NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project
PO: Vellivoyal Chavadi, Ponneri Taluk, Dist :Thiruvallur, Chennai – 600 103
Tel. No.044 - 27995838 Fax: 044 - 27966033 / 27966065
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
SECTION - I
Ref. NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
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 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
Supply, Installation, Commissioning
and Annual Maintenance Contract of
IP based EPABX System for Plant
Rs. 50,000/-
78 (Seventy Eight)
Months
BRIEF SCOPE OF WORK:
The scope of the subject package envisages “Supply, Installation, Commissioning and Annual
Maintenance Contract of IP based EPABX System of Plant”.
QUALIFYING REQUIREMENTS:
(a) The bidder should be a manufacturer or authorized dealer of manufacturer of IP based
EPABX Telephone Exchange based on server Gateway architecture having service facility
in India.
(b) The bidder in the last five years prior to BOD (Bid Opening Date) should have executed
the work of supply, installation & commissioning of IP based EPABX telephone exchange
of capacity 500 ports or more and has completed at least 12 months of successful
operation, with
(i) Single (01) order, of executed value not less than Rs. 39.72 Lakhs
OR
(ii) Two (02) orders, each of executed value not less than Rs. 24.82 Lakhs
OR
(iii) Three (03) orders, each of executed value not less than Rs. 19.86 Lakhs
(c) The average annual turnover of the bidder in the last 03 financial years ending 31/03/2019
should not be less than Rs. 49.65 Lakhs (Rupees Forty Nine Lakhs and Sixty Five Thousand)
(d) The bidder should have Provident Fund code (PF code) number allotted by concerned
Regional Provident Fund Authority.
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 2 of 9 Signature & Seal of Bidder
(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.
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 3 of 9 Signature & Seal of Bidder
BRIEF DETAILS
Bid Document No.
NTECL/C&M/OT/CS-3684 Date. 19.11.2019
Description of Work
Supply, Installation, Commissioning and Annual
Maintenance Contract of IP based EPABX System
of Plant
Bid Document Sale Period
From 20.11.2019 to 04.12.2019
Cost of Bidding document
NIL
Last Query date (Queries shall be
entertained up to this date only)
10.12.2019
Submission of Bids (Both Techno-
Commercial Bid and Price Bid) i.e.
Envelope – I & II together.
17.12.2019 Up to 14:30 Hours.
Techno – Commercial Bid
Opening (Envelope – I)
18.12.2019 at 15:00 Hours.
EMD
Rs. 50,000/-
After Techno-commercial bid opening (Online & Offline), the bids submitted shall be
evaluated for meeting both the Qualifying Requirements & Technical Requirements
and only those bids meeting the Qualifying Requirements and complying with the
Technical Requirements shall be considered for Price Bid Opening (Online).
The date of opening of Price Bid (Online) shall be intimated separately.
Address for bid submission of Bids
Location of Tender box in NTECL
Site office premises
Contact Persons.
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 4 of 9 Signature & Seal of 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. Methodology for submission of bids has been detailed in Section-I, Annexure-A, in
this bidding document.
3. 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 query date as mentioned in the documents.
Clarifications received after the specified date from the agencies will not be entertained.
NTECL shall respond to any request for clarification or modification of the bidding
documents that it receives within the time line specified.
NTECL shall 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 NTECL 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.
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.
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 5 of 9 Signature & Seal of Bidder
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.
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. Income Tax Assessment order / Up to date copy of Profit & Loss Account and
Balance Sheet of last three financial years ending 31P
st
P 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.
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. Copy of PF Registration with Regional Provident Fund Commissioner (RPFC)
f. No Deviation Statement (As per Schedule-A)
3. BID SUBMISSION & OPENING:
The bids are invited for aforesaid work/s under “Single Stage Two Envelope” Bidding
system (Envelope I Techno commercial Bid & Envelope II Price Bid). The bid
documents signed and stamped in all pages are to be uploaded as 02 (Two) separate online
envelopes in GePNIC portal:
A. ENVELOPEU: I (Techno - Commercial Bid)
The Techno-Commercial Bid comprises of following two categories of documents:
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 6 of 9 Signature & Seal of Bidder
(i) Following 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 Online
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
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.
THE CONTENT OF THE ENVELOPE/S SHOULD ALSO BE CLEARLY
SUPERSCRIBED ON THE ENVELOPE WITH THE NAME OF WORK, NAME OF
BIDDER, BIDDERS ADDRESS & CONTACT NUMBERS, BID REFERENCE,
CONTENTS AND DATE OF OPENING ETC.
(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:
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.
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 7 of 9 Signature & Seal of Bidder
d. Copy of GSTIN Number / Provisional registration number issued by concerned
authorities.
e. Copy of PF Registration with Regional Provident Fund Commissioner. (RPFC)
f. 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.
g. Relevant Documents to meet Qualifying Requirements (QR) of the subject tender.
h. Relevant Documents to meet Technical Requirements (QR) of the subject tender.
i. Authorization / Power of attorney on the person signing the bid
j. A complete set of tender documents, its amendments/addendum and clarifications, if
any, signed and stamped by the authorized signatory.
B. UENVELOPE: II (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.
1) Price Schedule-Schedule of Items/Bill of Quantity as per Schedule-II.
2) BOQ in Excel Format
Techno - Commercial
Bid (Online & Offline
documents)
Shall be opened at the time & day set for submission of
Bids.
PRICE BID (Online)
The date of opening of Price Bids shall be intimated
separately.
After techno-commercial bid evaluation, only the bids meeting the Qualifying
Requirements and complying with the Technical Requirements shall be considered
for Price Bid Opening. The decision of NTECL in this regard shall be final.
(iii) 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. 50,000.00 shall not be accepted in
the form of bank guarantee. EMD shall not be accepted in any other form.
Details for remittance of EMD by domestic bidders:
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 8 of 9 Signature & Seal of Bidder
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
Should be greater than INR
50,00,000/- (Indian Rupees Fifty Lakhs
only)
Bank Charges to
Remitter
Documentary evidence towards submission of bid security shall be submitted
mandatorily as a part of OFFLINE Documents.
B. 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 Bids) shall be rejected by NTECL as being non- responsive and
shall not be opened.
C. 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).
D. 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.
E. 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 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.
(iv) THE PRICE BID/S OF ONLY THOSE BIDDERS SHALL BE OPENED
WHO MEETS BOTH THE QUALIFYING REQUIREMENTS AND
TECHNICAL REQUIREMENTS.
(v) 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.
NTECL/C&M/OT/CS-3684 Dt: 19.11.2019
Page 9 of 9 Signature & Seal of Bidder
(vi) NTECL shall not be responsible for any postal delays resulting in non-receipt of
offline documents sent by post / courier.
(vii) 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.
(viii) 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.
(ix) Tender documents are not transferable.
(x) NTECL reserves the right to extend the date for submission & opening of bids at
its Sole discretion.
(xi) 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.
(xii) 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.
U
Address for Communication:
The AGM (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600 103.
Tel. No.044 - 65351052 Fax: 044 –
27966033 / 65
OR
The Sr. 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.
Tel. No.044 - 65351017 Fax: 044 –
27966033 / 65
Ms. Sumitha Babu G, Sr.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.
Tel. No.044 - 65351017 Fax: 044 –
27966033/65