Page 1 of 6 Sign & Seal of the Bidder
NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
BRIEF NOTICE INVITING TENDER
Ref. NTECL/C&M/OT/CS - 4276 Dt.: 09.03.2020
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
Annual Maintenance Contract for Civil
works in NTECL Township
Rs.50,000/- (Rupees Fifty
Thousand only)
12 (Twelve) Months
Estimated cost Rs.39.68 Lakhs
BRIEF SCOPE OF WORK:
The scope of the subject package envisages Annual Maintenance Contract for Civil works in
NTECL Township”.
QUALIFYING REQUIREMENTS:
A
The average annual turnover of the bidder in the preceding three (03) financial years as on the
date of techno- commercial bid opening, shall not be less than 39.68 lakhs (Rupees thirty nine
lakhs and sixty eight thousand).
Notes:
i) Other income shall not be considered for arriving at annual turnover.
ii) 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, the 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 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
The bidder in the last seven years prior to the date of techno- commercial bid opening, should
have executed Civil Maintenance/Repair works (or) Civil Construction, with
i. Single order (01) value not less than 31.75 lakhs
(Rupees thirty one lakhs and seventy five thousand)
OR
ii. Two orders (02) each of value not less than 19.84 lakhs
(Rupees nineteen lakhs and eighty four thousand)
OR
iii. Three orders (03) each of value not less than 15.87 lakhs
(Rupees fifteen lakhs and eighty seven thousand)
Note: Execution of earth work/road works in isolation will not be considered
C
The bidder should have Provident Fund code (PF code) number allotted by concerned Regional
Provident Fund Authority.
NTECL/C&M/OT/CS- 4276 Dt : 09.03.2020
Page 2 of 6
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 doesn’t 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- 4276
Description of Work
Annual Maintenance Contract for Civil works in
NTECL Township
Bid Document Sale Period
From 09.03.2020 to 18.03.2020
Cost of Bidding document
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)
21.03.2020
Submission of Bids (Both Techno-
Commercial Bid and Price Bid) i.e.
Envelope – I & II together.
25.03.2020 Up to 14.30 Hours.
Techno - Commercial Bid Opening
(Envelope - I)
25.03.2020 at 15.00 Hours.
EMD
Rs. 50,000/-
Address for bid submission of Bids
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.
Renu Raj
Manager (C&M),
Mob. No : 9445869078
Email: renuraj@ntpc.co.in
OR
Salini . T. S
D
The bidder should have GSTIN number issued by concerned authorities.
NTECL/C&M/OT/CS- 4276 Dt : 09.03.2020
Page 3 of 6
Manager (C&M),
Mob. No : 9445002597
Email: salinits@ntpc.co.in
OR
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. 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.
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 ) :
Ii) 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, the bidder is not able to submit the
a. Audited profit & loss account statement along with ITR copies in the preceding three (03)
financial years as on the date of techno- commercial bid opening,
Notes:
i) Other income shall not be considered for arriving at annual turnover.
NTECL/C&M/OT/CS- 4276 Dt : 09.03.2020
Page 4 of 6
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 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 doesn’t 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:
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
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.
a. Price Bid signed with name & designation and stamped on each page.
b.
ENVELOPE: I (Techno - Commercial Bid)
Let a, b & c
in a separate
envelope
inside
Envelope-I
ENVELOPE: II (Price Bid)
NTECL/C&M/OT/CS- 4276 Dt : 09.03.2020
Page 5 of 6
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 >>>>
ENVELOPE - I
(Techno - Commercial
Bid)
Shall be opened at 15.00 hours on the day set for
submission of Bids.
ENVELOPE - II
(PRICE BID)
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 bidder’s 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 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.
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:
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
MSEs.
10. The Price Bid/s of only those Bidders shall be opened who meets the Qualifying
Requirements.
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE.
NTECL/C&M/OT/CS- 4276 Dt : 09.03.2020
Page 6 of 6
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.
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.
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.
----- x -----