NTECL/C&M/CS-3975 Date:27.08.2019
Page 3 of 12 of Section - I Signature & seal of the Bidder
Notice Inviting Tender (NIT)
Ref: NTECL/C&M/CS-3975 Date: 27.08.2019
NTPC Tamilnadu Energy Company Limited (NTECL), a JV of NTPC & TANGEDCO invites online
bids (e-tendering) on Single Stage Two Part Bidding basis 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
Contract for coordination and
supervision of coal loading at MCL,
ECL & CCL, transportation by
railways, delivery at Dhamra and
Paradip Ports and handling at Paradip
Port ensuring minimum transit loss
Rs. 50,00,000 /- (Rupees Fifty
Lakhs only).
24 (Twenty
four) months
BRIEF SCOPE OF WORK:
The scope of the subject package envisages Contract for coordination and supervision of coal
loading at MCL, ECL & CCL, transportation by railways, delivery at Dhamra and Paradip Ports
and handling at Paradip Port ensuring minimum transit loss for a period of 24 (twenty four)
months
QUALIFYING REQUIREMENTS:
4.1
The average annual turnover of the bidder in the last 03 financial years ending
31/03/2019 should not be less than Rs. 22.75 crores (Rupees Twenty Two Crores and
Seventy Five lakhs)
4.2
The bidder in the last five years prior to BOD (bid opening date) must have executed
similar works* contracts with
i. Single order, value not less than Rs.18.20 crores
(Rupees Eighteen crores and twenty lakhs)
OR
ii. Two orders (02), each of value not less than Rs.11.38 crores
(Rupees Eleven crores and Thirty Eight lakhs)
or
iii. Three orders (03), each of value not less than Rs. 9.10 crores
(Rupees Nine crores and Ten lakhs)
* similar works means contracts for movement of coal, involving the following:
4.2.1. Co-ordination with Coal Mining Company and Indian Railways for coal loading and
coal movement from the Coal Mines to any place. .
4.2.2. Coal handling at any Indian port, involving intra-port transportation, stack pile
management, etc.
For getting qualified under single order contract criteria at 4.2 (i) above, similar works
specified in both 4.2.1. & 4.2.2 needs to be met in the single order.
For getting qualified under two or three order contracts criteria as in 4.2 (ii) or 4.2 (iii)
above, similar works specified in 4.2.1. & 4.2.2 need not be together in each order
contract, but needs to be met with two or three order contracts as the case may be.
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
NTECL/C&M/CS-3975 Date:27.08.2019
Page 4 of 12 of Section - I Signature & seal of the Bidder
Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding Companies
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.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the
respective paid-up share capitals and Y1,Y2,Y3 are individual respective paid-up share
capitals.
Notes
a. Experience as the main contractor shall only be considered for satisfying the
experience criteria specified in 'QR'. The contracts should have been bagged from
the utility for whom the coal is transported / handled and executed by the agency in
its own name. The experience as a sub-contractor shall not be considered for
qualifying the experience criteria specified in 'QR'.
b. Activities like transport by road to destination, loading of coal into trucks or railway
wagons, supervision of loading at collieries etc., on standalone basis will not be
considered as relevant experience.
c. 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.
d. Other income shall not be considered for arriving at annual turnover.
e. In case, a Bidder does not satisfy the financial criteria, stipulated at Clause “4.1”
and/or “4.3” above on its own, the holding company would be required to meet the
stipulated turnover requirements at Clause 4.1” 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
NTECL/C&M/CS-3975 Date:27.08.2019
Page 5 of 12 of Section - I Signature & seal of the Bidder
4.5
The bidder should have Provident fund code (PF Code) number allotted by concerned Regional
Provident Fund Authority.
4.6
The bidder should have GSTIN Number / provisional registration number issued by
concerned authorities.
NTECL/C&M/CS-3975 Date:27.08.2019
Page 6 of 12 of Section - I Signature & seal of the Bidder
BRIEF DETAILS
Bid Document No.
NTECL/C&M/CS-3975, Date.27.08.2019
Description of Work
Contract for coordination and supervision of coal
loading at MCL, ECL & CCL, transportation by
railways, delivery at Dhamra and Paradip Ports and
handling at Paradip Port ensuring minimum transit
loss
Bid Document Sale Period
From 27.08.2019
Cost of Bidding document
Free of cost
Last Query date (Queries shall be
entertained up to this date only)
Up to 19.09.2019
Pre-Bid Conference
19.09.2019 at 10.30 hrs
Submission of offline documents (Offline
documents of Techno-Commercial Bid).
30.09.2019 up to 17.00 Hrs.
Submission of online Bids (Both online
Techno-Commercial Bid and Price Bid).
30.09.2019 up to 17.00 Hrs.
