Page 1 of 7 Signature & Seal of the Bidder
NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
Ref. NTECL / C&M /OT/ CS - 4017, Dt: 19.08.2019
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:
Description of work
Bid Security (EMD)
Contract
period
Annual Maintenance Contract for
Turbine & Auxiliaries at NTECL,
Chennai
Rs.2,00,000/-
(Rupees Two Lakhs only)
12 (Twelve)
Months
BRIEF SCOPE OF WORK:
The scope of the subject package envisages Annual Maintenance Contract for Turbine
& Auxiliaries”.
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 186.72 lakhs (Rupees one hundred eighty six
lakhs and seventy two thousand)
B
The bidder in the last five years prior to BOD (bid opening date) must have executed,
a. Maintenance works of TG & Auxiliaries including high pressure pumps like BFP,
CEP & high pressure valves, in unit size of 200MW or higher in thermal power
plants,
OR
b. Maintenance work of overhauling of TDBFP drive turbines & high pressure
valves & overhauling of horizontal/vertical pumps in unit size of 200MW or higher
in thermal power plants,
OR
c. Erection & commissioning works of main turbine in unit size of 200MW or higher
in thermal power plants,
WITH
i. Single (01) order, of executed value not less than 149.38 Lakhs
(Rupees one hundred forty nine lakhs and thirty eight thousand)
OR
ii. Two (02) orders, each of executed value not less than 93.36 Lakhs
(Rupees ninety three lakhs and thirty six thousand)
OR
iii. Three (03) orders, each of executed value not less than 74.69 Lakhs
(Rupees seventy four lakhs and sixty nine 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.
NTECL/C&M/OT/CS-4017 Dt : 19.08.2019
Page 2 of 7 Signature & Seal of the Bidder
The word “executed” means; bidder should have achieved the criteria specified in above
QR even if the total contract is not completed / closed.
BRIEF DETAILS:
Bid Document No.
NTECL/C&M/OT/CS-4017. Dt.19.08.2019
Description of Work
Annual Maintenance Contract for Turbine &
Auxiliaries
Bid Document Sale Period
From 19.08.2019 to 28.08.2019
Cost of Bidding document
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)
31.08.2019
06.09.2019 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)
06.09.2019 at 15.00 Hours.
EMD
Rs. 2,00,000/- (Rupees Two 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
produced and services rendered shall be exempted
from paying Earnest Money Deposit.
NTECL/C&M/OT/CS-4017 Dt : 19.08.2019
Page 3 of 7 Signature & Seal of the Bidder
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 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.
NTECL/C&M/OT/CS-4017 Dt : 19.08.2019
Page 4 of 7 Signature & Seal of the Bidder
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 (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
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 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.
8.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:
NTECL/C&M/OT/CS-4017 Dt : 19.08.2019
Page 5 of 7 Signature & Seal of the Bidder
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 >>>>
Shall be opened at 15.00 hours on the day set for
submission of Bids.
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
ENVELOPE: I (Techno - Commercial Bid)
a. Bid security / Earnest Money Deposit (EMD) in separate
envelope.
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.
Let a, b, c
in a separate
envelope
inside
Envelope - I
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)
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE.
NTECL/C&M/OT/CS-4017 Dt : 19.08.2019
Page 6 of 7 Signature & Seal of the Bidder
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.
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 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.
NTECL/C&M/OT/CS-4017 Dt : 19.08.2019
Page 7 of 7 Signature & Seal of the Bidder
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.
19.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 -----