders will be
informed later. Communication in this regard shall be sent to all technically qualified bidders
meeting the qualifying requirements & technical specifications via- e-mail / letters.
11. 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.
12. 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.
13. NTECL reserves the right to accept/reject any or all bids or split the work or cancel/withdraw
the Notice Inviting Tender without assigning any reason whatsoever and in such case no
bidder/intending bidder shall have any claim arising out of such action.
Address for Communication
Senior Manager/AGM (C&M)
NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project,
Kuruvimedu Village, Ponneri Taluk , Vellivayal Chavadi Post ,
Thiruvallur District, Chennai – 600103.
Phone: 9445030152, Fax: 044-27966033