Techno Commercial Bid Opening
(Envelope I)
01.10.2019 at 11.00 Hours.
EMD
Rs. 50,00,000 /- (Rupees Fifty Lakhs only).
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,
Vallur Thermal Power Project,
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District
Chennai - 600103, Tamilnadu.
Fax: 044 - 27966065 / 27966033
Contracts & Materials Dept. Hall,
NTECL Office Complex.
Mr. Rajesh Kumar T,
AGM (C&M), NTECL
Mob No. 9445869131
Email : rajeshkumart@ntpc.co.in
OR
Ms. Sumitha Babu G
Sr. Manager (C&M), NTECL
Mob No. 9445002574
Email : gsumithababu@ntpc.co.in
NTECL/C&M/CS-3975 Date:27.08.2019
Page 7 of 12 of Section - I Signature & seal of the Bidder
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 the website
https://etenders.gov.in/eprocure/app (Tender ID : 2019_NTECL_30979).
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 submit
the “NO DEVIATION CERTIFICATE for fulfillment of technical/commercial
compliance. NO DEVIATION IS ACCEPTABLE TO NTECL. IF ANY DEVIATION IS
TAKEN BY THE BIDDER IN THE NO DEVIATION CERTIFICATE” OR ANY WHERE
ELSE IN THE DOCUMENTS INCLUDING BOQ, THEIR BID SHALL BE SUMMARILY
REJECTED.
Any Clarification related to the scope, terms & conditions of contract shall be sought
under Clarification tab of the on-line bid, latest by the date of Pre-bid Conference.
Clarifications received after the specified date from the agencies will not be
entertained. EMPLOYER will respond to any request for clarification or modification of
the bidding documents that it receives within the time line specified.
EMPLOYER will post the Clarifications under Clarification/Corrigendum tab at etender
website. Bidders can view these clarifications. Bidders are advised to regularly check
under Clarification/Corrigendum tab regarding posting of clarification, if any.
Bidders must check the Clarifications issued before submission of Bid. Should the
Employer deem it necessary to amend the Bidding Document as a result of a
clarification, it shall do so and upload the amendments in the tender on the etender
portal. After this stage, no deviation is acceptable to NTECL.
3. The bids shall be received up to due date & time of bid opening in the e tender portal and
shall be opened on the date and time as stipulated in the bid document.
4. The prospective bidders are invited to submit their Bid comprising of Techno - Commercial
Bid and Price Bid for the subject package, in line with the provision of the bidding
documents. Methodology for submission of bids has been detailed hereinafter in this
bidding document.
5. The cost on account of preparation and submission of Bid, negotiations, discussions etc., as
may be incurred by the Bidder in the process, are not reimbursable by the owner, and the
owner will in no case be responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.
6. Transfer of Bidding Documents downloaded by one intending Bidder to another is not
permissible.
7. The Owner (NTECL) reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby incurring
liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or
bidders of the grounds for the Owner’s action. Decision of Owner will be final and binding in
this regard.
8. NTECL reserves the right to amend/alter/add/delete any provision of this document or of the
future contracts arising out of this tender.
NTECL/C&M/CS-3975 Date:27.08.2019
Page 8 of 12 of Section - I Signature & seal of the Bidder
9. The successful bidder shall have to furnish the Bank Guarantees towards Contract
Performance as per NTECL’s formats to secure NTECL’s interest depending upon the nature
of the transaction to be determined on the basis of tender.
10. The Successful Bidder should also obtain all necessary clearances and other related
statutory requirements etc. as applicable for execution of the subject contract work. The
qualification status shall be examined by NTECL during the process of evaluation and the
decision of NTECL in this regard shall be final.
11. The Bidders are expected to examine all instructions, forms, terms, conditions,
specifications and other information in the bidding documents. Failure to furnish all
information required as per the bidding documents or submission of a bid not substantially
responsive to the bidding documents in every respect will be at the Bidder's risk and may
result in rejection of its bid. For fulfilling the Qualifying Requirements, intending bidder shall
be required to submit the following documents online along with their Technical Bid ( duly
attested at least by authorized signatory of the tenderer ) in the Pre-Qual/Technical
Cover/Envelope of the e-tender portal :
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
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.
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 Deviation 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) Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
d) Copy of GSTIN Number / Provisional registration number issued by concerned
authorities.
e) Copy of PF Registration with Regional Provident Fund Commissioner. (RPFC)
12. BID SUBMISSION:
The bids are invited for aforesaid work/s under “Single Stage Two Envelope Bidding
system. (Envelope I Techno commercial Bid & Envelope II Financial Bid)
:
a. The prospective bidders are invited to submit their Bid comprising of
Techno - Commercial Bid and Price Bid for the subject package, in line
with the provision of the bidding documents. Methodology for submission
NTECL/C&M/CS-3975 Date:27.08.2019
Page 9 of 12 of Section - I Signature & seal of the Bidder
of bids has been detailed hereinafter in this bidding document.
b. The cost on account of preparation and submission of Bid, negotiations,
discussions etc., as may be incurred by the Bidder in the process, are not
reimbursable by the owner, and the owner will in no case be responsible or
liable for these costs, regardless of the conduct or outcome of the bidding
process.
c. Transfer of Bidding Documents downloaded by one intending Bidder to
another is not permissible.
