NTPC TAMIL NADU ENERGYCOMPANY  
LTD  
(
AJointVentureofNTPCL td .andTANGEDCO)  
VALLURTHERMALPOWERPROJECT  
CONTRACTS &MATERIALS DEPARTMENT  
BIDDINGDOCUMENT  
FOR  
“Hiring of 40 Ft trailer with Operator for  
material shifting in CHP for 02 years”  
BiddingDocumentNo:NTECL/C&M/OT/CS–4008  
(Thisdocumentismeantforthe exclusivepurposeofbiddingagainstthisBid  
DocumentNo./Specificationonlyandshallnotbetransferred,reproducedorotherwiseusedforpu  
rposesotherthanthatfor whichitisspecificallyissued)  
NTPC TamilnaduEnergyCompanyLimited  
BIDDOCUMENTNO:NTECL/C&M/OT/CS-4008date 09.09.2019  
Hiring of 40 ft trailer with Operator for  
material shifting in CHP for 02 years  
INDEX  
Si.No.  
ITEM  
DESCRIPTION  
PAGE NO  
NoticeInvitingTender(NIT)  
SECTION–I  
1
2
3
.
.
.
1 to 08  
PriceSchedule/BillofQuantities/S  
cheduleofItems.  
SECTION–II  
SECTION–III  
1 to 09  
1 to 14  
ScopeofWork  
&
Terms and Conditions  
ImportantInformation,Instructionsto  
Bidders(ITB),CommercialConditio  
ns,GeneralTerms  
4
5
.
.
SECTION–IV  
SECTION–V  
1 to 23  
Listofschedule  
1
to 18  
NTECL Banning Policy available on NTECL website http://www.ntpcntecljv.co.in  
Fraud Prevention Policy available on NTECL website http://www.ntpcntecljv.co.in  
6
.
.
7
General Conditions of Contract for civil works (GCC) in book form with Amendment nos  
1 & 2 to GCC (This may be referred at NTECL Office and available on NTECL website  
http://www.ntpcntecljv.co.in)  
8
.
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
SECTION - I  
Ref. NTECL/C&M/OT/CS-4008Date: 09.09.2019  
NTPC Tamilnadu Energy Company Limited (NTECL), a JV of NTPC & TANGEDCO invites  
sealed bids for its 2 X 500 MW + 1 X 500 MW Thermal Power Project at VellivoyalChavadi  
Post, PonneriTaluk, ThiruvallurDistt., Chennai, Tamilnadu from eligible bidders who fulfill the  
Qualifying Requirements stipulated below, for the following package:  
Description of work  
Bid Security(EMD)  
Rs.50,000/-  
Contract period  
02 (Two) Years  
Hiring of 40 ft trailer with  
Operator for material shifting in  
CHP for 02 years  
BRIEF SCOPE OF WORK:  
The scope of the subject package envisages “Hiring of 40 feet trailer with Operator for material  
shifting in CHP for 02 years”.  
QUALIFYING REQUIREMENTS:  
i. The bidders should be operating Commercial Transport Vehicles on hire basis to  
any Industry  
A
ii. The bidder should bea owner (or) co-owner of 40 feet trailer  
iii. The bidder should have liasoning office in Chennai/ Tiruvallur/ Kanchipuram/  
Nellore districts.  
The  
averageannualturnoverofthebidderinthelast03  
financialyearsending31/03/2019  
B
shouldnotbelessthanRs.16.47Lakhs (Rupees sixteen lakhs and forty seven thousand)  
The bidder in the five years prior to BOD (Bid opening date) must have executed  
contracts for operating Commercial Transport Vehicles on hire basis, with  
(i)  
Single (01)order,valuenotlessthanRs.13.18Lakhs  
C
OR  
(ii) Two(02)orders, eachofvaluenotlessthanRs.8.24Lakhs  
OR  
(iii) Three (03)orders, eachofvaluenotlessthanRs. 6.59Lakhs  
The bidder should have Provident Fund code (PF code) number allotted by  
concerned Regional Provident Fund Authority.  
D
E
The bidder should have GSTIN number/ provisional registration number issued by  
concerned authorities.  
Note :- The work “executed” means that the bidder should have achieved the progress specified  
in the QR even if the total contract is not completed / closed.The same shall be supported  
by documentary evidence issued by concerned authority.  
Page 2 of 8  
Signature & Seal of Bidder  
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
Also the bidder/s should have the following and should 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 same is not available, then the bidder should register with concerned authorities  
before the commencement of contract.  
(ii)  
Income Tax Permanent Account Number (PAN).  
BRIEF DETAILS  
Page 3 of 8  
Signature & Seal of Bidder  
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
Bid Document No.  
NTECL/C&M/OT/CS-4008Date. 09.09.2019  
Hiring of 40 ft trailer with Operator for material  
shifting in CHP for 02 years  
Description of Work  
Bid Document Sale Period  
From 09.09.2019 to 22.09.2019  
Rs.1125/-  
(Non-Refundable)(to be submitted  
Cost of Bidding document  
along with request letter and copy of GST  
Registration (GSTIN)  
Last Query date (Queries shall be  
entertained up to this date only)  
25.09.2019  
Submission of Bids (Both Techno-  
Commercial Bid and Price Bid) i.e.  
