0% found this document useful (0 votes)
37 views59 pages

Ce 223 Spec

The Tamil Nadu Power Generation Corporation Limited is inviting e-tenders for the supply of spool piece pipes with flanges for condenser cooling water pipelines, with a due date of March 18, 2025. Bidders must register on the e-procurement portal and submit their bids electronically, adhering to specified guidelines and requirements, including a payment of Rs. 28,800 as Earnest Money Deposit. The tender process includes a two-part system for bid submission, and bidders are advised to ensure compliance with all technical and document requirements to avoid rejection.

Uploaded by

annexoverseas
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
37 views59 pages

Ce 223 Spec

The Tamil Nadu Power Generation Corporation Limited is inviting e-tenders for the supply of spool piece pipes with flanges for condenser cooling water pipelines, with a due date of March 18, 2025. Bidders must register on the e-procurement portal and submit their bids electronically, adhering to specified guidelines and requirements, including a payment of Rs. 28,800 as Earnest Money Deposit. The tender process includes a two-part system for bid submission, and bidders are advised to ensure compliance with all technical and document requirements to avoid rejection.

Uploaded by

annexoverseas
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 59

TAMIL NADU POWER GENERATION CORPORATION LIMITED

SPECIFICATION FOR

SUPPLY OF
SPOOL PIECE PIPE WITH FLANGES ON BOTH ENDS
FOR CONDENSER COOLING WATER PIPELINE
THROUGH E-TENDERING
(Through NIC Platform)

SPECIFICATION NO CE- 223/2024-25


Due Date : 18.03.2025

OFFICE OF THE
CHIEF ENGINEER
NORTH CHENNAI THERMAL POWER STATION-II
CHENNAI-600120

Service Provider: The Tamil Nadu Government e-Procurement System


Website for online bid submission: https://tntenders.gov.in

1
INSTRUCTION TO BIDDERS FOR DOWNLOADING / SUBMISSION OF ONLINE
E-TENDER

Bidders are requested to read the terms & conditions of this tender before submitting
their online bids. Bidders who do not comply with the conditions with documentary
proof (wherever required) will not qualify for opening of price bid. In this document the
terms “bidders” and “vendors” mean the one and same.

1.0 The bidding under this contract is electronic bid submission through website
https://tntenders.gov.in/nicgep/app only. Detailed guidelines for viewing bids and submission of
online bids are given on the website. Any citizens or prospective bidders can logon to this website and
view the invitation for Bids and can view the details of works for which bids are invited.

2.0Registration:

2.1The prospective bidders can submit bids online however; the bidders are required to have
enrolment/registration in the website by clicking on the link “Online bidder enrolment” which is
free of charge.

2.2As a part of the enrolment process, the bidders are required to choose a unique username and assign
a password for their accounts.

2.3Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These details would be used for any communication from the E -Portal.

2.4Upon enrolment, the bidders are required to register their valid Digital Signature Certificate
(DSC) (Class III Certificates with signing key usage) issued by any Certifying Authority recognized
by CCA India (e.g. Sify / e Mudhra etc.), with their profile.

2.5 Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC‟s to others which may lead to misuse.

2.6Bidder then can login to the site through the secured login by entering their user ID / password and
the password of the DSC / e-Token.

3.0 ASSISTANCE TO BIDDERS:


3.1Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person
mentioned below.

3.2Any queries relating to the process of online bid submission or queries in general may be directed to
the 24x7 Central Public Procurement Portal Helpdesk. same point discussed in the Sl.No. 3.

It may be noted by the bidders that NIC is only a service provider for conducting the
online bidding process against this tender and shall not be a party to any contract between
TNPGCL and the successful bidder(s) subsequent to the bidding process
Contact persons:
For queries related to registration and Web For queries related to tender specification:
Portal for online bidding (NIC): 1) Executive Engineer/ S&I/NCTPS-II
E-mail : support.etender@nic.in Contact No. 9445060131, 044-27950116
24x7 Help desk No: 0120-4001002, Email: eemsinctps2@tnebnet.org
0120-4001005, 0120-6277787 2) Assistant Executive Engineer/M /S&INCTPS-II
Contact No.9445866423
Email : eemsinctps2@tnebnet.org
4.0System Requirement:
i. Operating System: Windows XP-SP3 & above
ii. Internet browser: IE10 and above / Firefox 42 to 49 / Firefox
ESR 52

2
iii. Signing type: Digital Signature (class III)
iv. JRE 8 and above to be downloaded and installed in the system.

To enable ALL active Xcontrols and disable „use pop up blocker‟ under ToolsInternet Options→
custom level. For detailed guidance about browser and Java configuration the bidders are advised
to download and go through the particulars available under “Bidders Manual Kit” at
“https://www.tntenders.gov.in/nicgep/app?page=BiddersManualKit & service=page”

5.0Searching for Tender Document:


5.0There are various search options built in the Website, to facilitate bidders to search active tenders by
several parameters. These parameters could include Tender ID, organization name, location, date,
value, etc.
5.1Once the bidders have selected the tenders they are interested in, they may download the required
documents/tender schedules. These tenders can be moved to the respective „My Tenders‟ folder.
This would enable the Tamil Nadu Govt. e-Procurement Portal, to intimate the bidders through
SMS / e-mail in case there is any corrigendum issued to the tender document.
5.2 The bidder should make a note of the unique Tender ID assigned to each tender, in case they want
to obtain any clarification / help from the Helpdesk.
6.0Preparation of Bids:
6.1Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
6.2 Bidders are requested to go through the NIT and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers
in which the bid documents have to be submitted, the number of documents including the names
and content of each of the document that need to be submitted. Any deviations from these may
lead to rejection of the bid.

6.3Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document and generally, they can be in PDF / XLS / RAR / DWF / JPG formats. Bid documents
may be scanned with 100 dpi with black and white option which helps in reducing size
of the scanned document. Since the uploaded documents shall be downloaded for evaluation of
bid, bidders are advised to upload clear scanned copies.

One hard copy of the electronically submitted bid documents along with original bond/NJS
wherever applicable excepting the price schedule shall have to be Submitted to
SE/P&A/NCTPS-II within three days after opening of the E-tender.

6.4To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My space or “Other Important Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the
time required for bid submission process. However, applicable BQR evidences must be
submitted as per Tender Specification.

6.5 The completed bid comprising scanned copy of the proof for the payment of EMD or exemption from
payment of EMD and necessary technical and commercial documents should be uploaded on the
website along with signed and scanned copies of requisite certificates as are mentioned in the
different sections in the tender document.

7.0Electronic Submission of Bids:


The bidder shall submit online the requirements under qualification criteria and Technical
Documents required and Price Schedule/BOQ. All the documents are required to be signed digitally

3
by the bidder. After electronic online bid submission, the system generates a unique bid reference
number which is time stamped. This shall be treated as acknowledgement of bid submission.

7.1Bidder should log into the site well in advance for bid submission so that they can upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.

7.2The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.

7.3 Bidder has to select the payment option as “online” to pay the tender fee / EMD as
applicable.
i. The online payment Gateway has been enabled for TNPGCL in TN Tenders portal
(https://tntenders.gov.in). The payments for the tenders like EMD will be
carried out by the Bidders only through online payment mode.

ii. The EMD amount should be the exact amount and no excess or less amount
should be transferred through online payment gateway. If excess or short,
the tender status will be shown as invalid.

iii. If submitting EMD as BG/PEMD/Udyam(SSI) (as mentioned in the specification),


then select the exempted from EMD payment as “YES”. Then upload the EMD
exemption documents only in “pdf” files.

iv. The bidder has to submit the tender document online well in advance before the
Prescribed time to avoid any delay or problem during the submission process. If
there is any delay, due to other issues, bidder only is responsible.

7.4Thescanned copy of payment made through RTGS/NEFT or by way of Account Transfer


towards EMD amount has to be uploaded. TNPGCL shall not be responsible for any delay in
uploading the proof of EMD by any mode.

7.5 A BOQ format for the price bid has been provided with the tender document to be filled by all the
bidders. Bidders are requested to note that they should necessarily submit their financial bids
in the BOQ format provided and no other format is acceptable. Bidders are required to
download the BOQ Excel file, open it and complete the coloured (Unprotected) cells
with their respective financial quotes and other details (such as name of the bidder)
and the same must be uploaded as Schedule “B”. No other cells should be changed. Once
the details have been completed, the bidder should save it and submit it online, without changing
the file name. If the BOQ file is found to be modified by the bidder, the bid will be
rejected and not considered for evaluation.

7.6 The server time(which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

7.7Allthedocuments being submitted by the bidders would be encrypted using PKI encryption techniques
to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons
until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket
Layer 256bit encryption technology. Data storage encryption of sensitive fields is done. Any bid
document that is uploaded to the server is subjected to symmetric encryption using a system
generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid
openers‟ public keys.

7.8The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.

4
7.9Upon the successful and timely submission of bids, (i.e. after clicking “Freeze Bid submission” in the
portal) the portal will give a successful bid submission message & a bid summary will be displayed
with the bid no. and the date & time of submission of the bid with all other relevant details.

7.10Department or Service Provider is not responsible for any failure such as a bad internet connection
or power failure outside of their control. The bidder is responsible to ensure they have sufficient
time to submit an electronic bid prior to closing date and time including the payment of any fees
including the Bid security and getting e-receipt. In case of a failure in the system within the control
of the service provider that may affect a bidding process, the contracting authority on his sole
discretion will postpone the closing time at least 24 hours from the time of system recovery to
allow bidders sufficient time to submit their bids.

7.11 The TNPGCL may, at its discretion, extend the deadline for the submission of bids by amending the
bidding document, in which case all rights and obligations of TNPGCL and bidders subject to the
previous deadline shall thereafter be subject to the deadline extended.

8.0Late Bid:

The Electronic bidding system would not allow any late submission of bids after due date and time
as per server time.

9.0Modification and withdrawal of bids:


9.1Bidders may modify their bids online before the deadline for submission of bids.

9.2In case a bidder intends to modify his bid online before the deadline, the bidder need not make any
additional payment towards the cost of bid processing. For bid modification and consequential re-
submission, the bidder is not required to withdraw his bid submitted earlier. Modification and
consequential re-submission of bids is allowed any number of times. The last modified bid
submitted by the bidder within the bid submission time shall be considered as the bid. For this
purpose, modification/withdrawal by other means will not be accepted. The bidder may withdraw
his bid by uploading his request before the deadline for submission of bids, however, if the bid is
withdrawn, the re-submission of the bid is not allowed.

9.3 No bid may be modified after the deadline for submission of Bids.

5
TAMIL NADU POWER GENERATION CORPORATION LTD.
NOTICE INVITINGE- TENDER
TENDER SPECIFICATION ABSTRACT
For and on behalf of TNPGCL Limited, tenders are invited through Online under Open Tender – Two
Part system for the following procurement:
1 Tender Specification No CE-223/2024-25/NCTPS-II

2 Material Description E-Tender for Supply of Spool piece pipe with


flanges on both ends for condenser cooling water
pipeline
3 (i) Quantity Refer Schedule A
3 (ii) Place of Delivery NCTPS-II Stores, Chennai – 120, Tamilnadu.
4 Guidelines to the vendors - For 1.SuccessfulRegistration with Vendor (NIC). only after the
Trouble free viewing & downloading Vendor‟s registration with the “NIC”
the Tender Specification in the Web E -procurement portal with Class III signing type digital
Portal certificate.
https://www.tntenders.gov.in
2.Creation of User Login ID and Mobile confirmation
3.Recommended version of O/S used or available in the
devise/system.
4.Uninterrupted Adequate net speed.
5.Recommendedvalid digital certificate (DSC Class III).
5(i) Method of Tender E-Tender - Two Part System(Refer Section –IV)
(Online : Part I - Techno-Commercial Bid
and Part II – Price Bid / BOQ)
5(ii) Specification at website TNPGCL www.tangedco.gov.in

NIC https://tntenders.gov.in

5(iii) URL for online bid submission for


E –tender only on https://tntenders.gov.in

6 (i) Earnest Money Deposit Amount Rs.28,800/- (Rupees Twenty Eight Thousand and Eight
Hundred Only)
(EMD)
EMD to be paid through online payment gateway.
a)The online payment Gateway has been enabled for
TNPGCL in TN Tenders portal (https://tntenders.gov.in/).
The payments for the tenders like EMD should be
remitted by the Bidders only through online payment
mode.
b) For Exemption of EMD
(i)The exempted categories of tenderers as given in clause 9 of
Section I, should upload valid copy of Udyam
Registration Certificate/NSIC. Manufacturing facility or
Scope of the activity related to the Tendered material should
be clearly indicated in the Udyam Registration Certificate.
c) PEMD holder as per clause 4 of section-I
E-receipt / other appropriate documents reflecting the EMD
Transaction should be up loaded.

6
7(i) Pre bid queries Start Date & Time Not Applicable
(Through e mail only)
E-Mail ID :sepanctps2@tnebnet.org
7(ii) Pre bid queries End Date & Time Not Applicable
(Through e mail only). The queries
received after this date and time will
not be considered.
8 Closing Time & date for submission 17.03.2025@14:00 hrs
of EMD
9 Date of closing of online E –Tender 17.03.2025@14:00 hrs
for submission of Techno
Commercial Bid & Price Bid.
10 Date & time of opening of Tender 18.03.2025@14:30 hrs
electronically
11 Bid Qualifying Requirements Refer Section –II

12 Documents to be uploaded by the EMD paid E – receipt / Evidence for exemption of EMD,
Schedule A to F and Annexure I to V and other documents
Tenderers during E–submission
whichever is applicable and also documents for Bid Qualifying
Requirements has to be uploaded.
Prices should be quoted ONLY through “On Line” in BOQ
(Schedule B)
All the copies of evidences should be attested by the Gazetted
Officer / Notary Public and the same should be scanned
(originals) and uploaded.
13 Place at which tenders will be Office of the Superintending Engineer/ Purchase and
opened Administration/NCTPS II/ Chennai -120.
14 GST TNPGCL opts to purchase Goods and Services only from the
GST Registered Persons and GSTIN shall be furnished in the
offer.
15 Validity Refer: Sl.No: 10 of Section – IV
16 TNPGCL Payment Refer: Sl.No: 24 of Section –V
17 Schedule of Prices Refer: (BOQ) Schedule - B
18(i) Technical Details Refer: Schedule - A
18(ii) Test Certificate Manufacturer‟s Test certificate / OEM‟s Fitment and
(as per Clause 21.0 of Section V) Interchange ability certificate as per Manufacturer‟s standard /
Calibration Certificate as per IS Standards / Material test
certificate in original issued by the Government approved Lab
as per IS Standards for the items mentioned in the PO as called
for in the specification. The testing method and test result with
reference limits, etc. shall be furnished in the test certificate.
18(iii) Statutory rule to the bidders: 1. The material quality such as chemical composition etc., as
Along with TC bidders advised to per technical specification is to be ensured by the supplier
prove the MOC details as per using the material analyser (PMI) in the presence of board
suggested the practice Engineer after material delivery at NCTPS-II stores at suppliers
(Applicable/Not applicable) cost.
19 Delivery Period Refer: Sl.No:20 of Section –V
20 Rejection of Tenders Refer: Section –III
21 Questionnaire Refer: Schedule - “F”
22 Jurisdiction of Legal Proceedings Refer Sl.No:39 of Section – V
23 Clarification to be sought for from Superintending Engineer /Purchase and Administration/
NCTPS II/Chennai-120.
Any clarification in the tender shall be sought 48 Hrs before the
bid submission time.

