CIN - U74899DL1999PLC098274

Slide 1

NTPC-SAIL POWER COMPANY (PVT.) LIMITED
(A JOINT VENTURE OF NTPC & SAIL)

Captive Power Plant -II, D.S.P. COMPLEX
DURGAPUR-713203, DIST- BURDWAN (W. B.)
Phone: 0343-2005090 / 2005080 / 2005085, Tele Fax-0343-2002395
Contracts & Materials Management Department
(DOMESTIC COMPETITIVE BIDDING)
Notice Inviting Tender
ABRIDGED NIT

NIT No. NSPCL/DGP/ C&M / 03 / 2013 Dt. 20.07.2013
 

NSPCL, a joint venture of NTPC & SAIL, at Durgapur, invites applications from the eligible parties / agencies for the following works & supplies. The detailed Scope of Work/Supplies & Tech. Specifications etc. are given in the Tender Documents.

Pkg No.

Description of Work /Materials

Estimated Cost
 (Rs.Lacs )

  EMD (Rs.)

Cost of Tender Paper /Last date of receipt of application for issue/ sale  of Tender Paper.

BOD of Technical Bid

CS/ 12137

Design. Engineering, Supply, Installation & Commissioning of HVW Spray system for MOT & Burner Area

15.05

33,500/-

Rs.1125/-
09.09.2013

23.09.2013

The tender documents shall be issued to all the prospective bidders upon their depositing the requisite tender fees as mentioned above without prima-facie examining the qualification status. The tender committee shall examine the status of qualifying requirements of the bidder only during process of evaluation.

Tender documents shall be issued to all bidders on payment of tender fees by demand draft as mentioned above for each package favouring “NTPC-SAIL Power Company (P) Ltd.” Payable at Durgapur (W.B.).

Tender documents can also be downloaded after remittance of tender fees as per directions of NTPC websites by visiting www.ntpctender.com , www.ntpc.co.in  or bidders may correspond to Addl.General Manager (C&M) at FAX No.: 0343-2002395 , E-mail : nspcldgp.cm@gmail.com / amalesh500@gmail.com , Phone No. 0343-2549810  to 13 extn. 310 and 0343-2005085.

All eligible SSI units with proper certificates from the appropriate authority shall be exempted from payment of Tender Document Fees as well as EMD.

Bidders can also view abridged NIT and qualifying requirements by visiting www.nspcl.co.in

Last date of receipt of request is as mentioned above.

Addl. General Manager ( C & M )

Package Name :  Design, Engineering, Supply, Installation & Commissioning of HVW  Spray   system  for  MOT & Burner Area
Package No.     : CS/12137
Completion Period  : 6 months

Recommended Qualifying Requirements

A.

FINANCIAL CRITERIA

1.

Average Annual Turnover :

 

The average Annual Turnover of the bidder in the preceding three financial years as on the date of opening of technical bid shall not be less than Rs.33.5 lacs. Agency has to submit audited result of the last three preceding financial years of statement certified by a practicing Chartered Accountant.

B. TECHNICAL CRITERIA
1.0
The bidder should have designed, supplied, erected and commissioned High Velocity Fire Water Spray Protection System in at least two installation  related to either Power Generating Station of 60 MW or above or oil installations of storage Capacity more than 1500 KL or Power Distribution system of 75 MVA or above. The system should be in operating condition for a period of not less than two (2) years as on date of bid opening.
2

Experience of Similar Work :

 

The bidder should have executed  similar work during preceeding seven years from the  date of opening of technical bid  as per following :

 
a.

At least one order of value not less than Rs.13.4 Lacs.

 
OR
b.
At  least two similar works of value not less than Rs.8.4  Lacs each
 
OR
c. At least three similar works of value not less than 6.7 Lacs each.

Notes:

 
1.
Similar Work  means the agency must have the experience of design. supply, installation & commissioning of High velocity  Fire protection system in Electrical Transformer/Oil Burner area of thermal Power Plants / Main oil Tank  area of power plants/ Tanks used for storage of lubricating oil or fuel oil.
2.
The word Executed means that the bidder should have achieved the progress specified in the Technical Criteria even if the total contract is not completed/closed. The same shall be supported by documentary evidence  such as satisfactory completion Certificate issued by the owner, the proof of  payment  against  final bill, any protocol signed jointly by  the bidder & the owner after completion of work along with copy of order. Supporting work orders which were placed before  preceding seven years but work was executed during preceding seven years will also be considered.
3. Other income shall not be considered for arriving in Annual Turnover. 
4.
In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Charted Accountant shall also be considered acceptance.
 

GENERAL TERMS & CONDITIONS:

1. DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID:
 

Legible copies of the following documents duly signed by the authorised representative of the bidder are to be submitted in support of the qualifying requirement along with technical bid.