Envelope – I & II together.  
3
0.09.2019 Up to 14:30 Hours.  
0.09.2019 at 15:00 Hours.  
Techno – Commercial Bid  
Opening (Envelope – I)  
3
EMD  
Rs.50,000/-  
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 UdyogAadhaar 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.  
The benefit as above to MSEs shall be available  
only for goods / services produced & provided by  
MSEs for which they are registered.  
EMD Exemption  
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.  
Page 4 of 8  
Signature & Seal of Bidder  
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
Addl. General Manager (C&M),  
Contracts and Materials Dept.,  
NTPC Tamilnadu Energy Company Ltd,  
Vallur Thermal Power Project,  
Site Office: VellivoyalChavadi Post,  
PonneriTaluk, Thiruvallur District  
Chennai - 600103, Tamilnadu  
Ph # 9445030151  
Address for bid submission of Bids  
Location of Tender box in NTECL  
Site office premises  
Contracts & Materials Dept. Hall,  
NTECL Office Complex. (Site Office)  
Mr. S.Krishna Shankar  
Executive Secretary (C&M), NTECL  
Mob. No : 7260814302  
Email: skrishnashankar@ntpc.co.in  
(OR)  
Contact Persons.  
A.S Rao  
Sr. Manager (C&M), NTECL  
Mob. No : 9445869040  
Email: asrao02@ntpc.co.in,  
asrao02ntpc@gmail.com  
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 or  
documentary evidence to the effect that the bidder is exempted from submission of EMD  
(Please refer clause 8 (d)).  
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 25.09.2019.Clarifications received after 25.09.2019 from the agencies will  
not be entertained. Suitable reply will be given to agencies based on their clarification  
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.  
Page 5 of 8  
Signature & Seal of Bidder  
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
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  
st  
Balance Sheet of last three financial years ending 31  
P
P
March 2019duly 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.  
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 issued by concerned authorities.  
e. No Deviation Statement (As per Schedule-A)  
7. BID SUBMISSION & OPENING:  
The bids are invited for aforesaid work/s under “Single Stage Two Envelopes”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. ENVELOPEU: I (Techno - Commercial Bid)  
a. Bid security / Earnest Money Deposit (EMD) in separate envelope.  
b. Other documents as follow shall be submitted in a separate envelope :-  
i. Relevant Documents to meet Qualifying Requirements (QR) of the subject tender.  
ii. Authorization / Power of attorney on the person signing the bid, Copy of  
iii. GSTIN Registration, Permanent Account Number (PAN).  
iv. Provident Fund Code (PF Code) Number allotted by concerned Regional Provident  
Fund Commissioner (RPFC).  
v. Employees State Insurance Code (ESI Code) as having registered with ESI  
authorities.  
vi. All tender documents signed with name & designation and stamped on  
each page.  
vii. No Deviation Certificate. (As per Schedule-A )  
B. UENVELOPE: II (PRICE BID)  
a. Price Bid  
Page 6 of 8  
Signature & Seal of Bidder  
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
C. 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.  
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  
Bid)  
Shall be opened at 15:00 hours on the day set for  
submission of Bids.  
(
ENVELOPE - II  
The date of opening of Price Bids shall be intimated  
separately.  
(PRICE BID)  
8
. Earnest Money Deposit :-  
A. The EMD offered shall, at bidders option, be in the form of (i)Demand Draft/Pay  
Order/Bankers Chequein favourof 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. 50,000.00 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 Two Hundred Twenty Five (225) days from bid  
opening date (i.e 180 days BG validity period + 45 days claim period)  
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.  
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 MSMED Act 2006, for goods produced and services rendered, shall be issued  
the bidding documentsfree 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.  
Page 7 of 8  
Signature & Seal of Bidder  
NTECL/C&M/OT/CS-4008Date: 09.09.2019  
9
. THE PRICE BID/S OF ONLY THOSE BIDDERS SHALL BE OPENED WHO MEETS  
THE QUALIFYING REQUIREMENTS.  
1
0. 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.  
1
1. 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.  
1
2. 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.  
1
3. 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
4. Tender documents are not transferable.  
1
5. NTECL reserves the right to extend the date for submission & opening of bids at its Sole  
discretion.  
1
6. 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.  
1
7. 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.  
1
8.  
U
Address for Communication:  
The AGM (C&M)  
OR The Sr. Manager (C&M)  
Contracts & Materials Dept,  
NTPC Tamilnadu Energy Company Ltd  
Vallur Thermal Power Project  
VellivoyalChavadi Post,  
Contracts & Materials Dept,  
NTPC Tamilnadu Energy Company Ltd  
Vallur Thermal Power Project  
VellivoyalChavadi Post,  
PonneriTaluk, Thiruvallur District,  
Chennai - 600 103.  
PonneriTaluk, Thiruvallur District,  
Chennai - 600 103.  
Mr. S.Krishna Shankar  
Contracts & Materials Dept,  
NTPC Tamilnadu Energy Company Ltd  
Vallur Thermal Power Project  
VellivoyalChavadi Post,  
PonneriTaluk, Thiruvallur District,  
Chennai - 600 103.  
Page 8 of 8  
Signature & Seal of Bidder