7
Email id: sepanctps2@tnebnet.org
24 Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu Transparency in Tender Rules in 2000
& 2012 and subsequent amendment are applicable to this tender.
25 Detailed TNPGCL‟s Terms and Conditions furnished in Section I to V, except the clauses which are
mentioned “Not applicable” in Tender Specification Abstract, may be followed.
26 Specific concurrence or otherwise to the technical specifications and general terms and conditions
outlined in the specification should be furnished in the tender. FAILURE TO DO SO WILL BE TAKEN AS
CONCURRENCE TO THE TERMS AND CONDITIONS MENTIONED IN THE SPECIFICATION.
27 Supporting Documents Provided by the OEM with respect to Technical /MOC/ Quality/IS Standards
towards the tendered items like, Drawings/ Part. Nos / brand/ make / OEM technical papers may be
enclosed – to early finalizing the Tender.
ncl:

-sdx/-
Chief Engineer/Mech/NCTPS-II
Encl: 1. Section I to V
2. Schedule A to F
3. Annexure I to V

8
INDEX

SECTION – I : EARNEST MONEY DEPOSIT


SECTION – II : BID QUALIFICATION REQUIREMENTS
SECTION – III : REJECTION OF TENDERS
SECTION – IV : INSTRUCTIONS TO THE TENDERERS
SECTION – V : COMMERCIAL TERMS AND CONDITIONS
SCHEDULE – A TECHNICAL
SCHEDULE – A1 ELECTRONIC FUND TRANSFER FORM
SCHEDULE – B : BOQ
:
SCHEDULE – C
SCHEDULE OF MATERIALS AND DELIVERY PERIOD
SCHEDULE – D : BIDDERS EXPERIENCE
SCHEDULE – D1 : DECLARATION FORM-1
SCHEDULE – E : GUARANTEED TECHNICAL PARTICULARS
SCHEDULE – F : QUESTIONNAIRE–A & B
ANNEXURE – I : SELF -DECLARATION FOR EMD
: UNDERTAKING TOWARDS JURISDICTION
ANNEXURE – II OF LEGAL PROCEEDINGS
ANNEXURE –III : DECLARATION FORM-2
ANNEXURE –IV :
UNDERTAKING TOWARDS DUES
: UNDERTAKING TOWARDS BANK GUARANTEE FOR
ANNEXURE - V
COMBINED SD CUM PG
DECLARATION PURSUANT TO SECTION 206AB
ANNEXURE - VI

DECLARATION FOR INPUT TAX CREDIT


ANNEXURE-VII
UNDERTAKING FROM THE SOLE PROPRIETOR OF
ANNEXURE – VIII :
THE FIRM
CERTIFICATE TO BE FURNISHED BY
ANNEXURE – IX :
CHARTERED ACCOUNTANT
CERTIFICATE TO BE FURNISHED BY PRACTICING
ANNEXURE – X :
COMPANY SECRETARY

**********

9
SECTION – I
EARNEST MONEY DEPOSIT
1.0 Intending Tenderer should pay an EMD amount as specified in the Tender Specification Abstract.
1.1 Tenderer should pay the specified amount towards Earnest Money Deposit as follows: Earnest
Money Deposit: Rs.28,800/- (Rupees Twenty Eight Thousand and Eight
Hundred Only). Scanned copy of the E-receipt duly reflecting the EMD Transaction
shall be uploaded.

1.2 If submitting Earnest Money Deposit as PEMD/Udyam(SSI) (as mentioned in the


specification), then select the exempted from EMD payment as “YES”. Then upload
the EMD exemption documents only in “pdf" files.

1.3 After confirming the EMD paid amount / Exemption uploaded, then only the system
/tender portal will allow to submit the technical and financial bids.

2.0. Mode of Payment:

a) The online payment Gateway has been enabled for TNPGCL in TN


Tenders portal (www.tntenders.gov.in). All the payments for the tenders
like Earnest Money Deposit should be remitted by the tenderer only
through online payment mode. The Earnest Money Deposit amount should
be the exact amount and no excess or less amount should be transferred
through online payment gateway services of State Bank of India (SBI). If
excess or short, the tender status will be shown as invalid. The Earnest
Money Deposit payment to be made only as single payment.

3.0) PERMANENT EARNEST MONEY DEPOSIT


The Tenderers who are having valid Permanent EMD with TNPGCL/TNPDCL for an amount as
mentioned below are exempted from payment of Earnest Money Deposit and are eligible to
participate in the tender.
Sl.No. PEMD Slab Monetary limit of tender value of participate
without payment of EMD
1 Rs.2,00,000/- In case of all Iron and Steel materials, mainproducers
(Government of India Undertaking only)for procurement of Iron &
Steel materials.
2 Rs.20,00,000/- In case of Tenders not exceeding Rs.10 Crores in value.

3 Rs.40,00,000/- In case of Tenders not exceeding Rs.50 Crores in value.

4 Rs.1,00,00,000/- In case of all Tenders without any monetary limit

The existing PEMD holder for Rs.20,00,000/- are eligible to participate in the tender only for the
value of tenders not exceeding Rs.10 Crores. The existing PEMD holder for Rs.10,00,000/- are not
eligible for participating in the tender under this PEMD category unless they pay the differential
amount for the new PEMD slab.
If the Tenderer desires to become a Permanent E.M.D. holder, he is advised to deposit the
required amount with the TNPGCL as Permanent E.M.D. well in advance and obtain a certificate
from the Financial Controller/Purchase and upload copy of the same along with the tender.

10
4.0) The EMD will not carry any interest.
5.0) The Earnest Money Deposit will be refunded to the unsuccessful tenderers after intimation of the
rejection / non-acceptance of their tender.
6.0) In respect of the successful tenderer, the EMD remitted by the firm will be carried over as part of
the Security Deposit payable by the tenderer.
7.0) Any other mode of payment of EMD other than on line payment/Udyam/NSIC
(as mentioned in the specification) shall not be accepted and the tenders shall be
rejected if EMD is not paid in the prescribed manner.
8.0) If the offer is found to be bogus or false during evaluation, TNPGCL could invoke the Bank
Guarantee to recover the EMD on forfeiture.

9.0). EXEMPTION FOR PAYMENT OF EARNEST MONEY DEPOSIT:-


(i) The following categories of Industries are exempted from payment of EMD subject to ensuring
that the tendered item should be covered in their Registration Certificate showing the materials
permitted to manufacture.
a) The firms located within the State of Tamil Nadu having Udyam Registration Certificate /NSIC. The
firms located outside the State of Tamil Nadu having Udyam Registration Certificate /NSIC are not
eligible for exemption from payment of EMD.
For EMD Exemption, the enterprises are classified as :
(i) a micro enterprise, where the investment in plant and machinery or equipment does not exceed
One crore rupees and turnover does not exceed five crore rupees;
(ii) a small enterprise, where the investment in plant and machinery or equipment does not exceed ten
crore rupees and turnover does not exceed fifty crore rupees; and
(iii) In calculation of turnover of an enterprises, Exports of goods or services or both, shall be
excluded while calculating the turnover of any enterprise whether micro, small or medium,
for the purposes of classification. Further, a certificate from Chartered Accountant, along
with the bid from the bidders whose turnover includes export proceeds, for ascertaining the
turnover achieved on export of goods or services or both and included in the total turnover
should be enclosed.
(iv) The Plant and Machinery shall have the same meaning as assigned to the plant and
machinery in the Income Tax Rules, 1962 framed under the Income Tax Act, 1961 and shall
include all tangible assets (other than land and building, furniture and fittings). The cost of
certain items specified in the Explanation I to sub-section (1) of section 7 of the Act shall be
excluded from the calculation of the amount of investment in plant and machinery. The
investment value in Plant and Machinery for the purpose has to be certified by a Chartered
accountant and the same is to be uploaded in the bid in case the bidder claims EMD
exemption.
b) Departments of the Government of Tamil Nadu.
c) Undertakings and Corporations owned by the Government of Tamil Nadu.
Others viz., Central and other State Government Departments, Undertakings and Corporations other than
Tamil Nadu shall have to pay Earnest Money deposit.
Updating and transition period in classification of Enterprises:

11
An enterprise having Udyam Registration Number shall update its information online in the
Udyam Registration portal, including the details of the ITR and the GST Return for the previous financial
year and such other additional information as may be required, on self-declaration basis.
In case of an upward change in terms of investment in plant and machinery or equipment or
turnover or both, and consequent re-classification, an enterprise will maintain its prevailing status till
expiry of one year from the close of the year of registration.
In case of reverse-graduation of an enterprise, whether as a result of re-classification or due to
actual changes in investment in plant and machinery or equipment or turnover or both, and whether the
enterprise is registered under the Act or not, the enterprise will continue in its present category till the
closure of the financial year and it will be given the benefit of the changed status only with effect from
1st April of the financial year following the year in which such change took place.
DOCUMENTS TO BE UPLOADED AS A PROOF OF ELIGIBILITY FOR EXEMPTION FROM
PAYMENT OF EARNEST MONEY DEPOSIT:
Attested copy of Udyam Registration Certificate/NSIC to be uploaded by the firms located
within the State of Tamil Nadu along with duly filled Undertaking for exemption from
payment of EMD(Annexure-I). Whenever it is deemed necessary, TNPGCL may inspect the unit and
satisfy themselves with regard to verifying the credentials of the applicants on the line of activity pursued
by such manufacturers, quality and production capacity and other relevant factors.
10.0) To the effect to pay as penalty an amount equivalent to EMD together with costs if any, in the
event of non-fulfilment or non-observance of any of the conditions stipulated in the contract consequent
to such breach of contract . The State Government, Public Sector Undertakings who are exempted from
payment of EMD should also pay as penalty an amount equivalent to the amount fixed as Security
Deposit in the event of non-fulfilment or non-observance of any of the conditions stipulated in the
contract.
11.0)Refund of EMD :
(i) The Earnest Money Deposit will be refunded automatically to the unsuccessful
tenderers after intimation of the rejection / non-acceptance of their tender. i.e. after
technical evaluation

(ii) The Earnest Money Deposit will be refunded automatically to the eligible tenderer
who have not received the detailed Purchase order. i.e. after issue Of P.O.

(iii) The Earnest Money Deposit will be Transferred to TNPGCL account in the case of
successful tenderer on receipt of detailed Purchase Order and will not carry any
interest. The Earnest Money Deposit paid amount will be adjusted in the Security cum
Performance Guarantee.

(iv) The refund of EMD will be made to the bank account through portal from which
EMD is paid by the bidder.

12.0) Conditions for rejection of bids:


a) ) If the documentary evidence for the e-receipt of payment of EMD through Online not uploaded.

b) If the documentary evidence i.e., Udyam Registration certificate/NSIC along with duly
filled Undertaking for exemption from payment of EMD towards Exemption from payment of

12
EMD is not uploaded by the SSI units located within the State of Tamil Nadu.

c) If the tendered items are not covered in the UDYAM Certificate uploaded/NSIC as evidence for
exemption from payment of EMD.

d) If the firms located outside the State of Tamil Nadu has uploaded Udyam Registration
certificate/NSIC towards Exemption from payment of EMD, the offer will not be considered.

13.0) Others viz. Central and other State Government Departments/ Undertaking and Corporations other
than those in Tamil Nadu shall have to pay Earnest Money Deposit and Security Deposit.
14.0)The Earnest Money Deposit made by Tenderer will be forfeited after e-tender opening
if:
i) He withdraws his tenderer backs out after acceptance of the tender or fails to remit the
Security deposit.
ii) He revises any of the terms quoted during the validity period.
iii) He violates any of the conditions after the acceptance and issue of the contract.
iv) The documents furnished with the offer being found to be bogus or the documents contain
false particulars.
v) The successful tenderer failing to execute the order placed on them to the satisfaction of the
TNPGCL Limited.
vi) In case of tenderers participating on the strength of Exemption categories, an amount
equivalent to the EMD along with GST for this specification shall be remitted in the event of
such tenderer committing any one of the acts listed above.
vii) If the Bid Qualification Requirements are found to be fraudulent/ non-genuine, the EMD paid
will be forfeited in addition to black listing in future contracts with TNPGCL.
****************

13
SECTION – II
BID QUALIFICATION REQUIREMENTS (BQR)
The Bidders shall become eligible to bid on satisfying the following Bid Qualification Requirements
and uploading of the required documentary evidences.
1. The bidder should have previous experience in the supply of spool piece pipe or
critical spares such as pump casing or impeller or pump element or impeller casing or
impeller casing liner for cooling water pump of capacity of 22,000 m3/hr or above with
sea water application to thermal power station having unit capacity of 210MW or
above for a value of not less than Rs.8,18,600/- (Rupees Eight Lakhs Eighteen
Thousand and Six Hundred) in a single order to TANGEDCO/TNEB/PSU/OSEBs/Govt.
Organization/ Govt. Undertaking within a period of last ten years between the date of
order and the date of tender opening.

2.The bidder should furnish performance certificate from the end user for the above
executed order. In case the bidder executed order to TANGEDCO/TNEB, the
performance certificate from the end user will be obtained by tender inviting authority.

3.The bidder's annual turnover should be more than Rs.8,18,600/- (Rupees Eight
Lakhs Eighteen Thousand and Six Hundred) in any one of the said three financial
years (2021-22, 2022-23 & 2023-24).
In case of companies registered under companies act, the copy of the audited
financial statements like Profit & Loss account and balance sheet with UDIN for the
above mentioned three years shall be furnished and in case of others, the annual
turnover certified by the practicing chartered accountant with UDIN or copy of Indian
Income tax return acknowledgement or copy of enlistment certificate issued by NSIC
containing Turn over details for all the three years shall be enclosed as documentary
evidence to ensure the annual turnover criteria.

4. The bidder should have GST Number in their own name.


NOTE TO BQR :
(1) The date of order furnished as the evidence for BQR(1) will be reckoned as the crucial date
for evaluation of 10 year criteria on the date of Tender opening.
(2)In the event of documents uploaded with the offer being found to be bogus or the
documents contain false particulars, the EMD paid by the tenderer will be forfeited in
addition to blacklisting them for future tenders / contracts in TNPGCL Limited.
(3)The experience as the main contractor shall only be considered for satisfying the experience
criteria specified in the BQR and the experience as a sub-contractor shall not be considered for
the purpose and the offer of such tenderers shall be summarily rejected.
(4) Inspections reports / supply completion reports of the P.Os towards end user certification
will not be considered. There should be specific remarks on the performance of the supply
made.

