SECTION - IB
NOTICE INVITING TENDER (NIT) DETAILED
(Domestic Competitive Bidding)
Ref. NTECL / C&M / OT/ CS - 3913 Dt.: 24.07.2019
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
AMC for Repair & rectification of
Machine Foundations and RCC
structures at NTECL
Rs.1,00,000/- (Rupees One
Lakh only)
12 (Twelve)
Months
Estimated cost Rs.50.98 Lakh
BRIEF SCOPE OF WORK:
The scope of the subject package envisages AMC for Repair & rectification of Machine
Foundations and RCC structures at NTECL.
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 50.99 Lakhs (Rupees Fifty lakhs and ninety nine thousand only).
B The bidder in the last five years prior to BOD (bid opening date) must
have executed civil works
contract, in any industry, with
i. Single (01) order, of executed value not less than
Rs.40.79 Lakhs.
(Rupees forty lakhs and seventy nine thousand)
OR
ii. Two (02) orders, each of executed value not less than Rs.25.49 Lakhs
(Rupees twenty five lakhs and forty nine thousand)
OR
iii. Three (03) orders, each of executed value not less than Rs.20.40 Lakhs
(Rupees twenty lakhs and forty thousand)
Note: At least one of the above orders must include execution of work for Industrial machine
foundations like motors/pumps/fans/mills/crush
ers/gearboxes etc involving micro concreting &
epoxy grouting
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 doesnt 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.
BRIEF DETAILS:
Bid Document No.
-
3913
Description of Work
AMC for Repair & rectification of Machine Foundations
and RCC structures at NTECL
Bid Document Sale Period
From 25.07.2019 to 07.08.2019
Cost of Bidding document
Rs.900 /- (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)
09.08.2019
Submission of Bids (Both Techno-
Commercial Bid and Price Bid) i.e.
Envelope I & II together.
19.08.2019 Up to 14.30 Hours.
Techno - Commercial Bid Opening
(Envelope - I)
19.08.2019 at 15.00 Hours.
EMD
Rs. 1,00,000/-
The date of opening of Price Bid (Envelope - II) shall be intimated separately.
Address for bid submission of Bids
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.
Salini . T. S
Dy. Manager (C&M),
Mob. No : 9445002597
Email: salinits@ntpc.co.in
Or
M.Selvaraju,
Sr.Manager(C&M),
Mob. No.- 9445002459
Email: mselvaraju@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 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:
(i) Employees State Insurance Code (ESI Code) as having registered with ESI
authorities. If the contractor doesnt 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.
ENVELOPE: I à (Techno - Commercial Bid)
Let a, b & c
in a separate
envelope inside
Envelope-I
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
à>>>>
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 / 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 225 (Two Hundred Twenty
Five) days from the date set for opening of tender.
A. 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.
ENVELOPE: II à (Price Bid)
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE.
B. 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.
13. Notwithstanding anything stated above, NTECL reserves the right to assess bidders
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 Bidders 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 -----