Enquiry No. 1900E30357 Date: 16-03-2020
Page- 1 of 90 Signature of Bidder with seal
NTPC TAMILNADU ENERGY COMPANY LTD.
( A Joint Venture of NTPC Ltd. & TNEB)
Vallur Thermal Power Project
Site Office: Vallur Thermal Power Project, Kuruvimedu Village,
Ponneri Taluk , Vellivayal Chavadi Post , Thiruvallur District,
Chennai 600103. Phone: 9445030152, Fax: 044-27966033
PURCHASE ENQUIRY
Purchase Enquiry No. 1900E30357 Date: 16-03-2020
1.0 NTECL invites online bids on Single Stage Two Envelope bidding basis (Envelope-1:
Techno-Commercial Proposal & Envelope-2: Price Proposal) from eligible bidders for
Procurement of Membranes for RO Stage - I in Desalination Plant, as per the Scope of
work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
3.0 Detailed specifications, scope of work and terms & conditions are given in the bidding
documents and can be viewed in our Online Tender Portal
https://etenders.gov.in/eprocure/app
4.0 Brief Details:
Document down load Commencement Date
& Time
As per e-bid
Source IFB/ NIT
NTECL CHENNAI
Contract Classification
Supply Contract
Last Date and Time for Bid Submission
As per e-bid
Techno Commercial Opening Date & Time
As per e-bid
Last date for clarification
As per e-bid
Cost of Bidding Document in INR
INR 1197/-
EMD in INR
INR 10,00,000/- (OR) USD 15,835/-
As per provisions of bidding documents, the bidders shall submit “Techno-Commercial
Proposal and Price Proposal online (https://etenders.gov.in/eprocure/app), within the bid
submission date and time as mentioned above. Only Techno-Commercial proposals will be
opened on the date and time mentioned in the GePNIC Website.
5.0 The date of opening of Price Proposal shall be intimated separately by NTECL after
completion of evaluation of Techno-Commercial Proposal.
6.0 Bid Security (EMD), Tender Fee, Deed of Joint Undertaking if applicable shall be submitted
in a sealed envelope separately offline by the stipulated bid submission closing date and time
at the address given below. Any bid without an acceptable Bid Security (EMD), Tender Fee
shall be treated as non-responsive by the employer and shall not be opened. All credentials,
filled up formats & supporting documents as asked by NTECL are to be given online as
attachments with the bid.
Enquiry No. 1900E30357 Date: 16-03-2020
Page- 2 of 90 Signature of Bidder with seal
7.0 Any document submitted by the agency in hard copy other than the documents mentioned at
Para 6.0 above, will not be considered. In spite of this condition, if any document is
submitted by the agency in hard copy other than the documents mentioned at Para 6.0 above
before bid opening shall be ignored and the offer submitted through the e-tendering shall be
binding on the agency.
8.0 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(NSIC) or Directorate of Handicrafts and Handloom or
Udyog Aadhar 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 bid documents free of cost and shall be exempted from paying Earnest Money
Deposit.
The above benefits to MSEs are meant for procurement of only goods produced and services
rendered by MSEs. However, traders are excluded from the purview of Public Procurement
Policy and not eligible for Benefits to MSEs. Also, benefits under Public Procurement Policy
for MSEs shall not be extended in Works Contract.
The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar certificate and
EMD, Power of Attorney well in advance to the address mentioned at 16.0 so as to reach
before the scheduled bid submission end date and MSE’s should upload MSE/ NSIC/ Udyog
Aadhar certificate in Fee cover in GePNIC, failing which the bid shall be liable for rejection.
9.0 EMD / Tender Fee can also be submitted through wire transfer. The details to facilitate
remittance of EMD / Tender Fee through wire transfer is given below:
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
Bank Charges to Remitter
While carrying out online transfer, bidders shall ensure to enter “ EMD - Tender No -
Vendor Name” in the Text / Remarks / Reason field.
Bidder shall intimate the details of the same through email to concerned C&M dept. and also uploaded
the details in the “FEE / SCANNED COPY OF EMD” folder in GePNIC in the following format.