14
(5) On the due date of Tender opening, Without validity of Government issued Licences/
Dealership Certificates need not be considered, even uploaded the remittance of fees receipt
or application.
(6). To ascertain the Single Order value only with respect to the furnished Purchase Orders,
specific material as mentioned in the BQR or higher grade/Size will be considered for
evaluation.
(7). In the furnished POs not directly match with BQR and for similar or equivalent category
of the material with respect to BQR evidences shall be specifically recorded in the annexure
with proper justification for decision of TNPGCL.
(8). Please avoid uploading the unnecessary documents like private companies PO.s &
other documents not related to the Tender.
(9). With respect to fulfilment of BQR conditions about annual turnover Criteria, copies of
respective financial years mentioned in the BQR alone shall be uploaded.(i.e., Profit Loss,
Balance Sheet & ITR statements).All the uploaded document should have authentication of
charted Accountant seal &Sign with UDIN.

15
SECTION – III
1.0 REJECTION OF TENDERS
Tenders will be SUMMARILY rejected if
a) The EMD requirements are not complied with.
b) Received EMD in any other mode of payment other than online payment/PEMD.
c) Not paid the requisite EMD amount
d) Received by Post / Courier / telex /telegram / Fax / E-mail/ any other mode other
than e-submission.
e) Does not meet Bid Qualification Requirement.
f) Received from any blacklisted firm or contractor.
g) Not accompanied with tender sample if requested and not in conformity with TNPGCL‟s
technical specification
h) The documents furnished with the offer being found to be bogus or the documents contain
false particulars.
i) Incomplete and evasive offer.
j) Received from a tenderer whose past performance / Vendor Rating is not satisfactory
k) Received from a tenderer who is directly or indirectly connected with Government service or
TNPGCL Limited Service or service of Local Authority.
l) Indication of Prices in any of the schedule other than BOQ and indicating the prices of
material to be offered in any of the scanned documents.
m) If the BOQ file is found to be modified by the bidder, the bid will be rejected.
n) Offer received from joint venture/consortium.
o) Not accepting TNPGCL payment terms.

Tender is LIABLE for rejection, if it is:


a. Non submission of scanned copy of the E-receipt duly reflecting the UTR Number.
b. Not submitted in the prescribed format & procedure.
c. Not covering the entire scope of supply of materials.
d. If the declaration as specified in Schedule D1 is not signed and enclosed.
e. Not containing all required particulars as per Schedule A to F.
f. Questionnaire as per schedule-F is not duly filled up and properly signed by the tenderer.
g. The offer of bidders who have not furnished the GSTIN Number in the offers.
h. The offer without HSN / SAC Code.
i. Any deviation in technical ( except any latest amendments applicable to IS standards) or
commercial conditions of this tender specification. i.e., not accepting the technical or
commercial conditions and mentioning deviations

16
SECTION –IV
GENERAL TERMS AND CONDITIONS FOR TENDERERS
Tamil Nadu Transparency in Tenders Act 1998 and the Tamil Nadu Transparency in Tender
Rules 2000 & 2012 and subsequent amendments thereof are applicable to this Tender.

1.0 SCOPE OF SUPPLY:

1.1 The Scope of supply (described in Schedule A) includes design, manufacture, inspection,
testing, packing, forwarding, and delivery of the materials detailed herein, at NCTPS II
stores.
2.0 SUBMISSION OF TENDER OFFER:
2.1 The tenderer is expected to examine all instructions, Schedules and Annexures detailed in the
Specification and submit the Schedule of Prices and other required particulars in the Schedules and
Annexures called for in this Specification, only as per the formats prescribed herein. The bidder
may visit the site to assess the technical compliance before offering their bids.
2.2 The Tender Offer consisting of Schedules - A to F should be filled up and signed by the Tenderer
or any person holding Power of Attorney authorizing him to sign on behalf of the Tenderer before
submission of the Tender. The date of signature should invariably be indicated.
2.3 In the event of tender being submitted by other than a firm, it must be signed by a partner
(copy of partnership deed should be enclosed) and in the event of the absence of any Partner, it
shall be signed on his behalf by a person holding a Power of Attorney authorising him to do so,
Certified copies of which shall be enclosed.

2.4 Tender submitted on behalf of companies registered under the Indian Companies Act, shall be
signed by person duly authorised to submit the tender on behalf of the company and shall be
accompanied by certified true copies of the resolutions, extracts of the Articles of Association,
special or general Power of Attorney etc to show clearly the title, authority and designation of
persons signing the tender on behalf of the company.

2.5 The tenderers should furnish the GSTIN number in the offer.
3.0 SUBMISSION OF TENDER SAMPLE:- (Not applicable )

3.0 (a).If,TENDER SAMPLE is applicable, the tenderer should send the sample of the quoted material to
the SE/P&A/NCTPS-II or hand over to EA to SE/P&A/NCTPS-II on or before the due date and time of
tender e-submission . The sample once furnished is final. If the tender sample is not technicallysuitable/
not as per the Technical Specification, the tender will be summarily rejected after testing.

3.0 (b).Acknowledgement Proof for submission of sample must be uploaded along with tender
specification. If notit is liable for rejection.

4.0. QUESTIONNAIRE FILLING:


A Questionnaire is appended as Schedule-F in this specification for Bid Qualification
Requirements, Commercial and Technical details. It is obligatory on the part of the
tenderer to furnish all details as per the "Questionnaire”. In case, this is not filled up and
signed at the bottom of each page of the questionnaire and enclosed with the offer, the
Bid will be liable for rejection.
4.1Modifications/Clarifications to Tender Documents:

4.1.1 At any time after the commencement of e-Tender and before the closing of the event,
TNPGCL may make any changes, modifications or amendments to the tender documents and
same will be intimated to the concerned Vendors through corrigendum which can be
downloaded from the Vendor login .
4.1.2 In case any tenderer asks for a clarification to the tender documents before 48 hours of bid

17
submission of tenders, THE SUPERINDENTING ENGINEER/ PURCHASE AND ADMINISTRATION/
NCTPS II/Chennai-120 will clarify the same.
4.1.3 If any tenderer raises clarifications after the opening of the tender, the clarified reply issued by
the SUPERINDENTING ENGINEER/PURCHASE AND ADMINISTRATION/NCTPS II/
Chennai-120 on the clarifications will be final and binding on the Tender.
4.2 All tender offers shall be prepared by typing or printing in the formats enclosed with this
specification.
4.3 All information in the tender offer shall be in ENGLISH only. It shall not contain interlineations,
erasures or over writings except as necessary to correct errors made by the tenderer. Such erasures
or other changes in the tender documents shall be attested by the persons signing the tender offer.
4.4 QUOTATION OF RATES:
4.4.1 Rates should be quoted in figures i.e., integers only. The rates shall be kept FIRM for the
entire period of contract.

4.4.2 Offers giving lumpsum price, without giving their breakup as per details required in the
attached Price Schedule-B (BOQ) shall be liable for rejection.
4.5 PRINTED TERMS AND CONDITIONS IN TENDERS:
Supplier's printed terms and conditions will not be considered as forming part of the tender under
any circumstances.

4.6 INCOMPLETE TENDERS:


Tender, which is incomplete, obscure or irregular is liable for rejection.
4.7 AMBIGUITIES IN CONDITIONS OF TENDERS:

In the case of ambiguous or contradictory terms / conditions mentioned in the bid, interpretation
as may be advantageous to the purchaser may be taken without any reference to the
Tenderer.

4.8 The tender offer shall contain full information asked for in the accompanying schedules and
elsewhere in the specification.

4.9 Tenderers shall bear all costs associated with the participation in the e-Tender and the
purchaser will in no case be responsible or liable for these costs.

4.10 No offer shall be withdrawn by the Tenderer in the interval between the deadline for
submission and the expiry of the period of validity specified / extended validity of the
tender offer.
4.11 The Tenderers are requested to furnish the exact location of their factories with
detailed postal address and pin code, telephone and Fax Nos. etc in their tenders so as to
arrange inspection by the TNPGCL, if considered necessary.

4.12DESTINATIONS-WHERE MATERIALS ARE REQUIRED:


The prices quoted should be on FOR Destination basis for delivery at NCTPS-II STORES.
5.0 TENDER OPENING:
5.1 OPENING OF COMMERCIAL & TECHNICAL BIDS WITHOUT PRICE (PART-I):
The Tender offers except price Bid will be opened electronically from 14.30Hrs. Onwards on
the date notified at the Office of the Superintending Engineer/ Purchase and
Administration/NCTPS II/ Chennai-120, through https://www.tntenders.gov.in/
nicgep/app
Tenderers need not to visit this office during tender opening, whereas tenderers can witness the tender
opening event through their login.

18
5.2 OPENING OF THE PRICE BIDS(BOQ): (PART - II)
The date and time of opening of Price Bids shall be later notified through registered e-mail to the
Bidders who fulfil the BQR criteria and whose bids are found to be commercially and technically
acceptable.

6.0 INFORMATION REQUIRED AND CLARIFICATIONS:


6.1 In the process of examination, evaluation and comparison of tender offers, the TNPGCL may at
its discretion, ask the Tenderer for a clarification of his offers. All responses to requests for
clarifications shall be in writing to the point only. No change in the price or substance of the offer
shall be permitted.

6.2 The TNPGCL will examine the tender offers to determine whether they are complete, whether
any computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed and whether the offers are generally in order.

6.3 The Tender offers shall be deemed to be under consideration immediately after they are opened
and until such time official intimation of award / rejection is made by the Tender Accepting Authority
to the tenderers. The Tenderers shall not make attempts to establish unsolicited and
unauthorized contact with the Tender Inviting Authority, Tender Accepting Authority or
Tender Scrutiny Committee after the opening of the tender and prior to the notification
of the award and any attempt by any tenderers to bring to bear extraneous pressures on
the Tender Accepting Authority shall be sufficient reason to disqualify the tenderer.

6.4 Mere submission of any Tender offer connected with these documents and Specification shall
not constitute any agreement. The tenderer shall have no cause of action or claim, against the
TNPGCL for rejection of their offer, except as mentioned in Section-III. The TNPGCL shall always be
at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be
called into question and the Tenderer shall have no claim in that regard against the TNPGCL.

6.5 Any corrections, over typing etc., in the tender should be attested.

7.0 EVALUATION AND COMPARISON OF THE TENDER OFFERS:


7.1 The tenders will be evaluated strictly as per the Tamil Nadu Transparency in Tenders Act, 1998
and the Tamil Nadu Transparency in Tender Rules, 2000& 2012 and subsequent amendments.

7.2.0 For the purpose of evaluation of tender offers, the following factors will be taken into account
for arriving the evaluated price:
 The quoted price will be corrected for arithmetical errors.
 TNPGCL opts to purchase goods or services only from the GST registered persons.
 The rate of CGST, SGST, and IGST as applicable both in percentage and amount shall be
indicated in the offer along with HSN / SAC code.
 The evaluated price shall be arrived in compliance with the provisions of GST on the
Transaction value i.e. (Ex works price + Packing & Forwarding + Freight and Insurance) +
GST. In case of import of goods would be treated as interstate supplies and would be
subject to IGST in addition to applicable customs duty.
 Since GST is enacted wherein all taxes & duties are subsumed, price evaluation shall be
inclusive of applicable GST in all cases, i.e. even if the bidders are only within the State or
bidders are within the State and outside TN.
The bidder shall quote separately the GST in Percentage, P&F & F&I (Both in Figures). The
Evaluation will be based on all inclusive price with GST.

7.2.1 In respect of tenders where both supply of goods and services are involved, the respective
GST for Services to be rendered shall be taken for evaluation purposes.

19
7.3 It is the responsibility of the tenderer to make sure to quote the correct rates of GST levies on
the material at the time of tendering. If the rates quoted by the Tenderer are less / higher, the
current rates prevailing at the time of tendering the applicable GST will be taken for the evaluation.

7.4 Any variation in GST due to statutory variation within the contract delivery period shall only be
considered.

7.5 In case of delayed delivery, the GST prevailed on the date of actual delivery or the GST
applicable on the date of contractual date of delivery whichever is less shall be admitted.

7.6 The rates quoted by the eligible lowest tenderer in the open tender shall be compared with the
prevailing market rate and the rates of previous period and if the Tender Accepting Authority is of
the view that the quoted rates are too high, the rates will be negotiated and the rate will be
determined.
7.7Withdrawal of Price preference: No price preference shall be extended to domestic SSI units and Public
Sector Undertakings of the Government, in evaluating the offers, in view of the provision for extending
price preference is withdrawn in Tamil Nadu Transparency in Tenders Act.

7.8 SPLITTING OF TENDER: In case where two or more tenderers quoted the same price, the tender
accepting authority will split the procurement among such tenderers taking into consideration the
experience and credentials of such tendered.
Where such splitting is not possible or could not be done equality, the tender accepting authority
will identify the lowest tenderer by adopting one of the following approaches:
a) In case of multi-stage tender , by taking into account the qualification score of each tenderer
from the first stage and tenderer with higher score will be adjudged the lowest tenderer or
b) By asking the two tenderer to provide their best and final offer of the financial bid in a sealed
cover and the tenderer offering the most advantageous financial bid will be adjudged the lowest
tenderer.
c) TNPGCL reserves the right to carry out negotiation with the L1 TENDERER after opening of price
bid.

7.9 Purchase preference to Enterprise owned by Scheduled Castes or Scheduled Tribes:


As per latest amended Tamil Nadu Transparency in Tenders Rules 2000, in case of procurement of
Goods or Services, where it is possible for procuring to divide the award of tenders to more than one
supplier (or) service provider five percent of the total requirement in the procurement shall be awarded
to Enterprises owned by persons belonging to the Scheduled Castes or Scheduled Tribes in respect of only
of the Goods Manufactured or services rendered by it, if the following conditions are satisfied,
(a) the lowest tenderer is not in Enterprise owned by persons belonging to the Scheduled Castes or
Scheduled Tribes and
(b) Such Enterprises are willing to match the price of the lowest tenderer.
Enterprises owned by Scheduled castes or Scheduled Tribes (SC/ST) For Claiming the
Purchase Preference as per Tender Rule 30C are.
1. The enterprises means any domestic enterprises located in Tamil Nadu owned by any
person belonging to a SC/ST (Annexure VI may be uploaded) (or)
2. Any domestic enterprise, which is a firm or limited liability partnership, having its
registered office and place of business in the State, where not less than three-fourths of the
partners belong to the Scheduled castes or Scheduled Tribes (Annexure VII may be uploaded) (or)
3. any domestic enterprise, which is a company having its registered office and place of
business in the state (Annexure VIII may be uploaded) where,
(i) more than fifty percent of the ordinary shareholdings pertain to persons belonging to the
Scheduled castes or Scheduled Tribes; and
(ii) the control of the company, as defined in section 2 (27) of the companies Act, 2013
(Central Act 18 of 2013) vests with persons belonging to the Scheduled castes or Scheduled Tribes”.