  1. (i) Award letter / Work Order with bill of quantities (ii) proof of value of work executed as mentioned at (B) below
  2. Documentary evidence issued by the employer as proof of value of work executed clearly indicating (i) the executed value of the work and (ii) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate / final deviation order / copies of measurement book (R/A bills). An employer means Government / Industrial Organisations / Public Sector Enterprises.
  3. Audited balance sheet and profit & loss account of preceding three (3) financial years as on  date of bid opening.
  4. Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of association etc with latest changes, if any.
  5. Copy of Power of Attorney of Authorized Signatory (if applicable)
  6. The bidder should have independent P.F. code number allotted by Regional Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.
  7. The bidder must submit copy of ESI Registration No.
  8. Copy of Sales Tax registration, Service Tax registration, STCC/TIN & PAN.
  9. The bidder should possess Service Tax registration number or must furnish an undertaking to furnish Service Tax registration number within one month of award of contract.
      NSPCL if so desire may verify the performance of the bidder from their respective clients
2. Two part bidding system shall be followed for the subject package. There shall be three envelopes.

Envelope-1 must contain Earnest Money Deposit (EMD) and be superscribed “EMD/ Original bid security for the work of “__________________________________________”, NIT ref no ____________________ due on date: _______________ from ________________________________________ (Name and Address of bidder).”

  1. Envelope-2 must contain (i) supporting documents for fulfilling qualifying requirements, as mentioned at   above, (ii) technical bid in our original technical bid documents issued. The second envelope must be superscribed as “Technical Bid” for  work “_____________________________________________”, NIT ref no. ____________________ due on date: ____________ from ______________________________ (Name and Address of bidder).”
  2. Envelope-3 must contain price bid duly filled in our original price bid documents issued. The third envelope must be superscribed as “Price Bid” for work “_____________________________________”, NIT ref no. ______________________ due on date: ______________ from _________ ______________________________ (Name and Address of bidder).”
3. (i) All 03 (Three) envelopes must be sealed individually, (ii) these three envelopes must be enclosed & sealed in one envelope, (iii) the envelope containing these three envelopes must be superscribed as “Technical Bid” for work “____________________ ____________________________”, NIT ref no. _____________________  due on date: _______________ from _______________________________________ (Name and Address of bidder).”
4.
Bids shall be received upto 3.00 pm on the scheduled date of opening of technical bid and shall be opened at 3.30 pm in the Contract Services department /NSPCL (C&M), in presence of bidders or their authorised representative who wish to be present.
5.
If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.
6.
First EMD envelope shall be opened. Technical Bids (2nd envelope) of bidders who have submitted EMD in acceptable form to NSPCL shall be opened next. If the bidder qualifies as per the QR and terms and conditions of NIT, their price bid shall be opened on the scheduled date as notified in NIT or on the date to be intimated after evaluation of technical bids.
7.
  1.  
    1. The EMD offered shall, at bidders option, be in the form of (i) A Crossed Demand Draft/Pay Order/Bankers Cheque in favour of “NTPC-SAIL Power Company (P) Ltd.”  payable at “Durgapur” or (ii) an unconditional and irrevocable Bank Guarantee (BG) from any of the banks specified in the bidding documents. EMD SHALL NOT BE ACCEPTED IN ANY OTHER FORM. The format of Bank Guarantee towards bid security shall be in accordance with the ‘Proforma for BG’ included in the bidding documents.
    2. (B.G. as EMD shall only be acceptable if the EMD value exceeds Rs.50,000.00.)
    3. The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested
    4. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.
    5. All eligible SSI units with proper certificates from appropriate authority shall be exempted from payment of Tender Document Fees as well as EMD. upto the monetary limit for which the unit is registered. This shall be subject to submission of a self certified legible copy of valid registration certificate giving details, such as ‘items / services for which registered, validity, monetary limits etc’ in the EMD envelope.
  2. Earnest money deposit (EMD):
8.
    No deviation will be allowed on price basis, period of completion, deduction of security deposit and other statutory deductions. Bids with such deviation shall be considered as non-responsive.
9.
NSPCL takes no responsibility for any loss/delay/non-receipt of tenders sent by post. Offers received late/incomplete are liable for rejection. Sealed bids must be sent at the ‘address for communication’ only.
10.
Notwithstanding anything stated above, NSPCL reserves the right to assess bidder’s capability and capacity to perform the contract, should the circumstance warrant such assessment in overall interest of the owner.
11.
    NSPCL reserves the right to reject or accept any tender without assigning any reasons thereof.
12.
Above details are only indicative. Other detailed terms and conditions shall be as per our tender documents. Interested bidders are advised to visit the site and familiarize themselves with the site conditions.
13.
Parties blacklisted / banned by any NTPC Unit/ NSPCL Unit / Corporate Centre as well as other Public Sector / Government Agencies are NOT eligible to participate.
 

For detailed NIT, please visit at www.ntpctender.com, www.ntpc.co.in, www.nspcl.co.in  or may correspond to Addl. General Manager (C&M) at,                E-mail:amalesh500@gmail.com/ nspcldgp.cm@gmail.com and Phone No. 0343-2549810  to 13 extn. 310 and 0343-2005085 & FAX No.: 0343-2002395