Declaration for EMD / Tender Fee Deposit
Tender No. :
Vendor name :
UTR Reference :
Amount :
Date of Transfer :
Transferor Bank :
10.0 A complete set of Bidding Documents may be downloaded by any interested Bidder at our E
Tender Site (https://etenders.gov.in/eprocure/app). For logging on to the E Tender Site, the
bidder would require to create user ID and Password as per the Bidder’s Manual Kit provided
in the aforementioned web site. The payment (non-refundable) of the cost of the documents
as mentioned above in the form of a crossed account payee demand draft in favour of
Enquiry No. 1900E30357 Date: 16-03-2020
Page- 3 of 90 Signature of Bidder with seal
NTECL, Payable at Chennai shall be submitted in a sealed envelope separately offline by the
stipulated bid submission closing date and time at the address given below.
11.0 Qualifying Requirements:
Technical & Financial Criteria
A
i) The bidder should be a manufacturer (OR) Authorized Dealer /Distributor of the
manufacturer of Sea Water Reverse Osmosis (SWRO) membranes of diameter 8 inch &
above and length 40 inch & above
Dealer/Distributor should be specifically authorized by the manufacturer for
participating in this bid.
ii) The Bidder should submit the certificate from the end user for satisfactory operation
for minimum 3 years, for the SWRO membranes of diameter 8 inch & above and length
40 inch & above, along with PO copy.
B
The bidder in the preceding seven years prior to the date of techno commercial bid
opening should have supplied Sea Water Reverse Osmosis (SWRO) membranes to any
Industry / Organisation ,with
(i)
Single (01) order , of executed value not less than Rs. 419.43 lakhs
##
( Rupees four hundred nineteen lakhs and forty three thousand )
(OR)
(ii)
Two (02) orders, each of executed value not less than Rs. 262.14 lakhs
##
(Rupees two hundred sixty two lakhs and fourteen thousand)
(OR)
(iii)
Three (03) orders , each of executed value not less than Rs.209.71 lakhs
##
(Rupees two hundred nine lakhs seventy one thousand)
Note :
##
in INR(Rs.) or equivalent amount on foreign currency (for conversion of
foreign currency to INR(Rs.) prevailing exchange rates as on the date of orders shall be
considered).
C
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 Rs.524.29 lakhs
(Rupees five hundred twenty four lakhs and twenty nine thousand) or equivalent amount
in foreign currency (for conversion of foreign currency to INR (Rs.) prevailing exchange
rates as on the date of each annual financial results shall be considered).
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 Accountants shall be considered acceptable. In case, the
bidder is not able to submit the certificate from Practicing Chartered Accountants
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 Accountants certifying the financial parameters is not available.
Enquiry No. 1900E30357 Date: 16-03-2020
Page- 4 of 90 Signature of Bidder with seal
D
Domestic bidders should have GSTIN number issued by concerned authorities.
Notwithstanding anything stated above, the Employer reserves the right to undertake a
physical assessment of the capacity and capabilities including financial capacity and
capability of the Bidder / his Collaborator(s) / Associate(s) / Subsidiary(ies) / Group
Company(ies) to perform the Contract, should the circumstances warrant such assessment in
the overall interest of the Employer.
The physical assessment shall include but not be limited to the assessment of the
office/facilities/banker’s/reference works by the Employer. A negative determination of such
assessment of capacity and capabilities may result in the rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for the qualifying
requirements stipulated above.
12.0 NTECL reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject
package without assigning any reason whatsoever and in such case no bidder/intending bidder
shall have any claim arising out of such action.
13.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
14.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTECL shall evaluate the qualifying requirements of each bidder as per NIT after
opening of Technical Commercial bids and the bids of the bidder who is not meeting the
qualifying requirement shall be treated as non-responsive.
15.0 Address for Communication:
Address for Communication
Contact Persons
S.Kishore Kumar
Dy.Manager (C&M), NTECL
Mob. No.- 9445030152
email: skkumar01@ntpc.co.in
Rajit Chandrasekharan
DGM (C&M), NTECL
Mob. No.- 9445030152
email: rajitc@ntpc.co.in
Enclosures :
1. Detailed NIT
2. Instructions to Bidders
3. Bill of Materials
4. Technical Specifications
5. Special Purchase Conditions
6. Special Conditions
7. Information for Bidders
8. Information to be Furnished by Bidders
9. General Purchase Conditions
10. Annexures
11. NTECL’s Policy for withholding / banning of business dealings
12. Fraud Prevention Policy
13. Bank Guarantee Format with check list and list of banks