20
Note: “Scheduled Castes” and “Schedule Tribes” shall have the meanings assigned to them
respectively under clauses (24) and (25) of Articles 366 of the constitution. “State” means the State
of “Tamil Nadu”.
The online registration of SSI units in Udyam Registration Portal is based on self declaration.
Hence, in order to claim purchase preference for domestic enterprises belonging to Scheduled
castes and Scheduled Tribes, the supporting documents necessary to evidence the same in respect
of each type of domestic enterprise owned by SC/ST are specified below.
In case of such domestic enterprise been a sole proprietary firm having registered in Udyam
portal located within Tamil Nadu, Udyam Registration certificate contains the social category of
enterprise. However, in order to ensure that no change in social category of enterprise has
happened consequent of having registered in Udyam portal, an undertaking from the sole proprietor
may be insisted.
In case of such domestic enterprise is partnership firm been registered in Udyam portal,
social category of enterprise can be ascertained from the community certificate of not less than
three-fourths of the partners belongs to the Scheduled castes or Scheduled Tribes along with copy
of registered partnership deed. However, a certificate from chartered accountant may also be
obtained certifying that no change in social category of enterprise has happened consequent of the
said registered partnership deed.
In case domestic enterprise is a company having its registered office and place of business
in the state, a certificate from practicing company secretary may be obtained certifying that more
than fifty per cent of the ordinary shareholdings pertain to persons belonging to the Scheduled
castes or Scheduled Tribes and the control of the company, as defined in section 2 (27) of the
Companies Act,2013 (Central Act 18 of 2013) vests with persons belonging to the Scheduled castes
or Scheduled Tribes.

8.0VENDOR RATING:
TNPGCL Limited will verify the vendor rating of the bidders from Concerned Thermal Power
Stations/Utility. In case the vendor rating is not satisfactory, their offers will not be considered for
further processing and will be rejected.

9.0.NEGOTIATION:
Negotiation will be carried out with the L1 tenderer after opening of tenders through online only.
When more than one bidder have quoted same value during bid submission, the bidders are allowed
for resubmission of financial bid within the due date and time for the evaluation of L1 Bidder.
The L1 bidder has been given time slot for resubmission of Financial Bid (Negotiation) through
online within the due date and time provided.

10.0 VALIDITY:
10.1 The tender offer shall be kept valid for acceptance for period of 180 days from the date of
opening of offers. The offers with lesser validity period are liable for rejection.
10.2 Further, the tenderer shall agree to extend the validity of the Bids without altering the
substance and prices of their Bid for further periods, if any, required by the TNPGCL.

11.0 RIGHTS OF THE BOARD:


11.1 After negotiation with the tenderer and before passing the order accepting a tender, the
Tender Accepting Authority decides that the price quoted by such tenderer is higher by the
percentage as may be prescribed over the schedule of rates or prevailing market rates, the tender
shall be rejected.

11.2. The Tender Accepting Authority before passing the order accepting a tender, may also reject
all the tenders for the reasons such as changes in the scope of procurement, lack of anticipated
financial resources, Court orders, Accidents or calamities and other unforeseen circumstances.

21
11.3 Notwithstanding anything contained in this Specification, the TNPGCL reserves the rights:
a) To split the Tendered Quantity and place orders on one or more than one firm as per
the Tamil Nadu Transparency in Tender Rules 2000 since the tendered material is so
vital in nature and the failure in supply would affect the public interest.
b) To recover losses , if any, sustained by TNPGCL, from the supplier who pleads his
inability to supply and backs out of his obligation after award of contract. The security
deposit paid shall, be forfeited and also the poor performance will be recorded /
Blacklisted.
c) To cancel the orders for not keeping up the delivery schedule.
d) To vary the delivery period based on the requirement and contingencies at the time of
placing the purchase order.
e) To accept the lowest eligible tender.
f) To reject any or all the tenders or cancel without assigning any reasons there for.
g) To relax or waive or amend any of the conditions stipulated in the tender Specification
wherever deemed necessary in the best interest of the TNPGCL.
h) To vary the quantity finally ordered to theextent of 25% indicated in the Tender
document.
i)
11.4 The purchaser reserves the right to request for any additional information and also reserves
the right to reject or accept the proposal of any tenderer, if in the opinion of the purchaser, the
qualification data is incomplete or in the opinion of the TNPGCL the bidder is found not qualified to
satisfactorily perform the contract.

12.0 PRE-BID MEETING: Not Applicable


The bidders can raise their queries and get clarified in this pre bid meeting regarding to the
specified tender at the specified date and time mentioned in the NIT Sl.No.7(i) &7(ii) through online
only.

13.SOUNDNESS OF THE COMPANY:The tenderer who is an industrial company would state


clearlyas per Schedule D1 whether the company is a potentially sick industrial company or a sick
industrial company in terms of Section-23 or Section-15 of the sick industrial companies(Special
Provision Act. 1985) Failure to furnish this information will make the tender liable for rejection.

22
SECTION - V
COMMERCIAL
1.1 SCOPE:
The scope of supply includes manufacture, inspection, testing, packing, forwarding, insuring and
delivery of the materials detailed herein, at NCTPS II stores.

1.2LOCATION:
The materials required to use in the North Chennai Thermal Power Station – II located near
AthipattuPudhu Nagar, Chennai – 600 120, Tamil Nadu.

1.3 COMPLETENESS OF TENDER:


1.3.1) The tender should be complete with all details of illustrative and descriptive literature
drawings, type test reports etc., of the materials offered. Information regarding the country of
manufacture, origin of materials used in the manufacture of the equipments should be furnished.
The tenderers shall furnish the complete technical details of the materials offered.
1.3.2) In order that the tenders may receive full consideration the whole information asked for in
the accompanying schedules and elsewhere together with relative leaflets, literature, drawings, etc.,
must be supplied by the tenderer.
1.3.3) Tenders not containing the complete details as above are liable for rejection.

1.4) ROYALTIES FOR PATENTS:


1.4.1) All Royalties for patents or charges for the use of infringement thereof that may be involved
in the construction or use of any equipment or appliance to be supplied against this specification
shall be included in the tender prices. The contractor shall protect the purchaser against all claims,
action, suits and proceedings for the infringement or alleged infringement of any patent, design or
copyright protected either in the country of origin or in India by the use of any equipment supplied
by the contractor other than for the purpose indicated by or reasonably to be inferred from the
specification.
1.4.2) A quality plan will have to be furnished by the successful tenderer at the time of finalizing of
tender.

2.0 PRICE:
Bidders are required to download the BOQ file from the respective Tender ID’s of
the NIC Portal, open it and complete the coloured (Unprotected) cells with their
respective financial quotes and other details (such as name of the bidder), and the
same must be Uploaded as “Schedule B (BOQ)”

2.1 The Tenderers are requested to quote FIRM price only.


2.2 The prices quoted shall be as per the description/unit.
a) All-inclusive price i.e., Ex Work Price + Packing & Forwarding charges + Freight &
Insurance charges + any other charges (if any) + Applicable rate of GST shall be taken as
all inclusive price in respect of all participant bidders (whether from inside the state or
outside the state) for Delivery of the complete materials and all its accessories at NCTPS-
II Stores, Chennai 600 120.
b) Packing & Forwarding and Freight & Insurance Charges (in Rupees Only)
c) GST. (Percentage only)

2.3 Unloading the materials at destination Stores should be done by the Supplier at his own cost.
2.4 The tender offer should also contain the breakup details as below:
a) Unit Ex-works price.

b) GST (Percentage): for Supply portion and Services portion separately as wherever
applicable.

c) Packing and Forwarding charges

23
d) The Freight & Insurance Charges shall be applicable for delivery to NCTPS II.
e) Other statutory levies if any
2.5It is the responsibility of the tenderer to make sure about the correct rates of duty / tax leviable
on the materials at the time of tendering. If the rates assumed by the tenderer‟s are less than the
current rates prevailing at the time of tendering, the TNPGCL Limited will not be responsible for the
mistake.

2.6 All Type test and other tests specified shall be conducted at TENDERER'S COST.
2.7Prices and rates quoted shall include cost of all materials, tools, equipments and plants,
Mobilizing and transport, taxes on raw materials and bought out items if any, royalties, levies etc.,
and other costs that are not specifically mentioned herein but will be incurred by the tenderers for
satisfactory and timely completion of the works.
3.0. Details of Constitution Of Firm:
3.1. The tenderers shall furnish documentary evidence for the constitution of the firm such as
Memorandum and Articles of Association, Partnership Deed etc. with details of Name, Address,
Telephone, FAX Nos. Email, Electricity Board Service Connection No., etc. of the manufacturing
plants.
4.0Goods and Service Tax (GST ):
Any implications pertaining to the central GST Act 2017 No.12 of 2017 & instruction and subsequent
amendments by Govt. of India are applicable. Also TNPGCL regulations due to GST will be
applicable.
Necessary GST Registration particulars and HSN / SAC Code for the offered/tendered materials /
services should be furnished and the GST percentage for the offered materials are to be indicated in
the offer.
IMPACT OF GST: Any downward variation in basic price while reworking due to GST and the
benefit of input tax credit must be passed on to TNPGCL.
The benefit accrued if any, as on account of the availability of Input Credit shall be passed on to
TNPGCL as per GST Act 2017 Section 171.
Necessary declaration for passing of ITC benefit under GST as rebate in the price
offered has to be submitted by the L1 tenderer. The prescribed format of Declaration for
input tax credit is enclosed as per Annexure -VII in Rs.500/- Non-Judicial stamp Paper.
5.0 TNPGCL GST PARTICULARS
The provisional GST Particulars of TNPGCL is as follows.

Sl. No GSTIN Details Data


Superintending Engineer / Purchase &
Administration
1 Billing address of the customer
North Chennai thermal power station-II
Athipattu Puthunagar, Chennai -600120, TAMILNADU.
GSTIN Enrolment Provisional 33AAKCT7598K1ZI
2
registration
3 Type of customer COMPANY
Name and address registered in Tamil Nadu Power Generation Corporation Limited, 144,
4 GSTIN – Principal Place of Anna salai , 7th Floor NPKRR Maaligai,
business Chennai -600 002, Tamil Nadu.
5 State of registration of GSTIN TAMILNADU
Details of Additional places of
6 Please see www.tnpgcl.gov.in
Business

24
5.1 GST E-way bill system :-
a) E-Way Bill is an electronic document to be generated to cover movement of goods more than
Rs.50,000/- for inter states and Rs.1,00,000/- for intra states and such generation needs to be done
ine Way Bill portal http:// ewaybillgst.gov.in/. Consequently transporters of goods, under GST
provisions are required to carry an e Way Bill for the movement of such goods. The value of goods
shall be the value declared in an invoice, a bill of supply or a delivery challan and also includes the
Central tax, State or Union territory tax, integrated tax and cess charged, if any. But, it will not
include value of freight charges for the movement charged by transporter.
b) Transactions which require E-way bill :
For transportation of goods of more than Rs.50,000/- for inter states and
For transportation of goods of more than Rs.1,00,000/- for intra states in relation to all types of
transactions such as
1. Inward supplyIt is the responsibility of the Supplier/contractor or their transporters to generate e-
way bill before transporting goods for delivery at NCTPS-II Stores.
2. Inward supply from an unregistered personThere is a condition in the e-way bill clause that
registered person has to generate e-way bill at the time of movement of goods from unregistered
person under GST.
The Government of India has notified E-Way bill system for interstate movement of goods w.e.f.
01.04.2018. Similarly the Government of Tamil Nadu has introduced the E-way bill system for intra-
state movement of goods w.e.f. 02.06.2018.
The delivery of material shall be at NCTPS-II stores and as such it is the responsibility of suppliers
to comply with GST e-way bill provisions for ensuring prompt delivery of ordered items.
5.2TDS UNDER GST:
The TDS under GST will be deducted at the time of payment or accounting books of accounts
whichever is earlier. Once the taxable value of contract exceeds Rs.2,50,000/- then each and every
invoice on that contract shall be subjected to the TDS under GST irrespective of value of such
invoice.
Taxable supply means supply of goods or services or both which is liveable to tax under GST. Thus,
TDS under GST is to be deducted only on the Taxable supply of goods or services or both and not
on Exempt supply ( supply of any goods or services or both which attracts nil rate of tax or which
may be wholly exempt from tax under section 11 of the CGST /SGST Acts or under section 6 of the
IGST Act) and non –taxable supply. similarly, TDS under GST rate need not be applied on GST
component in the invoice. TDS under GST is also applicable for suppliers / contractors registered
under compensation scheme also.

Applicability of TDS:
Where the location of the supplier and the place of supply are in the same state, it is an intra – state
supply TDS@ 1% under CGST Act and 1% under SGST Act will be deducted.Where the location of
the supplier is in state A and the place of supply is in state B, it is an interstate supply and TDS @
2% under IGST Act will be deducted.
TDS under GST is also applicable in the following cases:-
 Bills of supplier for advance payment.
 Amount of retention from the bills supplier.
 Supply of goods or services or both by supplier registered under GST as
composition dealer.
Thus Gross value of invoice (Except GST portion) shall be taken while applying TDS
under GST rate.
Non- Applicability of TDS:
TDS under GST is not applicable in the following cases:-
1. Total value of taxable supply less than Rs. 2.5 Lakh of contract.( GST not included)

25
2. ContractvalueRs.2.5 Lakh for both taxable supply and exempted supply, but the value of
taxable supply the said contractRs.2.5 Lakh.
3. Receipt of services which are exempted. For example services exempted under notification
No.12/2017- Central Tax (Rate) Dated 28.06.2017 as amended from time to time.
4. Receipt of Goods which are exempted. For example Goods exempted under notification
No.2/2017- Central Tax (Rate) Dated 28.06.2017 as amended from time to time.
5. Goods on which GST is not leviable. For Example, Petrol, Diesel, Petroleum Crude, Natural
gas, aviation turbine fuel (ATF) and alcohol for human consumption.
6. Where a supplier had issued an invoice for any sale of goods in receipt of which tax was
required to be deducted at source under theVAT law before 01.07.2017, but where payment
for such sale is made on or after 01.07.2017(Section 142(13) refers).
7. Where the location of the supplier and place of supply is in a State(s) / UT(s) which is
different from the State / UT where the deductor is registered.
8. All activities or transactions specified in schedule III of the CGST/ SGST Acts 2017,
irrespective of the value.
9. Where the tax will be paid on reverse charge by the recipient.
10. Where the payment is made to an unregistered supplier.
11. Where the payment relates to “Cess” component
Value of supply for Deduction of TDS:
For the purpose of tax specified above, the value of supply shall be taken as the amount
excluding the central tax, state tax, union tax, integrated tax and Cess indicated in the invoice.ie
without including the amount of GST charges in the bill.
Exemption from TDS:
According to that provision, given under Govt. of India vide Notification No.61/2018. TDS
under GST need not be deducted in respect of the supply of goods and services or both from a
public sector undertaking(PSU) to another Public Sector Undertaking with effect from 1 st day of
October 2018.Therfore, no TDS need to be deducted in respect of supplies between Public Sector
Undertakings Example: NTECL, NTPC BHEL etc., are owned by central Government. However TDS
provisions will continue to apply for taxable supplies from Government and other private agencies
with effect from 01.10.2018.
5.3. GST applicability on forfeiture of SD W.E. From 1.07.2017:
b.FORFEITURE OF SECURITY DEPOSIT:( SD).
CGST provisions (Explanations (2) (e) to Clause (5) of schedule II under Section 7 of the
CGST Act, 2017 and the erstwhile Service Tax provisions (Explanation (II) (e) under Section 66 E)
are identical provisions, which considered “agreeing to the obligation to refrain from an act, or to
tolerate an act or a situation, or to do an act” as a “supply of service” and taxable activity.
GST 18% will have to be additionally recovered from the supplier in addition to
the stipulated SD/ FORFEITURE OF SECURITY DEPOSIT rates in the purchase order/
contract.
c. Suppliers can claim ITC:
The GST amount recovered from forfeiture of Forfeiture of SD are eligible as Input Tax
Credit( ITC) to the suppliers / Contractors.

