SECTION – IB INVITATION FOR BIDS (IFB) (DETAILED

NTECL/C&M/IFB - 112/CS-1093
Section-IB
SECTION – IB
INVITATION FOR BIDS (IFB) (DETAILED)
NTPC Tamilnadu Energy Company Limited
Vallur Thermal Power Project
PO: Vellivoyal Chavadi, Ponneri Taluk, Dist: Thiruvallur, Chennai -600 103
Tel. No.044-2799 5838 Fax: 044-27968799
INVITATION FOR BIDS (IFB)
(Domestic Competitive Bidding)
Ref. No.: NTECL/C&M/IFB - 112/CS-1093
Date: 22.07.2014
NTPC Tamilnadu Energy Company Limited (NTECL)a JV of NTPC & TNEB invites
sealed bids, for its 2 X 500 MW + 1 X 500 MW Thermal Power Project at Vellivoyal
Chavadi Post, Ponneri Taluk, Thiruvallur Dist. Tamil Nadu near Ennore from eligible
bidders who fulfill the Qualifying Requirements stipulated below, for the following
package:
Description of work
One year contract for coordination,
movement and delivery of 46 lakh
MT coal from collieries of MCL
Talcher, Orissa to Paradip port
handling at port and loading in
ships at Paradip for NTECL
Bid Security
Rs.2,18,50,000/(Rupees Two Crore
Eighteen Lakh Fifty
Thousand Only)
Contract
period
12 (Twelve)
months
QUALIFYING REQUIREMENTS:
a)
b)
The average annual turnover of the bidder in the last 03 financial years ending
31/03/2014 should not be less than Rs.109.25 Crores.
The bidder must have executed any of the following similar works in last seven
years prior to NIT date.
(i)
(ii)
(iii)
Page 1 of 6
Single order value not less than Rs.87.40 Crore
(or)
Two orders (02) each of value not less than Rs.54.62 Crore
(or)
Three orders (03) each of value not less than Rs. 43.70 Crore
Signature of Bidder
NTECL/C&M/IFB - 112/CS-1093
c.
Section-IB
Similar works: The bidder should have executed contracts for movement of
coal, involving the following:
1. Coal movement through Indian Railway rakes from Indian Mines to any
place.
2. Coal handling at any Indian port, involving intra-port transportation, stack pile
management, etc.
I.
For getting qualified under single contract criteria as in b (i) above, the
bidder should have combined experience of both c.1 and c.2 in the single
contract.
II.
For getting qualified under Two contracts criteria as in b (ii) above, with
both the contracts put together, the bidder should satisfy both the
conditions of c.1 and c.2.
III.
For getting qualified under Three contracts criteria as in b (iii) above, with
all three contracts put together, the bidder should satisfy both the
conditions c.1 and c.2.
Note:
a) Experience as the main contractor shall only be considered for satisfying the
experience criteria specified in ‘QR’. The contracts should have been
bagged from the utility for whom the coal is transported / handled and
executed by the agency in its own name. The experience as a subcontractor shall not be considered for qualifying the experience criteria
specified in ‘QR’.
b) Activities like transport by road to destination, loading of coal into trucks or
railway wagons, supervision of loading at collieries etc., on standalone basis
will not be considered as relevant experience.
BRIEF SCOPE OF WORK:
One year contract for coordination, movement and delivery of 46 lakh MT coal from
collieries of MCL Talcher, Orissa to Paradip port handling at port and loading in
ships at Paradip for NTECL.
OTHER TERMS AND CONDITIONS:
1. Detailed specifications, Scope of work, Terms & conditions etc., are given in
the bidding documents. Tender documents can be obtained on request along
with requisite Tender fee (in the form of Demand Draft only) on any working
day as per the following schedule:
Page 2 of 6
Signature of Bidder
NTECL/C&M/IFB - 112/CS-1093
Bid Document Sale Period
Cost of Bidding document
Section-IB
up to 18.08.2014
Rs.10,305/- (non-refundable) in form of
Demand Draft only, in favour of “NTECL”
payable at “Chennai”
Submission of Bids (Both
Techno-Commercial Bid and
01.09.2014 up to 14:30 hrs.
Price Bid) i.e. Envelope - I & II
together
Techno - Commercial Bid
01.09.2014 at 15:00 Hrs.
Opening (Envelope - I)
The date of opening of Price Bid (Envelope - II) shall be intimated separately to
the bidders whose technical bids have been found to meet qualifying
requirements stipulated in the tender document.
