NOTICE INVITING TENDER (NIT) DETAILED  
(Domestic Competitive Bidding)  
Ref. NTECL/C&M/OT/CS  4150  
Dt.: 24.12.2019  
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 Dist., Chennai, Tamilnadu from eligible bidders who fulfill the Qualifying  
Requirements stipulated below, for the following package:  
Description of work  
Bid Security (EMD)  
Contract period  
6 (Six) Months  
Pre-cast concrete drain trench cover  
slab and pre- cast concrete pedestals  
for waste disposal line  
0
Rs.1,00,000/- (Rupees One  
Lakh only)  
Estimated cost Rs.89.17 Lakh  
BRIEF SCOPE OF WORK:  
The scope of the subject package envisages Pre-cast concrete drain trench cover slab and  
pre- cast concrete pedestals for waste disposal line.  
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  89.17 Lakhs (Rupees eighty nine lakhs and  
seventeen thousand only)  
B The bidder in the last five years prior to BOD (bid opening date) should have executed  
Reinforced Cement Concrete (RCC)/Cement Concrete (CC) works (OR) supplied  
pre-cast RCC/CC products , with  
i.  
Single (01) order, of executed value not less than Rs.71.34 Lakhs.  
(
Rupees seventy one lakhs and thirty four thousand)  
OR  
ii.  
Two (02) orders, each of executed value not less than Rs.44.59 Lakhs  
(
Rupees forty four lakhs and fifty nine thousand)  
OR  
iii.  
Three (03) orders, each of executed value not less than Rs.35.67 Lakhs  
Rupees thirty five lakhs and sixty seven thousand)  
(
Note: Only items pertaining to RCC/CC works will be considered for evaluation of  
above.  
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.  
The word executed means; bidder should have achieved the criteria specified in above  
QR even if the total contract is not completed / closed.  
NOTE :  
The bidder/s should have the following and submit copy of these documents also along  
with QR documents (in Envelope - I):  
(
i) Employees State Insurance Code (ESI Code) as having registered with ESI  
authorities. If the contractor doesnt have the same at the time of bidding, may  
get the same before start of the work if the work is awarded to them.  
(
ii) Copy of Permanent Account Number (PAN) issued by Income Tax authorities.  
BRIEF DETAILS:  
Bid Document No.  
NTECL/C&M/OT/CS- 4150  
Pre-cast concrete drain trench cover slab and pre-  
cast concrete pedestals for waste disposal line  
Description of Work  
Bid Document Sale Period  
Cost of Bidding document  
From 24.12.2019 to 07.01.2020  
Rs.900/- (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)  
09.01.2020  
Submission of Bids (Both Techno-  
Commercial Bid and Price Bid) i.e. 20.01.2020 Up to 14.30 Hours.  
Envelope  I & II together.  
Techno - Commercial Bid Opening  
20.01.2020 at 15.00 Hours.  
(
Envelope - I)  
EMD  
Rs. 1,00,000/-  
The date of opening of Price Bid (Envelope - II) shall be intimated separately.  
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  
Location of Tender box in NTECL  
Site office premises  
Contracts & Materials Dept. Hall,  
NTECL Office Complex.  
Salini . T. S  
Manager (C&M),  
Mob. No : 9445002597  
Email: salinits@ntpc.co.in  
Or  
Contact Person.  
M.Selvaraju,  
Sr.Manager(C&M),  
Mob. No.- 9445002459  
Email: mselvaraju@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
4
. 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.  
. 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 (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 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. Further, a certificate would be  
required from the CEO/CFO/proprietor as per the format enclosed in the bidding  
documents 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 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 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 contractor doesnt have the same at the time of bidding, may  
get the same before start of the work if the work is awarded to them.  
(
ii)Copy of Permanent Account Number (PAN) issued by Income Tax authorities.  
8. BID SUBMISSION & OPENING:  
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:  
ENVELOPE: I à (Techno - Commercial Bid)  
a. Bid security / Earnest Money Deposit (EMD) in separate envelope.  
b. No Deviation Certificate (Schedule A of Section-V)  
c. Relevant Documents to meet Qualifying Requirements (QR) of the  
subject  
Let a,  
in  
envelope  
b
&
c
a
separate  
inside  
Envelope-I  
Tender along with Qualifying Requirement Data and vendor data (format  
enclosed).  
d. Authority / Power of attorney on the person signing the bid.  
e. Copy of GST Registration (GSTIN),  
f. Provident fund code (PF Code) number allotted by concerned Regional  
Provident Fund Commissioner (RPFC).  
g. Permanent Account Number (PAN), ESIC (if the bidder is not having the same at  
the time of bidding, may get the same before start of the work if the work is  
awarded to them).  
i. All other tender documents (except Price Bid) signed with name & designation and  
stamped on each page.  
ENVELOPE: II à (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  
ENVELOPE - I and ENVELOPE - II  
ARE AVAILABLE INSIDE.  
placed in another main envelope, the top of  
the main envelope must indicate, say  
à>>>>  
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 / 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/- 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 225 (Two Hundred Twenty  
Five) days from the date set for opening of tender.  
A. 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.  
B. EMD / Tender Fees Exemption:  
MSE 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.  
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 MSMEs.  
1
0. 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 bidders  
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
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
7. Any change in Bidders 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.  
Address for Communication  
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.