5.4 Guidelines for Releasing of GST on verification of GSTR 2A


1. The supplier /contractor should promptly file returns under GST, to avoid/minimize the delay in
processing /payment of invoices, since GSTR 2A filed by the supplier /contractor will reflect as in
Current sales in the portal.
2. If any discrepancy arises between the value shown in the GSTR-2A and the invoices available, the
liability towards GST will be restricted to the lower of the two and GST Payment will be made
accordingly.
3. Any lesser GST remittance found in GSTR 2A than claimed from TNPGCL, the excess collection of
GST will be recovered from suppliers/contractors, duly adhering regular procedures if there is any
difference between GST claimed from TNPGCL and remitted to Govt. in GSTR 2A.

26
5.5 TCS under IT : TNPGCL as a buyer:
Any person, being a buyer who is responsible for paying sum to any resident for purchase of goods
of value (or) aggregate value exceeding Rs.50 lakhs in any previous year, shall, at the time of credit
of such sum to the account of the seller (or) at the time of payment , whichever is earlier, shall
deduct an amount equal to 0.1% of such sum exceeding Rs.50 lakhs as TDS under section 194-Q of
IT Act. The supplier of goods is required to furnish the PAN to TNPGCL for making the payment. In
case the suppliers do not have PAN , TNPGCL is required to deduct tax at higher rate as per the
provisions of section 206AA. In case of specified person i.e, Any person who has not filed Income
Tax Return for previous two years immediately before the previous year in which TDS is required to
be deducted and the time limit for filing of income tax return u/s139(1() of the Income Tax Act,
1961 has expired provided the total TDS & TCS in INR is Rs.50,000 (or) more in each of the two
previous years the TDS rate u/s 194Q will apply at higher rate u/s.206AB.
The provisions of this section shall not apply to the transactions on which tax is deductible under
any other provisions of the Income Tax Act 1961 and also on the transactions in which Tax is
collected under the provisions of section 206C.
On purchase of goods/materials , TNPGCL shall have the primary and foremost obligation to deduct
Tax at source and no tax shall be collected on such transaction u/s.206C(1H). TDS u/s 194Q is also
applicable on the Advance paid for purchase of goods.
The above provisions comes into effect from 01.07.2021 onwards and hence no TCS under Section
206C(1H) has to be paid by TNPGCL on purchase of Goods.
Accordingly, TNPGCL will deduct TDS under section 194Q on all the purchase of goods exceeding
the threshold limit i.e., aggregate credit (or) payment exceeds Rs.50 Lakhs. It is mandatory for
submit the declaration format in Annexure VI to determine the applicability of TDS u/s 206AB.
5.6 E-INVOICE:
1.The supplier /contractor, whose Annual turnover exceeds Rs.10 crores, should raise e-invoices, so
that TNPGCL could avail Input tax Credit under GST.
2.E-Invoice is a system in which B2B invoices are authenticated electronically by GSTN for further
use on the common GST Portal. Under the electronic invoicing system, an identification number will
be issued against every invoice by the Invoice Registration Portal (IRP) to be managed by the GST
Network(GSTN).

6.0 FREIGHT AND INSURANCE


The Tenderer shall quote Freight and Insurance component separately which shall be kept firm
during the contract period. Contracting firms shall arrange to pay Freight & Insurance for the
equipment and all its accessories being supplied by them, through any of the carriers and
Nationalised Insurance Companies. The Board will reimburse the cost towards the freight and
Insurance. It will be the responsibility of the supplier to replace the defective/damaged materials
and make good the shortages and other losses in transit, free of cost, lodge and recover claim from
insurance Under writers/Carriers.

7.0. PACKING AND FORWARDING:

7.1. The packing shall conform to relevant packing standards. The contractor should however,
ensure that the packing is such that the materials reach their destination without damage/loss
during transit by Rail or Road and subsequent storage. The words "Handle with care" should be
printed on the cartons.
7.2.The equipment/materials and all its accessories shall be securely packed and despatched, freight
paid, duly insured, at supplier‟s risk and cost. The packing may be in accordance with the
manufacturer‟s standard practice. The supplier is responsible for ascertaining the facilities that exist
for Road Transport to site. Each package shall be clearly marked and contain detailed packing list,
such as gross weight, net weight etc. The supplier is solely responsible for any loss or damage
during transport. The despatch of materials shall be made only after the approval of routine test
certificates by the TNPGCL Ltd. The equipment/ Materials shall be unloaded at Destination
Stores/Sites by the supplier at free of cost.

27
8.0 PLACING OF ORDERS
8.1) It is not binding on the TNPGCL Limited to accept the lowest or any tender. TNPGCL reserves
the right to split and place orders for the items with different tenderers and for revising the
quantities at the time of placing the orders. The TNPGCL reserves the right to vary the quantity
finally ordered to the extent of 25% either way of the requirement indicated in the tender
documents.

8.2) The award of contract will be issued to the successful tenderer with all TNPGCL's terms and
conditions, duly indicating the approved unit rates and the approximate quantity allotted to them.
The approved rates will be FIRM and valid for one year from the date of receipt of award of
contract.
9.0) NON-ASSIGNMENT:
The supplier shall not assign or transfer the contract or any part thereof without the prior
approval of the Purchaser.

10.0) RAW MATERIALS:


It is the responsibility of the tenderer to make his own arrangement to procure the necessary
raw materials required for the manufacture.
11.0) INTERCHANGEABILITY
All Similar materials and removal parts of similar equipments shall be interchangeable with each
other.
12.0) MAXIMUM WEIGHTS AND DIMENSION OF PACKINGS:
12.1) Packing may be according to manufacturer's standard practice.

12.2) The contractor is responsible for informing himself of (i) the facilities that exist for road
and railway transport to site (ii) maximum weights and size of packages conveyed by railway and
(iii) Crane, lifts etc., available at the Railway Stations or destination.

13.0) SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:


(i) The successful tenderer will have to pay 5% value of the Purchase order (all inclusive)
as combined Security Deposit cum performance guarantee in the form as follows within 30
days from the date of issue of Purchase order with an intimation to this office. In
the event of failure to remit security deposit within the prescribed period, EMD
will be forfeited and order will be cancelled. The award may be made to L2
Tenderer . The SD cum PG amount will not carry any interest.
(ii) For value of Purchase order up to Rs.10 Lakhs, SD cum PG in the form of Demand Draft /
NEFT / RTGS / Banker‟s cheque or pay order only in favour of SE/P&A/NCTPS-II.
(iii)For value of Purchase order exceeding Rs.10 Lakhs, SD cum PG in the form of Demand
Draft / NEFT / RTGS / Banker‟s Cheque or pay order/ Irrevocable Bank Guarantee. Bank
Guarantee should be obtained from the Banks mentioned in clause (14.0); if the SD cum
PG is paid by means of Bank Guarantee, it will be accepted only after the due
verification from the Banks.
13.B.1) The Security Deposit cum Performance Guarantee furnished shall be towards proper
fulfilment of the contract as well as towards performance guarantee of the materials supplied. In
case of BG, the SD cum PG shall be valid/ extended for the entire period of Guarantee.

13.B.2) The Security deposit cum Performance Guarantee against this contract will be released to
the contractor only if the contract is completed to the satisfaction of the purchaser. If the purchaser
incurs any loss or damage on account of the breach of any of the clauses mentioned above or any
other amount arising out of the contract becomes payable by the successful tenderer to the
purchaser, then the purchaser will in addition to such other dues that he shall have under the law,
appropriate the whole or part of the security deposit cum Performance Guarantee and such amount
that is appropriated will not be refunded to the successful tenderer.

28
13.B.3) The Security Deposit cum Performance Bank Guarantee Shall be returned to the supplier
after the expiry of guarantee period ensuring that defects/ damages during the guarantee period are
rectified / replaced. If the purchaser incurs any loss or damages on account of breach of any of the
clauses or any other amount arising out of the contract becomes payable by the supplier to the
purchaser, then the purchaser will in addition to such other dues that he shall have under the law,
appropriate the whole or part of the security deposit cum Performance bank guarantee and such
amount that is appropriated will not be refunded to the supplier.
13.B.4) The successful tenderer will have to furnish the Security Deposit cum Performance Bank
Guarantee within 30 days from the date of receipt of P.O. The security deposit cum Performance
Bank Guarantee will not carry any interest.
13.B.5) Failure to comply with the terms regarding security deposit cum Performance Guarantee set
out in the purchase order within the stipulated time of the successful tenderer will entail in the
cancellation of the purchase order without any further reference to the supplier.

13.B.6) If the performance period of the supplied material is over and some quantity of within
guarantee period defective material are still pending for want of repair/replacement then fresh BG
equal to the cost of such defective material is to be furnished by the vendor for releasing original SD
cum PBG by TNPGCL (purchaser).
13.B.7) The Security Deposit cum Performance BG shall be valid for a continuous period of 24
months (Twenty-Four months), from the anticipated date of receipt of last consignment of goods /
materials at site in good condition. In case of delay in supply, the BG should be extended suitably.
The Bank Guarantee should be a single Bank Guarantee and should be furnished before the
commencement of supply.
14.0) BANK GUARANTEE: APPLICABLE
All Bank Guarantee should be furnished in Non-judicial stamp paper value of Rs.500/- (Annexure (V)
and obtained only from

a) Nationalised Bank.

b) Non Nationalised scheduled Bank


c) Branches of Foreign Banks in India.

15.0) INSPECTION:

15.1 The authorised representatives of the purchaser shall have access to the supplier's works at
any time during working hours, for the purpose of inspecting the manufacture of the materials and
for testing the selected samples from the materials covered by the specification. The suppliers shall
provide necessary facilities for such inspection.
15.2 Tenderers are requested to furnish in their tenders the exact location of their factory with
detailed address to enable inspection by TNPGCL Officers.

15.3 Not less than 15 days advance intimation shall be given about the quantity of materials that
will be ready for inspection by the TNPGCL's officers/ Third Party Agency authorised by the TNPGCL.
The arrangement for inspection shall be made by suppliers in such a way that the delivery schedule
is kept up. The materials shall not be despatched without instruction from TNPGCL.
15.4 For each consignment, the date of delivery at stores should be intimated to the Consignee
Superintending Engineer.

15.5 The material quality such as chemical composition etc., as per technical specification is to be
ensured by the supplier using the material analyser in the presence of board Engineer after material
delivery at NCTPS-II stores at suppliers cost.

29
16.0 TEST AT SITE:
Random samples of materials supplied will be tested departmentally or through approved
Govt. Laboratory at purchasers cost and for any non-conformity to relevant ISS, full supplies will be
rejected. If initial payment had already been made, the balance payment will be forfeited and any
other losses or damages including testing charges will also be claimed. Future supplies in such cases
will be accepted and paid for only after the results of the samples tested are satisfactory. In
addition, the guarantee period will also be extended for subsequent supplies at the discretion of the
purchaser.
17.0) DESPATCH INSTRUCTION:
17.1) The supplier shall intimate TNPGCL in writing the probable date when the materials shall be
ready for dispatch, at least 15 days in advance. Copies of the packing list shall also be sent along
with the advance intimation to SE/ P&A/ NCTPS-II.
17.2) The supplier should dispatch only after getting dispatch instruction. If the supplier dispatched
the materials without the prior approval of the purchaser, then the purchaser shall not be
responsible for any demurrage or wharf age or both and only the supplier should bear any
expenditure arising out of such unapproved dispatches.However this condition is not in conjunction
with SD payment clause.
17.3) The materials shall be dispatched freight prepaid to NCTPS-II Stores, Chennai 600120 on
approval of Test Certificate and dispatch instruction from the SE/ P&A/ NCTPS-II.

17.4) Advice of dispatches as and when made shall be communicated immediately.


17.5) No material shall be dispatched without prior consent of TNPGCL or its representative.

18.0) DESPATCH OF EQUIPMENTS:


It is the contractor's responsibility to deliver and unload the materials/ equipment to site.
Materials can be brought to site by road also. The despatch intimation may however, be given to the
Chief Stores Officer/NCTPS-II/Chennai-120with intimation to the Superintending
Engineer/P&A/NCTPS-II/Chennai-120. All materials should be despatched only after getting
despatch clearance from the Superintending Engineer/P&A/NCTPS-II.
19.0) RESPONSIBILITY:

The Tenderer is responsible for delivery of the materials at the destination station in good condition.
The tenderer shall include and provide for securely protecting and packing the materials as per
relevant packing standards to avoid damages or loss in transit. All risks connected with the supply of
these materials should be borne by the supplier.

20.0 DELIVERY:

20.1 Delivery period for Sample: Not Applicable


20.2 Delivery Period for Supply: Within 03 months from the date of receipt of
Purchase Order.
20.3 The tenders from ready Stock are preferable.

20.4 If the guaranteed delivery period is not kept up, the liquidated damages specified in clause -
27.0 will be enforced. The TNPGCL Limited is at liberty to alter the delivery date on the lesser side
to suit its needs as and when necessity arises during the pendency of contract. The acceptance of
this clause should be specifically confirmed in the tender.
20.5 If the materials are delivered after the due date of delivery, the materials will be accepted
subject to the following conditions.
a) There should be no declining trend in prices.

30
b) Payment will be released as per the recent purchase order rate or lowest rate obtained during
the recent tenders opened subject to levy of Liquidated Damages.
c) TNPGCL Limited reserves the right to accept or reject the delayed supplies without assigning any
reason thereof and take action as per the other terms and conditions of this specification.

20.6) TNPGCL also reserves the right to cancel the order if the delivery schedule is not kept up,
without any further notice to the supplier.

20.7)To ensure sustained supply without any interruption, TNPGCL reserves the right to place
orders among more than one tenderer.
20.8) The TNPGCL will be at liberty to cancel the contract if the supply is not made as per the
delivery period, not withstanding its right to claim liquidated damages for the belated supplies and
the quantity outstanding to be supplied as on the date of cancellation. The defaulting contractors
will be liable to pay to the TNPGCL in addition to the liquidated damages for delay, the actual
difference in price whenever the TNPGCL orders the delayed quantity to be supplied / executed by
other agencies at higher rate.
20.9) The actual date of receipt of each material with all accessories will be reckoned as the date of
delivery for the purpose of calculation of liquidated damages in respect of that material.
20.10) It is the responsibility of the supplier to give 15 days advance information for inspection,
dispatch of materials and other obligations under the terms and conditions of this contract in order
to deliver the materials within the contractual delivery period quoted / agreed.