ADDRESS FOR BID
SUBMISSION
Location of Tender box in
NTECL Site office premises
AGM (C&M),
Contracts and Materials Dept.,
NTPC Tamilnadu Energy Company Ltd,
Vallur Thermal Power Project,
Site Office: Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District
Chennai - 600103, Tamil Nadu.
Tel. No. 044 - 27900575 Fax: 044-27968799
Contracts & Materials Dept. Hall,
NTECL Office Complex. (Site Office)
PRE-BID MEET:
Pre Bid Meet Date & Time
Venue for Pre Bid Meet
19.08.2014 at 14:30 Hrs to 17:00 Hrs
(The bidder/s who purchased the tender
document are invited for Pre Bid Meet )
NTPC Tamilnadu Energy Company Ltd,
Vallur Thermal Power Project,
Site Office: Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District
Chennai - 600103, Tamil Nadu.
The bids shall be received up to the due date and time specified above in the
table. The Techno-commercial bid 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.
2.
The bidding documents shall be issued to all bidders upon their depositing the
requisite cost of bidding documents along with request letter, without primafacie examination of qualification status. However, such issue of tender
Page 3 of 6
Signature of Bidder
NTECL/C&M/IFB - 112/CS-1093
Section-IB
documents will not automatically mean that the bidders are considered
qualified.
The qualification status shall be examined by NTECL during the process of
evaluation and the decision of NTECL in this regard shall be final.
3.
The intending bidder shall submit the following documents along with their bid.
These documents have to be kept in Envelope-I ,i.e. Techno-Commercial Bid:
a) Income Tax Assessment order/ Up to date copy of Profit and Loss
Account and Balance Sheet of last three financial years ending 31st
March 2014 duly audited by Chartered Accountant. In case where audited
results for the last financial year is not available, certification of financial
statements from a practicing Chartered Accountant shall also be
considered acceptable.
b) Copies of Work Orders / Award Letters of similar works covering
awarded value, detailed scope of work / terms and conditions / bill of
quantities along with proof of execution / completion certificate in
support of above Qualifying Requirements.
c) Copy of PF
Commissioner.
Registration
with
Regional
Provident
Fund
d) Copy of Permanent Account Number (PAN) issued by Income Tax
authorities.
e) Copy of Service Tax Registration Number issued by concerned
authorities.
4.
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 (Techno-Commercial Bid)
ENVELOPE: II (PRICE BID)
IT SHOULD BE CLEARLY SUPERCRIBED ON THE ENVELOPE WHETHER
IT IS ENVELOPE - I OR ENVELOPE - II. THE CONTENT OF THE
ENVELOPE SHOULD ALSO BE CLEARLY SUPER SCRIBED ON EACH
ENVELOPE WITH THE NAME OF WORK, NAME OF BIDDER, BID
REFERENCE AND DATE OF OPENING ETC.
Page 4 of 6
Signature of Bidder
NTECL/C&M/IFB - 112/CS-1093
Sealed Envelope-I and sealed Envelope-II
shall be kept in another main envelope.
The top of the main envelope must be
Super scribed like >>>>>>>>>>>>>>>>
ENVELOPE - I
(Techno-Commercial
Bid)
ENVELOPE – II
(PRICE BID)
Section-IB
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE
Shall be opened at 15:00 hours on the day set for
submission of Bids.
The date of opening of Price Bids shall be
intimated separately to the bidders whose
technical bids have been found to meet qualifying
requirements stipulated in the tender document.
5. THE PRICE BID/S, OF ONLY THOSE BIDDERS, SHALL BE OPENED WHO
MEETS THE SPECIFIED QUALIFYING REQUIREMENTS.
6. Price bids of those bidders, whose technical bids have been found to be
not meeting the specified qualifying requirements by NTECL, will be
returned unopened by registered post / speed post.
7. The Bidder or duly authorized representative/s of the Bidder/s, who presents
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.
8. 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.
9. 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.
10. NTECL reserves the right to accept/reject any or all bids or split the work or
cancel/withdraw the “Invitation For Bids” (IFB) without assigning any reason
whatsoever and in such case no bidder/intending bidder shall have any claim
arising out of such action.
11. Tender documents are not transferable.
12. NTECL reserves the right to extend the date for submission & opening of bids
at its sole discretion.
Page 5 of 6
Signature of Bidder
NTECL/C&M/IFB - 112/CS-1093
Section-IB
Address for Communication:
Addl. General Manager (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Site Office: Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600103.
Tel. No. 044 - 27900575 Fax: 044-27968799
Mob. No/s: 9445002642 / 9445002445
********
Page 6 of 6
Signature of Bidder