NTPC Tamilnadu Energy Company Limited  
BID DOCUMENT NO :NTECL/C&M/OT/CS-3955, Dt : 07.08.2019  
Supply, Installation and Commissioning of Vapour  
Absorption Chiller Machines as replacement of  
VAM-1, 2&3”  
I N D E X  
DESCRIPTION  
Sl.No.  
ITEM  
SECTION - I  
Notice InvitingTender (NIT)  
1
Price Schedule / Bill of Quantities  
2
.
.
SECTION - II  
SECTION - III  
Scope of Work,  
Special Terms and Conditions  
3
Instructions to Bidders (ITB) including Commercial Conditions,  
4
.
.
SECTION - IV  
SECTION - V  
List of schedule, Qualifying Requirement Data  
and Vendor Data & NEFT form  
5
General Conditions of Contract for civil works (GCC) in book form with Amendment  
nos 1 & 2 to GCC, amendment to arbitration Clause / Addenda to GCC, Fraud  
prevention policy, Banning policy (This may be Refereed in NTECL website  
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 - 3955,  
Dt: 07.08.2019  
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 Distt., Chennai, Tamilnadu from eligible bidders who fulfill the Qualifying  
Requirements stipulated below, for the following package:  
Contract  
period  
Description of work  
Supply, Installation  
Commissioning of Vapour Absorption  
Chiller Machines as replacement of  
VAM-1, 2&3  
Bid Security (EMD)  
and  
0
6 (Six)  
Rs.2,00,000/-  
(Rupees Two Lakhs only)  
Months  
BRIEF SCOPE OF WORK:  
The scope of the subject package envisages “Supply, Installation and Commissioning  
of Vapour Absorption Chiller Machines as replacement of VAM-1, 2&3”.  
QUALIFYING REQUIREMENTS:  
A The bidder should be a manufacturer of Vapour Absorption Chiller machines of 150 TR  
and above, in India.  
B **The bidder in the last five years prior to BOD (bid opening date) must have  
manufactured, supplied, installed and commissioned the Vapour Absorption Chiller of  
capacity 150 TR and above, with  
i. Single (01) order, of executed value not less than  155.76 Lakhs  
(Rupees one hundred fifty five lakhs and seventy six thousand)  
OR  
ii. Two (02) orders, each of executed value not less than  97.35 Lakhs  
(Rupees ninety seven lakhs and thirty five thousand)  
OR  
iii. Three (03) orders, each of executed value not less than  77.88 Lakhs  
Rupees seventy seven lakhs and eighty eight thousand)  
(
Note: ** Manufacturer can authorize their dealer/channel partner to quote on their  
behalf  
C The average annual turnover of the bidder in the last 03 financial years ending  
3
1/03/2019 should not be less than  194.70 Lakhs (Rupees one hundred ninety four  
lakhs and seventy thousand)  
D The bidder should have Provident Fund code (PF code) number allotted by concerned  
Regional Provident Fund Authority.  
E 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.  
Page 2 of 8  
Signature & Seal of the Bidder  
NTECL/C&M/OT/CS-3955  
Dt : 07.08.2019  
BRIEF DETAILS:  
Bid Document No.  
NTECL/C&M/OT/CS-3955. Dt.07.08.2019  
Supply, Installation and Commissioning of  
Vapour Absorption Chiller Machines as  
replacement of VAM-1, 2&3 at NTECL VTPP  
Description of Work  
Bid Document Sale Period  
Cost of Bidding document  
From 07.08.2019 to 22.08.2019  
Rs.2250/- (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)  
27.08.2019  
Submission of Bids (Both Techno- 04.09.2019 Up to 14.30 Hours.  
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.  
4.30 Hours) considering the time required for  
Gate Pass’ formalities; under no  
1
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)  
04.09.2019 at 15.00 Hours.  
(
EMD  
Rs. 2,00,000/- (Rupees One Lakhs only)  
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.  
Form of submission of EMD  
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.  
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  
produced and services rendered shall be exempted  
from paying Earnest Money Deposit.  