20.11 The delivery period will not normally be extended. Hence all efforts shall be taken to deliver
the materials within the contractual delivery period.

20.12) Tenderers not giving clear and specific acceptance to the above clauses are liable for
rejection.
20.13) If there is any downward trend in prices on account of belated supplies, the tenderers have
to accept the same with the levy of liquidated damages, for belated supplies.
20.14) The defaulting contractors will be liable to pay to the TNPGCL in addition to Liquidated
Damages for delay, the actual difference in price wherever TNPGCL orders the delayed quantity to
be supplied by other agencies at a higher cost.

21.0) TEST / Inspection certificate:

a) Manufacturer‟s Test certificate / OEM‟s Fitment and Interchange ability certificate as per
Manufacturer‟s standard / Calibration Certificate as per IS Standards / Material test certificate in
original issued by the Government approved Lab as per IS Standards for the items mentioned in
the PO as called for in the specification. The testing method and test result with reference limits,
etc. shall be furnished in the test certificate.

b) The above Test certificate as applicable in triplicate should be furnished along with the
Sample / Bulk for Scrutiny and Approval, addressed to CSO/NCTPS-II, Chennai - 600120.The
costs towards the Test shall be in bidder‟s scope.
c) The entire material will be rejected if the test results are not satisfactory.
d) Also the material quality such as chemical composition is to be ensured by the supplier using
material analyser in the presence of board engineer at NCTPS-II stores. Necessary highly
specialized PMI instruments should be arranged by the supplier at his own cost.

e) After the supply of material, whenever required , the sample portion of the materials will be tested
departmentally through Government Lab likewise, if required the functional tests will be carried out
to ascertain the genuineness, If any discrepancy is found , suitable penal action will be taken and
any other losses/damages including Testing charges will be levied.

31
22.0 INCOME TAX PERMANENT ACCOUNT NUMBER AND GSTIN NUMBER:
22.1) The tenderers should furnish the permanent Account number issued by Income tax
Department with the Tender.

22.2) The tenderer shall furnish the GSTIN Number of the firm along with the proof in the tender.

23.0 GST TAX CLEARANCE CERTIFICATE:


The tenderer should enclose with the tender, a copy of certificate of GST Clearance for the
previous year from the appropriate competent Tax Authorities.
NOTE: The successful tenderer should submit the latest copies of GST Sales Return after receiving
the order.
24.0 PAYMENT:
24.1) If supplied, within the delivery period:
100% of all inclusive price(including GST as applicable)on receipt of materials in good condition at
NCTPS-II stores will be paid within 45 days against submission of bills along with the following
documents after deducting recoveries, if any.
i) PR / DD / BC towards SD cum PG for 5% of order value.

ii) Invoice in Triplicate in the GST Mandatory Format


iii)Guarantee certificate.
iv)Test Certificate as per clause 21 of Section V
Payment will be made through Electronic Fund Transfer Mode(NEFT/RTGS) on receipt and after
acceptance of each consignment, receipt of above documents and Test Certificate.
24.2)If supplied, beyond the delivery period:

100% of all inclusive price (including GST as applicable) on receipt of materials in good condition at
NCTPS-II stores will be paid within 45 days against submission of bills along with the following
documents after deducting LD and other recoveries, if any.
i) PR / DD / BC/NEFT/RTGS towards SD cum PG for 5% of order value within 30 days.

ii) Invoice in Triplicate in the GST Mandatory Format


iii)Guarantee certificate.

iv)Test Certificate as per clause 21 of Section V


v) Acceptance of belated supply, if any
Payment will be made through Electronic Fund Transfer Mode(NEFT/RTGS) on receipt and after
acceptance of each consignment, receipt of above documents and Test Certificate.

24.3): If, the scope of the Specification includes Erection and Commissioning of the
materials supplied, Payment against this specification shall be made as below:-

24.3 a) With in the delivery period:


95%of the all-inclusive price (including GST as applicable) of the materials of each consignment
and Erection charges (including GST as applicable) will be paid within 90 days after receipt and
acceptance of materials at NCTPS-II Stores in good condition and completion of erection works at
the given location with the concurrence from the concerned Superintending Engineers, on
submission of bills along with following documents.

i) PR / DD / BC/NEFT/RTGS towards SD cum PG for 5% of order value within 30 days.


ii) Invoice in Triplicate in the GST Mandatory Format
iii) Guarantee certificate.

32
iv) Test Certificate as per clause 21 of Section V
v) Erection cum commissioning of completion report issued by concerned Superintending
Engineer

Payment will be made through Electronic Fund Transfer Mode(NEFT/RTGS) on receipt of materials
along with above documents, approval of Sample, Test/Inspection Certificate and completion
certificate issued by the competent authority of TNPGCL.

Balance 5% of all (including GST as applicable) of the materials and Erection charges (including
GST as applicable) will be paid within 90 days after completion of entire work (that is supply of
entire ordered quantity and completion of erection and commissioning of all the items) and closure
of the purchase order.
24.3 b) Beyond the delivery period:
95% of the all (including GST as applicable) of the materials and Erection charges (including
GST as applicable) of each consignment after deducting the appropriate amount of Liquidated
Damages of each consignment will be paid within 90 days after receipt and acceptance of materials
at NCTPS-II Stores in good condition and completion of erection works at the given location with
the concurrence from the concerned Superintending Engineers, on submission of bills along with
following documents.
i) PR / DD / BC/NEFT/RTGS towards SD cum PG for 5% of order value within 30 days.
ii) Invoice in Triplicate in the GST Mandatory Format

iii) Guarantee certificate.


iv) Test Certificate as per clause 21 of Section V

v) Erection cum commissioning of completion report issued by concerned Superintending


Engineer
vi) Acceptance of belated supply, if any

Payment will be made through Electronic Fund Transfer Mode(NEFT/RTGS) on receipt of materials
along with above documents, approval of Test/Inspection Certificate, approval of Sample and
approval and acceptance of belated supply and completion certificate from the concerned division /
competent authority of TNPGCL.

Balance 5% of all inclusive prices (including GST as applicable) of the materials and Erection
charges (inclusive of GST as applicable) will be paid within 90 days after completion of entire work
(that is supply of entire ordered quantity and completion of erection and commissioning of all the
items) and closure of the purchase order.

24.3.In case of delay in Supply/Erection, the Materials/Work will be accepted subject to the
following conditions.

a) There should be no declining trend in prices.


b) Payment will be released as per the latest purchase order rates or lowest rates obtained during
the recent tenders opened subject to levy of liquidated damage for belated supplies.
c) TNPGCL Ltd reserves the right to accept or reject the delayed supplies without assigning any
reason therefore and take action as per the other terms and conditions of this specification.
24.4. Payments will be made only after the approval of the test certificates and on receipt of the
supplier‟s bills in duplicate, duly certified by the consignee.
24.5. In the event of TNPGCL failing to release the payment within the stipulated time frame simple
interest for the delayed payment shall be paid by TNPGCL at the SBI three months MCLR rate.

24.6. The bills shall be sent in duplicate to Chief Stores Officer / NCTPS IIChennai-120.

33
Payments for the supplies will be made through Electronic fund transfer mode(NEFT/RTGS) through
any one of the Nationalised Banks/Scheduled Banks approved by Reserve Bank of India, in Tamil
Nadu. The bank charges involved in making the payment will be to the account of the Tenderer.

24.7. Offers agreeing to the above TNPGCL Limited's terms of payment will be preferred. TNPGCL
Limited will reject the offer with other terms of payment.
24.8. Claiming of payment against Proforma Invoice/delivery or payment for the material supplied
without completing erection and Commissioning will not be considered.
24.9. Letter of credit payments will not be accepted in respect of indigenous supply.
24.10. No payment will be made against document negotiated through Bank.
24.11. No payment will be made until Test/Inspection Certificates approved by the TNPGCL Limited.
24.12. No payment will be made for materials damaged or broken during transit.
24.13. If the supplier dispatches the materials without the prior approval of competent authority
and without communication of the same to consignee, and if any demurrage or wharf age or both
are incurred by the purchase, it will be debited to the supplier.However this condition is not in
conjunction with SD payment clause.
24.14.The supplier shall bear any expenditure arising out of unapproved dispatches.
24.15. Payments will not be made for equipment‟s /materials damaged during transit. All defective
materials shall be replaced by the supplier free of charge.

24.16. Payments for the supplies will be made through Electronic fund transfer mode(NEFT/RTGS)
through any one of the Nationalised Banks/Scheduled Banks approved by Reserve Bank of India, in
Tamil Nadu. The bank charges involved in making the payment will be to the account of the
Tenderer.
25.0 ADVANCE PAYMENT
No advance payment will be given. The offer of the tenderers insisting on advance payment
will be rejected.

26.0 GUARANTEE:
26.1 The entire materials should be guaranteed for the satisfactory operation and workmanship for
a period 18 months from the date of receipt of materials in good condition at site or 12 months from
the date of commissioning whichever is LATER, subject to an overall guarantee period of 24 months
from the date of supply.

26.2 Any defects noticed during the above period shall be rectified by the supplier free of charge to
TNPGCL within 60 days on receipt of instruction from the purchaser.

26.3 A written guarantee guaranteeing the TNPGCL against any defects in the materials supplied or
in the Workmanship should be furnished along with the each bills for payment. This should be
operative for the period of 24 months from the date of receipt of materials at site in good condition.
Any defects or failure occurring within the guarantee period due to faulty design, poor workmanship
and bad quality of raw materials used shall be rectified/replaced free of cost within two (2) months
on receipt of intimation from the purchaser on such defects of failures. If they are not rectified or
replaced within this period the contractor shall pay the liquidated damages as per the liquidated
damages clause in the contract for the delay from the date of receipt of intimation for the defects or
failures. A guarantee certificate in the above form shall be submitted along with the bills themselves.

26.4 The packing shall conform to relevant packing standards. The contractor should however
ensure that the packing is such that the materials reach their destination without damage/loss
during transit by Rail or Road and subsequent storage. The words "Handle with care" should be
printed on the cartons.
26.5 The incidental expenses, transport and freight charges for the replacement of
defective materials within the guarantee period may also be borne by the supplier.

34
27.0 LIQUIDATED DAMAGES:
27.01 The Delivery period given in clause Delivery shall be guaranteed by the supplier/ Contractor
under the following "Liquidated Damages Clause"

a) If the contractor fails to supply the items/materials with the time specified in the contract / or any
extension thereof, the purchaser shall recover from the contractor as liquidated damages a sum of
half percent (0.5%) of the contract price of the undelivered items / materials of each completed
week of delay. The total liquidated damages shall not exceed Ten percent (10%) of the contract
price of the units/materials so delayed. The date of receipt of materials at NCTPS-II Stores will be
reckoned as date of delivery for deciding LD for delay in supply. It should be the supplier‟s
responsibility to arrange for inspection, despatch etc. in time to keep up the delivery schedule.
b) Liquidated damages will also be levied for quantity not supplied as is done for the delayed
supplies.

LD will be levied for delayed in replacement / repair of defective / damaged equipment.


c) Even if, there is any delay in delivery of Sample, LD will be imposed on the bulk
supply.
d) In case, the supply effected in part, could not be beneficially used by the TNPGCL Limited, (Due
to such incomplete supply), Liquidated damages should be worked out on the basis of entire order
value only, and not on the value of delayed portion.

27.02) The TNPGCL Limited will also be at liberty to cancel the order/ contract if the supply is not
completed within the accepted delivery period notwithstanding the liquidated damages applicable to
the belated supplies.
27.03) If supplies or services to be rendered against the contract are made by the supplier beyond
the period of delivery stipulated in the purchase order and they are accepted by the TNPGCL Limited
such acceptance is without prejudice to the TNPGCL Limited's right to levy liquidated damages for
the delay in supply.
27.04) The suppliers are liable to pay the amount of loss sustained by TNPGCL Limited in the event
of non execution of order, if any placed on them either in full or part to the satisfaction of TNPGCL
Limited under the terms and conditions of contract and in the event of placing orders for such
quantities on some others at higher price.

27.05) It should be noted if a contract is placed on the higher tenderer in preference to the
lowest acceptable offer in consideration of offer of earlier delivery, the said contractor will be liable
to pay the TNPGCL Limited the difference between the contract rate and that of the lowest
acceptable tender in case of failure to complete the supplies / works in terms of such contract
within the delivery period specified in the tender and incorporated in the contract. This is without
prejudice to other rights under the terms of contract.

27.06) The tenderers failing to execute the order placed on them to the satisfaction of the TNPGCL
Limited, the TNPGCL Limited shall recover from the successful tenderer, as Liquidated damages a
sum equal to 10% of the contract price besides the forfeiture of Security Deposit.
27.07) If there is any downward trend in prices on account of belated supplies, the Successful
tenderer have to accept the same with a levy of liquidated damages, for belated supplies.
28.0 LOSS OR DAMAGE:
External damages or shortages that are prima facie the results of rough handling in transit
or due to defective packing will be intimated within a fortnight of the receipt of the materials.
Internal defects, damages or shortages of any integral parts which cannot ordinarily be detected on
a superficial visual examination caused by bad handling in transit or defective packing would be
indicated after inspection on receipt of the materials at stores. In either case, the damaged or
defective materials should be replaced free of cost to the TNPGCL within 60 days.

35
29.0) DEFECTIVE SUPPLIES:
29.01) The contractor is responsible for the safe delivery of the equipment / materials at site. If
during the period of supply it is found that goods already supplied are defective in materials or
workmanship or do not conform to the specification or unsuitable for the purpose for which
they are purchased, then it will be open to the TNPGCL Limited either to reject the goods and
repudiate the entire contract and claim such loss that the TNPGCL Limited may suffer on that
account of require to arrange for the replacement of the defective goods at free of cost.
29.02) Similarly if during the guarantee period any of the goods be found to be defective in
materials or workman ship or do not conform to specification or unsuitable for the purpose for
which they are purchased, it will be open to the TNPGCL Limited either to repudiate the entire
contract and claim damages or accept such part of the goods that are satisfactory and
require to replace the balance or pay the compensation to the extent of the loss sustained by the
TNPGCL Limited on that account.

30.0 REPLACEMENT OF DEFECTIVE / DAMAGED MATERIALS:


30.1 Notwithstanding anything contained in the above Liquidated Damages clause when the whole
or part of the materials supplied by the supplier are found to be defective or damaged or are not in
conformity with the specification, such defects or damages in materials supplied shall be rectified
within two months from the date of intimation of defects / damages either at the point of
destination or at the supplier's works at the cost of the supplier against proper security and
acknowledgement. In the alternative, the defective or damaged materials shall be replaced free of
cost within two months from the date of receipt of the intimation from the purchaser. If the defects
or damages are not rectified or replaced within this period, the contractor shall pay a sum towards
liquidated damages clause given above, for the delay in rectification/ replacement of the defects or
damages.
30.2 If even after such rectification or replacement of the damaged or defective part, if the
equipment/materials ordered is not giving the satisfactory performance as per the contract, then it
will be open to the purchaser either to reject the goods or repudiate the entire contract and claim
such loss sustained by the TNPGCL.

