Page 1 of 6 Sign & Seal of the Bidder
NOTICE INVITING TENDER (NIT) DETAILED
(Domestic Competitive Bidding)
Ref. NTECL / C&M / OT/ CS - 3807 Dt.: 17.04.2019
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 Dist., Chennai, Tamilnadu from eligible bidders who fulfill the Qualifying Requirements
stipulated below, for the following package:
Description of work
Bid Security (EMD)
Contract period
Ground improvement works for Dust
extraction system at Crusher house of
NTECLs VTPP
Rs.1,00,000/- (Rupees One
Lakh only)
04 (Four) Months
Estimated cost Rs. 86.46 Lakh
BRIEF SCOPE OF WORK:
The scope of the subject package envisages Ground improvement works for Dust extraction
system at Crusher house of NTECLs VTPP”.
QUALIFYING REQUIREMENTS:
A.
The average annual turnover of the bidder in the last 03 financial years ending
31/03/2019 should not be less than 86.46 Lakhs (Rupees eighty six lakhs and forty
six thousand only)
B
The bidder in the last seven years prior to BOD (bid opening date) should have
executed stone column works, with
i. Single (01) order, of executed value not less than Rs.69.17 Lakhs.
(Rupees sixty nine lakhs and seventeen thousand)
OR
ii. Two (02) orders, each of executed value not less than Rs.43.23 Lakhs
(Rupees forty three lakhs and twenty three thousand)
OR
iii. Three (03) orders, each of executed value not less than Rs.34.58 Lakhs
(Rupees thirty four lakhs and fifty eight thousand)
C
The bidder should have Provident Fund code (PF code) number allotted by concerned
Regional Provident Fund Authority.
D
The bidder should have GSTIN number/provisional registration number issued by
concerned authorities.
The word “executed” means; bidder should have achieved the criteria specified in above
QR even if the total contract is not completed / closed.
NOTE :
The bidder/s should have the following and submit copy of these documents also along
with QR documents (in Envelope - I):
(i) Employees State Insurance Code (ESI Code) as having registered with ESI
authorities. If the contractor doesn’t have the same at the time of bidding, may get
the same before start of the work if the work is awarded to them.
(ii) Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
NTECL/C&M/OT/CS-3807 Dt : 17.04.2019
Page 3 of 8
BRIEF DETAILS:
Bid Document No.
Description of Work
Bid Document Sale Period
Cost of Bidding document
Last Query date (Queries if any shall
be entertained up to this date only)
Submission of Bids (Both Techno-
Commercial Bid and Price Bid) i.e.
Envelope I & II together.
Techno - Commercial Bid Opening
(Envelope - I)
EMD
The date of opening of Price Bid (Envelope - II) shall be intimated separately.
Address for bid submission of Bids
Location of Tender box in NTECL
Site office premises
Contact Person.
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 along with copy of GST Registration (GSTIN) or documentary evidence to the
effect that the bidder is exempted from submission of EMD.
NTECL/C&M/OT/CS-3807 Dt : 17.04.2019
Page 4 of 8
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 any bidder will not be entertained. Suitable clarification / reply will be given
to bidders based on their query 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 prima-facie examination of
qualification status. However, such issue of tender documents will not automatically
mean that the bidders are considered qualified.
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. Income Tax Assessment order / Up to date copy of Profit & Loss Account and
Balance Sheet of last three financial years ending 31
st
March 2019 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 Certification 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 Amendment 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. Provident fund code (PF Code) number allotted by concerned Regional Provident.
d. Copy of GSTIN Number / Provisional registration number issued by concerned
authorities.
e. No Deviation Statement (Schedule ”A” of Section-V)
7. The bidder/s should have the following and submit copy of these documents along with
QR documents(in Envelope-I) as statutory requirement:
NTECL/C&M/OT/CS-3807 Dt : 17.04.2019
Page 5 of 8
(i) Employees State Insurance Code (ESI Code) as having registered with ESI
authorities. If the contractor doesn’t have the same at the time of bidding, may get
the same before start of the work if the work is awarded to them.
(ii) Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
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. Bid security / Earnest Money Deposit (EMD) in separate envelope.
b. No Deviation Certificate (Schedule ”A” of Section-V)
c. Relevant Documents to meet Qualifying Requirements (QR) of the
subject
Tender along with Qualifying Requirement Data and vendor data (format
enclosed).
d. Authority / Power of attorney on the person signing the bid.
e. Copy of GST Registration (GSTIN),
f. Provident fund code (PF Code) number allotted by concerned Regional
Provident Fund Commissioner (RPFC).
g. Permanent Account Number (PAN), ESIC (if the bidder is not having the same at the
time of bidding, may get the same before start of the work if the work is awarded to
them).
i All other tender documents (except Price Bid) signed with name & designation and
stamped on each page.
a. Price Bid 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,
BIDDERS ADDRESS & CONTACT NUMBERS,BID REFERENCE, CONTENTS AND DATE
OF OPENING ETC.
The envelopes should be of good quality and sealed properly.
All the above two sealed envelopes may be
placed in another main envelope, the top of
the main envelope must indicate, say >>>>
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 to the qualified bidders.
ENVELOPE: I (Techno - Commercial Bid)
Let a, b & c
in a separate
envelope inside
Envelope-I
ENVELOPE: II (Price Bid)
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE.
NTECL/C&M/OT/CS-3807 Dt : 17.04.2019
Page 6 of 8
9. Earnest Money Deposit :-
A. The EMD offered shall, at bidder’s option, be in the form of (i) Demand Draft / Pay
Order / Banker’s 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 225 (Two Hundred Twenty Five)
days from the date set for opening of tender.
C. Any Bid not accompanied by an acceptable Bid Security Or Valid EMD Exemption
Certificate / Document shall be rejected as being Non Responsive and returned to the
Bidder without being opened.
D. EMD / Tender Fees Exemption:
MSME registered with District Industries Centre/s or Khadi and Village Industries
Commission or Khadi and Village Industries Board or Coir Board or Udyog Aadhaar
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.
MSMEs 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 MSMEs.
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.
The Bidder or their authorized representative of the Bidder/s will be allowed to witness
the tender opening (Authorization letter is required). Only one authorized representative
of the bidder will be allowed for attending the tender opening. Without authorization
letter, the bidder will not be allowed to witness the Bid Opening.
12. 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.
NTECL/C&M/OT/CS-3807 Dt : 17.04.2019
Page 7 of 8
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.
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
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.
----- x -----