A. Techno-Commercial Bid:
The Techno-Commercial Bid comprises of following two categories of documents:
(i) Documents to be submitted in physical form (i.e. offline documents in original) in
separate sealed envelope in accordance with and containing the following, further
the true copy of these documents shall also necessarily be enclosed with on line
bid:
1. Bid security/Earnest Money Deposit shall be furnished in accordance with ITB
Clause 3.0
2. Certificate regarding Acceptance of No Deviation as per format at Annexure ”A” of
Section-VI
3. The power of attorney furnished in accordance with Annexure-B of Section-VI
4. Format of Letter of Undertaking on non-judicial stamp paper (Rs. 100/-) as per
Annexure I of Tender Documents.
5. Format of affidavit as per Annexure M of Tender Documents
6. Declaration for having submitted single Bid as per format at Annexure-L of Section-VI
The Envelopes shall then be sealed in outer envelope.
If Bids not accompanied by any of the above documents before the stipulated date &
time for bid submission, the same shall be rejected by Owner as being non-
responsive and online bid if submitted shall not be opened. Documentary evidence
towards submission of bid security shall be submitted mandatorily as a part of
OFFLINE Documents.
(ii) Documents to be submitted Online (i.e. duly signed, stamped and scanned copy) as
detailed in the Instructions to Bidders(Section-IV of Tender Documents) shall be uploaded
in the Pre-Qual/Technical Cover/Envelope of the e-tender portal. Following documents
shall necessarily be uploaded in the Pre-Qual/Technical Cover/Envelope alongwith other
documents as stipulated in the Tender documents:
NTECL/C&M/CS-3975 Date:27.08.2019
Page 10 of 12 of Section - I Signature & seal of the Bidder
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 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.
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 Deviation 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. Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
d. Copy of GSTIN Number / Provisional registration number issued by concerned
authorities.
e. Copy of PF Registration with Regional Provident Fund Commissioner. (RPFC)
f. A complete set of tender documents, its amendments/addendum and clarifications,
if any, signed and stamped by the authorized signatory.
B. Price Bid:
Documents to be submitted Online (i.e. duly signed, stamp and scanned copy) as follows:
Upload the following in Finance Cover/Envelope on the portal.
A) Price Schedule-Schedule of Items/Bill of Quantity as per Schedule-II.
B) BOQ in Excel Format
Please refer notes of Schedule-A & Schedule-B of BOQ of Section-II.
13. Earnest Money Deposit :-
Details for remittance of EMD by domestic bidders
Beneficiary Account name
NTPC Tamilnadu Energy Company Ltd
Bank
Corporation Bank
Bank Branch
Nungambakkam Branch, Chennai
600034
Bank/Branch IFSC Code
CORP0000577
Beneficiary's Account number
510341000000563
Purpose
Earnest Money Deposit for Tender
Amount of Remittance
INR 50,00,000/- (Indian Rupees Fifty
Lakhs only)
Bank Charges to
Remitter
NTECL/C&M/CS-3975 Date:27.08.2019
Page 11 of 12 of Section - I Signature & seal of the Bidder
Documentary evidence towards submission of bid security shall be submitted mandatorily as a
part of OFFLINE Documents.
A. The BG shall be submitted in original before the stipulated bid submission closing date and
time. In case acceptable Bid Security is not received then Bid (Both Techno-commercial
& Price) shall be rejected by OWNER as being non- responsive and shall not be opened.
B. The bid security shall remain valid for a period of Two Hundred Twenty Five (225) days
(180 days BG validity period + 45 days claim period) from the date set for opening of
tender.
C. The Bid Security (EMD) format enclosed as Schedule-C shall be used for making Bank
Guarantee.
D. EMD/Tender Fees Exemption for MSEs : 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
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 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.
14. THE PRICE BID/S OF ONLY THOSE BIDDERS SHALL BE OPENED WHO MEETS THE
QUALIFYING REQUIREMENTS.
15. 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.
16. 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.
17. Tender documents are not transferable.
18. NTECL reserves the right to extend the date for submission & opening of bids at its Sole
discretion.
19. 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.
NTECL/C&M/CS-3975 Date:27.08.2019
Page 12 of 12 of Section - I Signature & seal of the Bidder
20. 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 (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600 103.
Mob. No/s: 9445869040/9445869131