30.3 Notwithstanding any other remedies available, the purchaser shall be entitled to dispose of the
defective/damaged materials in “as is where is” condition without further notice, if the
Contractor/supplier fails to rectify the defect and/or replace the damaged materials and / or fails to
remove the defective/damaged materials within such period as may be notified by the purchaser
through notice and their sale proceeds of such disposal shall be appropriated towards the dues to
the TNPGCL such as Liquidated damages, ground rent etc., as may be determined by the purchaser.

31.0 FORCE MAJEURE:


31.1. The supplier shall not be liable for delay in performing his obligations resulting directly or from
any force majeure conditions herein defined as:
a. Any cause which is beyond the reasonable control of the supplier or purchaser as the case
may be
b. Natural phenomena, such as floods, drought, earthquakes and epidemics.
c. Act of any Govt. Authority, domestic or foreign, such as wars declared or undeclared
quarantines, embargoes licensing control on production or distribution restrictions.
d. Accident and disruptions such as fire, explosion, increase in power cut with respect to date
of tender opening, breakdown of essential machinery or equipment‟s etc.
e. Strikes, slow down, and lockouts.
f. Failure or delay in the supplier's source of supply due to force majeure causes enumerated
at 'b' to 'e' above shall be considered, provided the supplier produces documentary evidence
to show that there were no other alternative source of supply available to him or if available
the lead time required was likely to be longer than the duration of the force majeure at the

36
normal source of supply. All the provisions of this clause shall apply whether the disruption
cause is total or partial in its effect upon the ability of the supplier to perform.
NOTE: The cause of force majeure condition will be taken into consideration only if the supplier
notifies within 15 days from the occurrence of such eventualities. The purchaser shall verify the
facts and grant such extension as the facts justify. For extension due to force majeure conditions,
the supplier shall submit his representation with documentary evidence for scrutiny by the purchaser
and decision of the purchaser shall be binding on the firm.
31.2 Provided that if the performance in whole or part by the supplier on any obligation under this
contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, the
TNPGCL may at its option terminate the contract by a notice in writing.
31.3 The Power cut shall not be considered under force majeure condition. The period of extension
shall be decided only by the authority who placed the order, after verifying the evidence for the
cause of delay.

32.0 FAILURE TO EXECUTE THE CONTRACT:


32.1) Contractors failing to execute the order placed on them to the satisfaction of the TNPGCL
under the terms and conditions set forth therein, will be liable to make good the loss sustained by
the TNPGCL, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference
between the price accepted in the contract already entered into and the price at which fresh orders
have been placed. This is without prejudice to the imposition of penalty under the Liquidated
Damages clause.
32.2) Further to imposing of LD, E.M.D. and S.D. paid by the firm will be forfeited as per terms of
Purchase order. Their poor performance will be recorded for future tenders/contracts in TNPGCL
Limited. Their name will be blacklisted after due notice.

33.0) POWERS TO TERMINATE THE CONTRACT:

In the event of Non-fulfillment and lack of diligence, the contract will be terminated and the
Security Deposit/SD cum PG and Earnest Money Deposit will be forfeited. In that circumstance,
TNPGCL reserves the right, to arrange some other agency for the execution of this contract.

34.0 EFFECTING OF RECOVERIES:


Any loss, arising due to non-fulfilment of this contract or any other contract, will be
recovered from the Security Deposit held and / or any other amount due to the supplier from the
TNPGCL/TANTRANSCO from this Contract as well as from other contracts.

35.0. RECOVERIES OF DUES:


35.1 The Board is empowered
a) to recover any dues against this contract in any bills/Security Deposit/ Earnest Money
Deposit due to the contractor either in this contract or any other contract with TNEB/
TNPGCL/TANTRANSCO.
b) To recover any dues against any other contracts of the contractor with TNEB/
TNPGCL/TANTRANSCO, with the available amount due to the contractor against this
contract.

36.0 ARBITRATION ACT NOT TO APPLY:


The TNPGCL will not accept any arbitration in case of disputes arising in any respect under
this contract. Any dispute arising out of this contract shall not be subject to arbitration under the
provisions of Arbitration and Conciliation Act 1996 in the event of any dispute between the parties.

37.0 LEGAL STATUS OF THE FIRM:


The tenderers shall furnish necessary documents evidencing their legal status of the firm
along with their offer.

37
38.0 PAST PERFORMANCE:
38.1 The intending tenderers shall furnish the documentary evidence with details of previous Orders
executed during the last ten years in the proforma enclosed in the Tender Specification as per
Schedule-D.

38.2 The details furnished by the tenderers shall be in complete shape and if it is found that any
information is found omitted, suppressed, incomplete or incorrect, the same will be taken note of
while dealing with the tenders in future.
39.0 JURISDICTION FOR LEGAL PROCEEDINGS
39.1 No suit or any proceedings in regard to any matter arising in respect of this contract shall be
instituted in any court, save in the Chennai High Court, City Civil Court of Chennai or at the Court of
small causes at Chennai. It is agreed that no other court shall have jurisdiction to entertain any suit
or proceedings even though, part of the cause of action might arise within their jurisdiction. In case
any part of the cause of action might arise within the jurisdiction of any other Courts in Tamil Nadu
and rest within the jurisdiction of courts outside the Tamil Nadu, then it is agreed to between the
parties that such suits or proceedings shall be instituted in a Court within the State of Tamil Nadu
and no other court outside the State of Tamil Nadu shall have jurisdiction even though any part of
the cause of action might arise within the jurisdiction of such courts. The successful Tenderer shall
furnish an undertaking as per Annexure-II in a non-judicial stamp paper of Rs.500/-agreeing to
the above condition.

39.2 Security Deposit / PBG will be released on expiry of guarantee period after ensuring that
defects/damages during the guarantee period are rectified/replaced.

40.0 GENERAL:
All rules and provisions related to Tamil Nadu Transparency in Tenders Act 1998, and Tamil
Nadu Transparency in Tender Rules in 2000 & 2012 and subsequent amendment are applicable.

******************

38
SCHEDULE-A
TECHNICAL SPECIFICATION
Specn .No: CE- 223/2024-25/NCTPS II

Material Description Technical Specification Qty


Sl.No Reqd

1. Spool piece pipe Size As per Drawing enclosed 15 Nos


Material SS316 L
with flanges on
Pipe Thickness 20 mm
both ends for Top flange Thickness 20 mm
condenser cooling Bottom Flange 25 mm
Thickness
water pipeline Medium Sea Water
Note: Interchangeable with existing one

-sdx/-
CE/M/NCTPS-II

39
SCHEDULE – A1
Electronic Fund Transfer Form

To,

The Chief Engineer.


North Chennai Thermal Power Station - II,
Chennai – 600 120.

Dear Sirs,
We, hereby authorize the TANGEDCO to make all our payments through Electronic Fund
Transfer System. The details for facilitating the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS)

1 Name of the ACCNT. HOLDER /BENEFICIARY


2 BANK PARTICULARS: (ENCLOSE COPY OF A CANCELLED CHEQUE)
a Bank Name
b ACCOUNT NUMBER
c IFSC CODE
d MICR CODE
e ACCOUNT TYPE
f BRANCH CODE
g BRANCH ADDRESS
h BANK TELEPHONE NO. (WITH STD CODE)
i BANK FAX NO (WITH STD CODE)
j E-MAIL Address for Intimation regarding release of
payments

I/We hereby declare that the particulars given above are correct and complete. If the transaction
is delayed or credit is affected at all for reasons of incomplete or incorrect information I /We held
responsible.

Bidder with seal SIGNATURE DATE

(AUTHORISED SIGNATORY)

40
SCHEDULE-B/(BOQ)
PRICE SCHEDULE
DOWNLOAD THE BOQ(EXCEL SHEET), QUOTE THE PRICE & UPLOAD
SPECIFICATION NO. CE-223/2024-25/NCTPS-II
Sl Material Description Qty HSN/ Basic Packing & Freight & GST in % Total
No Code price Forwarding Insurance (Applicable Amount
in Rs. Charges Charges for total
/sets in INR in INR Transaction
value which
includes Ex-
works price,
P&F, F&I
charges and
any other
charges )
Rs. Rs. Rs. % Rs.
Nos (a+b+c
a b c d
+d)
1. Spool piece pipe with 15
flanges on both ends
TO BE QUOTED ON LINE
for condenser cooling
water pipeline

Note:
1. While quoting the rates the bidder shall indicate the HSN Code &% for all the tendered
items as per GST Act. Applicable GST will be taken for evaluation of L1 bidder.
2. Evaluation of rates will be done Eventwise only.
3. Bidders are required to download the BOQ file, open it and complete the coloured
(Unprotected) cells with their respective financial quotes and other details (such
as name of the bidder), and the same must be uploaded as Schedule “B” (BOQ).
4. Evaluation to arrive L1 will be as per the guidelines of Sl.No:7.0 of Section IV.

41
SCHEDULE-C

SCHEDULE OF MATERIALS AND DELIVERY PERIOD

SPECIFICATION NO: CE -223/2024-25/NCTPS-II

Sl No Material Description Qty. reqd. Delivery Period


Nos
1. Spool piece pipe with flanges 15
on both ends for condenser
cooling water pipeline

COMPANY SEAL SIGNATURE :

DATE DESIGNATION:

COMPANY NAME:

42
SCHEDULE-D

STATEMENT OF SUPPLY ORDERS EXECUTED/ UNDER EXECUTION DURING


THE PAST TENYEARS AS ON THE DATE OF TENDER.
(To be filled in by the tenderer)
PO
Name and Number Person to whom
Sl & Date Value of Period of
Description of End User reference may be
No. supply supply
material made

COMPANY SEAL SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

43
SCHEDULE - D1

DECLARATION FORM-1

(To be signed by the tenderer)

Strike off, whichever is not applicable:


To
The Chief Engineer,
NCTPS-II,
CHENNAI – 600 120..

Dear Sir,
Having examined the above specification together with the accompanying schedules etc.,
we hereby offer to manufacture and supply the equipments/ materials covered in this Specification
at the rates entered in the attached schedule of prices.

1. We hereby guarantee the particulars entered in the schedules attached to the Specification.

2. In accordance with the Security cum Performance guarantee clause-13., Section-V, of the
specification, we agree to furnish security cum performance in the form ofDD/Bankers Cheque/Bank
Guarantee to the extent of 5% of the order value (All-inclusive price) of each and every indent
issued during the contract period till the expiry of the Guarantee.

3. Our company is not a potentially Sick Industrial Company or a Sick Industrial Company in
terms of Section-23 of Section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.
Yours faithfully,

PLACE : SIGNATURE :
DATE : DESIGNATION :
COMPANY SEAL : COMPANY :

44
SCHEDULE-E

GUARANTEED TECHNICAL PARTICULARS

Sl.No Material Description Technical Specification Qty MAKE


Reqd Offered

1. Spool piece pipe with Size As per Drawing enclosed 15 Nos


Material SS316 L
flanges on both ends for
Pipe Thickness 20 mm
condenser cooling water Top flange 20 mm
pipeline Thickness
Bottom Flange 25 mm
Thickness
Medium Sea Water
Size As per Drawing enclosed
Note: Interchangeable with existing one

* Descriptive literature, pamphlet of the materials offered should accompany the Technical
specification

PLACE: SIGNATURE OF THE TENDERER


DATE: SEAL:

45
SCHEDULE-F
QUESTIONNAIRE-A
INSTRUCTIONS:
(a) Strike off, whichever is not applicable.
(b) Separate sheets should be used, wherever necessary:
Sl. PARTICULARS BIDDER‟S RESPONSE
1. Name & Address of the Firm / Company
(a) Registered Office
(b) Factory / works Address
(c) Fax No.
(d) Telegraphic Address
(e) GSTIN No.
(f) Email ID
2. Name, Designation & Address of the person signing
the tender
3. a. Is the firm registered with Udyam Registration YES/NO
Portal
4. EARNEST MONEY DEPOSIT
4.1 (a) Mode of Payment Online /Exemption from payment of
EMG/BG
(b) Details of Online Payment Ref No:
If exempted,
(a) Udyam Registration Certificate/NSIC regarding YES/NO
exemption enclosed
4.2 (b) PEMD enclosed YES/NO

5. Whether the Specification has been down- YES/NO


loaded from TNPGCL Website/TN Govt/NIC

6. Confirm whether Tenderer is YES/NO


(i) actual manufacturer
(ii)authorized dealer YES/NO
7. Whether the copies of previous purchase order are YES/NO
enclosed in the tender, as required in BQR condition
under Section-II of this Specification
8. Whether Performance/ End user certificate is YES/NO
enclosed for the purchase order enclosed for BQR
condition
9. Whether documentary evidences for the Annual YES/NO
Turn Over for the preceding three years enclosed
10. Whether proof of GSTIN No is enclosed YES/NO
11. Whether all the copies enclosed for BQR evidences YES/NO

12. Whether your offer is valid for a period of 180 days YES/NO
from the date of opening of Commercial / Technical
Bids (Part-I)
(Offers with validity period of less than 180 days are
liable to be rejected)
13.a PRICE:Whether the following break ups for the
quoted Unit Price YES/NO
(All inclusive price excluding GST) have been
mentioned in schedule-B (BOQ) of the
specification.
13.b Unit EX-Works prices YES/NO
13.c Fright & Insurance Charges YES/NO

46
13.d Packing & Forwarding Charges YES/NO
13.e Whether GST (Percentage & Amount) applicable YES/NO
has been mentioned separately
13.f Whether GST HSN / SAC Code Number applicable YES/NO
has been mentioned in Schedule A (Technical) and
Schedule “B” (Price Schedule - BOQ)
14. IT – PAN &GST:
a) Whether PAN No. issued by IT Dept. is YES/NO
furnished.
b) Whether GST Clearance Certificate enclosed with YES/NO
the offer.
Mention the year for which the above is enclosed.
15. Whether you are agreeable for the following
clauses specified under Section–V of the
Specification.
(a) Payment Terms (clause 24.0) YES/NO
(b) Security Deposit cum YES/NO
Performance Guarantee (clause 13.0)
(c) Delivery (clause 20.0) YES/NO
(d) Liquidated Damages (clause 27.0) YES/NO
(e) Guarantee (clause 26.0) YES/NO
(f) Jurisdiction for Legal Proceedings YES/NO
(clause 39.0)
(g) Test Certificate (Clause 21.0) YES/NO

Date : SIGNATURE OF THE TENDERER


Place : NAME

STATUS IN THE COMPANY


(Affix Seal of the company)
UNDERTAKING
I , Sole Proprietor / Partner of give undertaking that details given in the above
QUESTIONNAIRE – A are correct to the best of my knowledge and I agree to abide by all your Tender / Order
terms & conditions.
Date : SIGNATURE OF THETENDERER

Place : NAME

STATUS IN THE COMPANY

(Affix Seal of the company)

47
SCHEDULE-F
QUESTIONNAIRE-B

(COMMERCIAL AND TECHNICAL BID)


TECHNICAL TERMS

INSTRUCTIONS:
(a) Strike off, whichever is not applicable
(b) Separate sheets should be used, wherever necessary.