EMD Exemption  
Page 3 of 8  
Signature & Seal of the Bidder  
NTECL/C&M/OT/CS-3955  
Dt : 07.08.2019  
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.  
Addl. General Manager (C&M),  
Contracts and Materials Dept.,  
NTPC Tamilnadu Energy Company Ltd,  
Address for bid submission of Bids  
Vallur Thermal Power Project,  
Vellivoyal Chavadi Post,  
Ponneri Taluk, Thiruvallur District  
Chennai - 600103, Tamilnadu.  
Contracts & Materials Dept. Hall,  
NTECL Office Complex.  
Location of Tender box in NTECL Site  
office premises  
1
).M. Selvaraju, Sr. Manager (C&M),  
Mob. No : 9445002409  
Email: mselvaraju@ntpc.co.in  
2
).T.S.Salini, Manager (C&M),  
Contact Person.  
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 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.  
Page 4 of 8  
Signature & Seal of the Bidder  
NTECL/C&M/OT/CS-3955  
Dt : 07.08.2019  
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
6
.The qualification status shall be examined by NTECL during the process of evaluation  
and the decision of NTECL in this regard shall be final.  
.For fulfilling the Qualifying Requirements, intending bidder shall be required to submit  
the following documents along with their bid (In Envelope-I) 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  
st  
financial years ending 31 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
8
.The bidder/s should have the following and submit copy of these documents also  
in the along with technical bid(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.  
.BID SUBMISSION & OPENING:  
The bidder MUST ensure:  
i) All the required documents are enclosed appropriately.  
(
Please DO NOT mention for any document that “already submitted” or “will be submitted  
latter on - these are not acceptable, failure to enclose relevant document may run the risk of  
their bid being rejected)  
ii) “Qualifying Requirement (QR) Data” format MUST have filled properly along  
with supporting documents.  
iii) The envelope/s should be of good quality and sealed properly.  
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:  
Page 5 of 8  
Signature & Seal of the Bidder  
NTECL/C&M/OT/CS-3955  
Dt : 07.08.2019  
ENVELOPE: I  (Techno - Commercial Bid)  
a. Bid security / Earnest Money Deposit (EMD) in separate  
envelope.  
Let a, b, c  
in a separate  
envelope  
inside  
Envelope - I  
b. No Deviation Certificate (Schedule “A” of Section –V) in a separate  
small envelope along with EMD.  
c. Authority / Power of attorney on the person signing the bid.  
d. Relevant Documents to meet Qualifying Requirements (QR) of the subject tender  
along with Qualifying Requirement Data and vendor data (format enclosed).  
e. Copy of GST Registration (GSTIN)  
f. Provident fund code (PF Code) number allotted by concerned Regional Provident  
Fund Commissioner (RPFC).  
g. Employees State Insurance Code (ESI Code) as having registered with ESI  
authorities, Permanent Account Number (PAN).  
h. All other tender documents (except Price Bid) signed with name & designation and  
stamped on each page.  
ENVELOPE: II  (Price Bid)  
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 and ENVELOPE - II  
ARE AVAILABLE INSIDE.  
ENVELOPE - I  
Techno - Commercial  
Shall be opened at 15.00 hours on the day set for  
submission of Bids.  
(
Bid)  
The date of opening of Price Bids shall be  
intimated separately to the qualified bidders.  
ENVELOPE - II  
(PRICE BID)  
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.  
Page 6 of 8  
Signature & Seal of the Bidder  
NTECL/C&M/OT/CS-3955  
Dt : 07.08.2019  
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 forfeit  
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.  
1
1.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.  
1
1
2.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.  
3.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 the Bidder  
NTECL/C&M/OT/CS-3955  
Dt : 07.08.2019  
1
4.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.  
1
1
5.Tender documents are not transferable.  
6. NTECL reserves the right to extend the date for submission & opening of bids at its  
sole discretion.  
1
1
1
7.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.  
8.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.  
9.If anywhere in the document Service tax/Taxes is mentioned, it shall be read as GST.  
Address for Communication  
Addl. 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 -----  
Page 8 of 8  
Signature & Seal of the Bidder