Page 1 of 8 Signature & Seal of the Bidder
SECTION - I
NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
Ref. NTECL / C&M / OT/ CS - 3818, Dt: 21.05.2019
1.0 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 package of “Operation and Maintenance
of Grab Unloaders -1 & 2 of NTECL at Kamarajar Port”.
2.0 Package, EMD, Contract Period:
Description of work
Bid Security (EMD)
Contract period
OPERATION AND MAINTENANCE OF
NTECL GRAB UNLOADERS - 1 & 2 AT CB-
2 OF M/s. KPL
Rs.20,00,000/-
24 Months
3.0 BRIEF SCOPE OF WORK:
The scope of the subject package envisages OPERATION AND MAINTENANCE OF NTECL
GRAB UNLOADERS - 1 & 2 AT CB-2 OF M/s. KPL”.
4.0 QUALIFYING REQUIREMENTS:
4.1#
The bidder in the last seven years prior to BOD (bid opening date) must have
a. Executed Engineering, Erection and Commissioning of rail mounted shore
unloaders of rated capacity, at least 2000 MT/hr, consisting of PLC based
operation.
OR
b. Operated and Maintained rail mounted shore unloaders of rated capacity, at least
2000 MT/hr., consisting of PLC based operation, with a minimum 60 lakhs MT of
any bulk material handled using the shore unloaders, in a year
# Note: i). Item (b) may also be part of a contract.
ii). 60 lakh MT of bulk material handled should be in a single contract.
iii). The above contract should have been executed directly under end user.
4.2
The average annual turnover of the bidder in the last 03 financial years ending
31.03.2019 should not be less than 11.63 crores (Rupees eleven crores and sixty three
lakhs)
4.3
The net worth of the Bidder as on the last day of the preceding financial year shall not be
less than 100% of the paid-up share capital.
In case the Bidder meets the requirement of Net worth based on the strength of its
Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding Companies
NTECL/C&M/OT/CS-3818
Page 2 of 8 Signature & Seal of the Bidder
wherever applicable, the Net worth of the Bidder and its Subsidiary(ies) and/or Holding
Company and/or Subsidiary(ies) of the Holding Company, in combined manner should
not be less than 100% of their total paid up share capital. However individually, their Net
worth should not be less than 75% of their respective paid up share capitals.
For Consortiums/Joint Ventures, wherever applicable, the net worth of all
Consortium/Joint Venture members in combined manner should not be less than 100% of
their paid up share capital. However, individually, their net worth should not be less than
75% of their respective paid up share capitals.
4.4
In cases 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. Further, a
Certificate would be required from the CEO/CFO as per the format enclosed in the
bidding document stating that the Financial Results of the company are under audit as on
the date of Techno-Commercial bid opening and the Certificate from the practicing
Chartered Accountant certifying the financial parameters is not available.
Notes
a. Net worth means the sum total of the paid up share capital and free reserves. Free
reserve means all reserves credited out of the profits and share premium account but
does not include reserves credited out of the revaluation of the assets, write back of
depreciation provision and amalgamation. Further any debit balance of Profit and
Loss account and miscellaneous expenses to the extent not adjusted or written off, if
any, shall be reduced from reserves and surplus.
b. Other income shall not be considered for arriving at annual turnover.
In case, a Bidder does not satisfy the financial criteria, stipulated at Clause “4.2”
and/or “4.3” above on its own, the holding company would be required to meet the
stipulated turnover requirements at Clause “4.2” above, provided that the net worth of
such holding company as on the last day of the preceding financial year is at least
equal to or more than the paid-up share capital of the holding company. In such an
event, the Bidder would be required to furnish along with its bid, a Letter of
Undertaking from the Holding Company, supported by Board Resolution, as per the
format enclosed in the bid documents, pledging unconditional and irrevocable
financial support for the execution of the Contract by the bidder in case of award.
4.5
The bidder should have Provident Fund code (PF code) number allotted by concerned
Regional Provident Fund Commissioner.
4.6
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
(ii) Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
NTECL/C&M/OT/CS-3818
Page 3 of 8 Signature & Seal of the Bidder
BRIEF DETAILS:
Bid Document No.