BIDDERS
Sl. No. PARTICULARS
RESPONSE
1. Whether materials offered is exactly as per Technical Specification YES / NO
(Schedule A)
(Tender offers with Deviation in Technical Terms are to be summarily
Rejected subject to any latest amendments applicable to IS standards )
If not, give details of technical deviation.

Date :SIGNATURE OF THE TENDERER NAME

Place :

STATUS IN THE COMPANY


(Affix Seal of the company)

UNDERTAKING

I , Sole Proprietor / Partner of M/s. Give undertaking that details given in the above QUESTIONNAIRE-B are
correct to the best of my knowledge and I agree to abide by all your Tender / Order terms & conditions.

Date : SIGNATURE OF THE TENDERER

Place : NAME

STATUS IN THE COMPANY


(Affix Seal of the company)

48
ANNEXURE - I
Undertaking for exemption of EMD

To be duly filled and endorsed with company seal on letter head and uploaded in the
technical Bid

(To be given on Company Letter Head) Date:

To,

The Chief Engineer,

NCTPS-II

Chennai-120.

Sub: Acceptance of Payment of EMD Terms & Conditions of Tender.

Tender Reference No: CE-223/2024-25/NCTPS-II

Name of the tender: E-Tender for Supply of Spool piece pipe with flanges on both ends for
condenser cooling water pipeline.
Dear Sir,
I/We ________________ hereby accept to pay / authorize the TNPGCL to recover the
amount equivalent to EMD Rs. ______________ (Rupees ____________________ (IN WORDS))
together with costs if any, in the event of non-fulfilment of the conditions stipulated in the tender
specification i.e in all cases where EMD paid shall be forfeited along with applicable GST.

SIGNATURE

NAME IN BLOCK LETTERS

SEAL OF THE COMPANY.

Note: Those who claim EMD exemption by enclosing UDYAM Registration certificate/
NSIC should compulsorily enclose/upload the duly filled and endorsed Self
Declaration form in letter head with company seal otherwise the offer will be
summarily rejected.

49
ANNEXURE –II

FORMAT OF UNDERTAKING FOR JURISDICTION FOR LEGAL PROCEEDINGS

(To be furnished in non-judicial stamp paper of value not less than Rs.500/-)

THIS DEED OF UNDERTAKNG EXECUTED AT CHENNAI ON THIS THE


.………………………………………BY Messer ………………………………………….hereinafter
called the “TENDERER “( which expression where the context so admits mean and include their
agents ,representatives, successors-in-office and assigns).

TO AND IN FAVOUR OF THE TAMILNADU POWER GENERATION CORPORATION LIMITED a body


corporate constituted under the electricity act 2003 (central act 36 of 2003),having its office at
NPKRR Maaaligai,144,Anna salai, Electricity avenue ,Chennai-600002. Herein after called the
“TNPGCL” (Which expression shall where the context so admits mean and include the successors-
in-office and assigns).

WHEREAS the TNPGCL has called for acceptance of jurisdiction of legal proceedings.

NOW THIS UNDERTAKING WITNESSETH that no suits or any proceedings in regard to any
matter arising in any respect under this contract shall be instituted in any court save in the civil
court of Chennai or the court of small causes in Chennai. It is agreed that no other court shall have
jurisdiction to entertain any suit or proceedings even though part of the cause of action might arise
within the jurisdiction of any of the courts in Tamil Nadu and not in the courts of Chennai city, then
it is agreed to between the parties that such suits or proceedings shall be instituted in a court within
Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction even though any part of
cause of action might arise within the jurisdiction of such courts.

IN WITNESS WHERE OF Thiru…………………………. Acting for and on behalf of the tenderer has
signed this deed on the day, month and year herein before first mentioned.

SIGNATURE WITH SEAL

WITNESS :
1.
2.

50
ANNEXURE III

DECLARATION FORM-2

To be duly filled and signed with company seal on letter head and uploaded in the
technical Bid

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head) Date:

To,---------------------------------

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: CE-223/2024-25/NCTPS-II

Name of the tender: E-Tender for Supply of Spool piece pipe with flanges on both ends for

condenser cooling water pipeline.


Dear Sir,
1. I/We have downloaded / obtained the tender document(s) for the above
mentioned Tender from the web site(s) namely:
---------------------------------------------------------------------------------------------------

As per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire terms and conditions of the tender
documents from page No.------ to --------(including all documents like annexure(s), schedule(s),
etc.,) which form part of the contract agreement and I/We shall abide hereby the terms / conditions
/ clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has
also been taken into consideration, while submitting this acceptance letter.

4. I/We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated, then your
department/organization shall without prejudice to any other right or remedy be at liberty to reject
this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the bidder, with official Seal)

******

51
ANNEXURE-IV

FORMAT FOR UNDERTAKING TOWARDS PAYMENT OF DUES TO TNPGCL

(To be furnished in non-judicial stamp paper of value not less than Rs.500/-)

THIS DEED OF UNDERTAKING EXECUTED AT ………… ON THIS THE …………………….Day of


………………. By Messers ……………………… Hereinafter called the “TENDERER” (Which expression
where the context so admits mean and include their agents, Representatives, Successors-in-office
and Assigns).

TO AND IN FAVOUR OF

The TNPGCL a company registered under the provisions of the Companies Act, 1956 having its office
at NPKRR Maaligai, 144, Anna Salai, Electricity Avenue, Chennai 600 002, hereinafter called the
“CORPORATION” (Which expression shall where the context so admits mean and include the
successors-in-office and assigns).

WHEREAS the CORPORATION has called for an undertaking from the Tenderer empowering the
CORPORATION to recover the dues if any.

NOW THIS UNDERTAKNG WITNESSETH the CORPORATION is empowered to recover any dues
against this contract in any bills/ security deposit/ EMD due to the Tenderer either in this contract or
any other contracts with the CORPORATION. Further, the Tenderer hereby authorizes the
CORPORATION to recover, any dues against any other contract of the Tenderer with the
CORPORATION with the available amount due to the Tenderer against this contract.

IN WITNESS WHERE OF Thiru. Acting for and


on behalf of the Tenderer has signed this deed on the day, month and year herein before first
mentioned.

- COMPANY SEAL - SIGNATURE OF THE TENDERER.


NAME :
DESIGNATION :
DATE :

52
ANNEXURE - V
BANK GUARANTEE FOR COMBINED SECURITY DEPOSIT CUM PERFORMANCE
GUARANTEE

(In a Non - Judicial - Rs.500/- Stamp Paper)

THIS DEED OF GUARANTEE made on this ............... day of .......................................... only by the
Bank of............................................................. (Branch name & address) (herein after called "the
Bank") to and in favour the TNPGCL, a company registered under companies Act, 1956 having its office
at NPKRR Maaligai, Electricity Avenue, 144, Anna salai, Chennai – 600 002, herein after called the “
Corporation ” (which expression shall where the context so admits mean and include the successors in
office and assigns ” having its Registered Office at Anna Salai, Chennai - 2 represented by the CHIEF
ENGINEER /___________ / __________ / __________ (hereinafter called "The Purchaser").

WHETHERAS Messrs...................................................................................(hereinafter called "The


Contractor") have by virtue of the contract entered into with the purchaser as per P.O. No............. Dt.
.......... agreed with the purchaser to ........................................... In accordance with the terms and
conditions contained therein:

AND WHEREAS in accordance with the terms of the contract in P.O. No. ................. dt. ............... The
contractor has to pay a sum of Rs................/-
(Rupees.........................................................only)towards combined Security Deposit cum
Performance Guarantee from a Nationalised Bank.

AND WHEREAS the contractor has requested the purchaser to accept bank guarantee in lieu of
combined Security Deposit cum Performance Guarantee for a sum equivalent to 5% (Five percent) of
the Value of the Contract for the satisfactory performance of the Contract.

AND WHEREAS the Bank has at the request of the Contractor agreed to guarantee the payment of the
said sum in case the contract is not performed in accordance with the specifications indicated in the
terms and conditions in P.O. No......... dt........................ or in the letter ............................ Dt...........

NOW THIS DEED WITNESSES AS FOLLOWS:

1. In consideration of the purchaser having agreed to accept the Bank guarantee from a Nationalised
Bank towards combined Security Deposit cum Performance Guarantee for a sum equivalent to
Rs.............../- (Rupees..................................................... only) the Bank do hereby guarantee that if
the contractor fails to perform the contract in accordance with the specifications and conditions of the
contract as subsequently amended, the Bank shall pay forthwith merely on demand without any demur
to the purchaser such amount or amounts, as the Bank may be called upon to pay be the purchaser:

PROVIDED that the liability of the Bank under this deed shall not at any time exceed the said amount
of Rs............./- (Rupees..................................................................... only) PROVIDED further that
the guarantee hereunder furnished shall be released as soon as the contractor has performed his part
of the contract in accordance with the terms of the contract and the period of performance guarantee
is over and a certificate to that effect is issued by the Purchaser.

2. The Bank further undertakes to indemnify the purchaser against any loss or damage that may be
caused or suffered by the purchaser by reason of any breach of the terms and conditions in the said
P.O. No............................dt.............................

3.The guarantee herein contained shall remain in force till the terms and conditions of the P.O.
No................................... dt................. have been fully and properly carried out by the said
contractor and in any case, the guarantee shall not hold good after expiry of .......................

53
4.The bank further agrees with the purchaser that the purchaser shall have the fullest liberty (without
the consent of the Bank and without affecting in any manner the obligations of the bank hereunder) to
vary any of the terms and conditions of the contract or to extend the time of performance of the
contract by the said contractor from time to time or to postpone from time to time any of the powers
exercisable by the purchaser against the said contractor and to forbear or to enforce any of the terms
and conditions
relating to the said contract and the Bank shall not be relieved of its liability by the reason of any such
variations, or extension being granted to the reason to the said contractor or by reasons of any for -
bearance, act or omission on the part of the purchaser or any indulgence by the purchaser to the said
contractor or by any such matter or thing what - so - ever which under the law relating to sureties
would but for these provisions have the effect of so relieving than bank.

5. Any account settled between the purchaser and the contractor shall be the conclusive evidence
against the bank for the amount due and shall not be questioned by the Bank.

6. The expressions 'Bank', 'Contractor' and 'purchaser' herein before used shall include their
respective successors and assigns.

IN WITNESS WHERE OF THIRU .....................................................acting for and on behalf of the


Bank has signed this deed on the day, month and year first above written.

In the presence of witnesses:

1. Signature with seal of the Bank


(Name in Block letters)

2.

(Name in capitals to be subscribed with designation, office address or residential address)

54
Annexure-VI

Declaration pursuant to Section 206AB

(To be obtained from applicable suppliers)

This is to declare that __________________ (Name of the supplier) have filed the
Return of Income (ROI) under the relevant provisions of the Income Tax Act, 1961 for the
Assessment Year 2021-22 and 2022-23 (FY 2020-2021 and FY 2021-22) and we shall file
the ROI for Assessment year 2023-24 (Financial Year 2022-23) within due date as per the
provisions of the said Act.

Permanent Account No.(PAN) of our Company/Firm/Individual is __________________ .


The details of Return of Income filed are as below:

Sl.No Assessment Year Acknowledgement No Date of Filing


1 2021-22
2 2022-23

Place:

Date: (Authorized Signatory)

Sign & Seal

55
ANNEXURE-VII

DECLARATION FOR INPUT TAX CREDIT


Declaration to be submitted by the bidders in NJS paper of value not less
than Rs.500/-

To
The Chief Engineer /NCTPS-II/TNPGCL,
Chennai-120.

We hereby declare and confirm that we are registered vendor under GST Act having
GSTIN _____________________in State of ______________ . Our applicable GST% for
the above reference job is under code ____________.
We hereby declare and confirm that we are unregistered vendor under GST Act
being turnover is less than Rs._________ lakhs (being threshold limit) per annum. (For
unregistered vendor, the vendor has to submit an affidavit in the enclosed format).
We hereby declare and confirm that we are registered vendor under composite
scheme having GSTIN.
We are aware that as per sec 171 of CGST Act, any reduction in rate of tax on any
supply of goods or services or the benefit of input tax credit should be passed on to
TNPGCL by way of commensurate reduction in prices and as such we hereby declare that
we are extending Rs.__________ /- _____ of % as rebate in my awarded price against
input tax credit benefit.
We hereby declare that we do not have any input tax credit benefit on account of
GST applicable against this job. If it is established that we have availed input tax credit
benefit against this job, the differential tax benefit will be returned to TNPGCL failing which
TNPGCL may take appropriate action.

Signature of bidder with Company Seal.

Note: Bidder may strike out the para not applicable

56
A N N E X U R E- VIII

Undertaking from the sole proprietor of the firm

(To be uploaded by the bidder been sole proprietor firm owned by any person belonging to a SC/ST)

Name of the sole Proprietor:

PAN NO:

Tender specification No.

I (Name of the sole proprietor) hereby state that the social category of enterprise
(i.e. M/s. ) Specified in Udyam registration certificate vide Udyam
registration No. dated uploaded with the bid remains unchanged till date.

Signature of the proprietor


(with name & seal)

Date:

Place:

57
A N N E X U R E- IX

Certificate to be furnished by Chartered Accountant

(In case of bidder been partnership firm owned by not less than three-fourths of the partners
belonging to a SC/ST)

Tender Specification No.

This is to certify that M/s. (firm‟s name) been partnership firm is owned by not less
than three-fourths of the partners belonging to a SC/ST as on this date.

The social category of the partnership firm (i.e. M/s. ) specified in Udyam
registration certificate consequent of been registered in Udyam portal vide Udyam registration No.
remains unchanged till date.

Signature of the chartered Accountant


(with name, membership No. & seal)

Date:

Place:

58
A N N E X U R E- X

Certificate to be furnished by Practicing Company Secretary

(In case of bidder been company with more than fifty percent of the ordinary
shareholdings pertain to persons belonging to the Scheduled cases or Scheduled Tribes)

Tender specification No.

This is to certify that in M/s. (Company‟s name), persons belonging to the


Scheduled castes or Scheduled Tribes are having more than fifty percent of the ordinary
shareholdings and the control of the company, as defined in section 2 (27) of the Companies Act,
2013 (Central Act 18 of 2013) vests with persons belonging to the Scheduled castes or Scheduled
Tribes. This is duly confirmed for the purpose of submission of bid against the provisions of tender
specification No.

Signature of the Company Secretary


(with name, membership No. & seal)

Date:

Place:

59

You might also like