NTECL/C&M/OT/CS-3818. Dt.21.05.2019
Description of Work
Operation and Maintenance of NTECL Grab
Unloaders-1&2 at CB-2 of M/s. KPL
Bid Document Sale Period
From 21.05.2019 to 04.06.2019
Cost of Bidding document
Rs. 9000/- (Non-Refundable)
(to be submitted along with request letter and
copy of GST Registration (GSTIN)
Last Query date (Queries if any shall be
entertained up to this date only)
06.06.2019
Pre Bid Meeting Date
08.06.2019
Held at NTECLs Office at 11.30 Hrs
14.06.2019 Up to 14.30 Hours.
Submission of Bids (Both Techno-
Commercial Bid and Price Bid) i.e.
Envelope - I & II together.
Note:
Bidder/s at their own interest may reach well in
advance before the Tender Box closing time (ie.
14.30 Hours) considering the time required for
‘Gate Pass’ formalities; under no
circumstances, tender submission will be
accepted beyond Tender Box closing time (ie.
14.30 Hours) on the date set for tender
submission & opening.
Techno - Commercial Bid Opening
(Envelope - I)
14.06.2019 at 15.00 Hours.
EMD
Rs. 20,00,000/- (Rupees Twenty Lakhs only)
Form of submission of EMD
a) Demand Draft / Pay order / Banker’s cheque
in favour of NTECL. Payable at Chennai.
b) Bank Guarantee in the format prescribed in
the tender document.
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.
EMD 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 Udyog Aadhaar or Directorate of
Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium
Enterprises as per MSMED Act 2006, for goods
NTECL/C&M/OT/CS-3818
Page 4 of 8 Signature & Seal of the Bidder
produced and services rendered 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.
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.
Location of Tender box in NTECL Site
office premises
Contracts & Materials Dept. Hall,
NTECL Office Complex.
Contact Person.
1).M. Selvaraju, Sr. Manager (C&M),
Mob. No : 9445002409
Email: mselvaraju@ntpc.co.in
2).T.S.Salini, Manager (C&M),
Mob. No : 9445002597
Email: salinits@ntpc.co.in
3).T. Rajesh Kumar, AGM (Contracts).
Mob.No-9445869131
Email: rajeshkumart@ntpc.co.in
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.
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
NTECL/C&M/OT/CS-3818
Page 5 of 8 Signature & Seal of the Bidder
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. 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 Certification (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:
(i) Employees State Insurance Code (ESI Code) as having registered with ESI authorities.
(ii) Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
NTECL/C&M/OT/CS-3818
Page 6 of 8 Signature & Seal of the Bidder
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:
Bid security / Earnest Money Deposit (EMD) in separate
envelope
No Deviation Certificate (Schedule ”A” of Section-V)
Letter of Undertaking
(on Non - judicial stamp paper of value Rs.100/-)
General Declaration by Tenderer. (Format enclosed in
Section - V)
Let a, b, c & g
in a separate
envelope
inside
Envelope - I
Vender Data (Format enclosed in Section - V)
List of Legal Documents Required (Format enclosed in Section - V)
Power of attorney on the person signing the bid
Qualifying Requirement Data (format enclosed), Relevant Documents meeting
Qualifying Requirements (QR) as per NIT should be enclosed.
Copy of Goods and Services Tax (GST) Registration (GSTIN)
Provident fund code (PF Code) number allotted by concerned Regional
Provident Fund Commissioner (RPFC)
Employees State Insurance Code (ESI Code) as having registered with ESI
authorities, Permanent Account Number (PAN)
Proposed Site Organisation Structure (Format enclosed in Section - V)
All other tender documents (except Price Bid) signed with name & designation
and stamped on each page.
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.
IMPORTANT : The envelopes should be of good quality and sealed properly, kind
attention of bidders are required on this.
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)
ENVELOPE: II (Price Bid)
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE.
NTECL/C&M/OT/CS-3818
Page 7 of 8 Signature & Seal of the Bidder
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.
9. Earnest Money Deposit :-
A. The EMD offered shall, at bidders 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/earnest Money deposit (EMD) shall be kept valid and operative for a
period of 225 days from the date set for opening of tenders (180 days BG validity
period + 45 days claim period). During the validity period the tenderer agrees not to
vary, alter or revoke his tender either in whole or in part. If the tenderer, however, fails
to keep his tender valid for above period, the Owner shall be entitled to encash the
EMD amount without any notice or proof of damage.
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.
The benefit as above to MSMEs shall be available only for goods / services produced
& provided by MSEs for which they are registered.
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.
NTECL/C&M/OT/CS-3818
Page 8 of 8 Signature & Seal of the Bidder
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.
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.
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
Addl. General Manager (Contracts)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk,
Thiruvallur District,
Chennai - 600 103.