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 / 02 / 2013 Date. 20.06.2013
 

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 of Tender Paper.

Last date of  Sale of Tender Document

BOD of Technical Bid

PUR/ 120278

Grinding Ball & Grinding Rings for Ball & Race Mill

 
342.90

 
7,62,000/-

Rs.2250/-
20.07.2013

20.07.2013

19.08.2013

PUR/ 130058

Design, Manufacture & Supply of Hot Air Dampers & Plate Dampers with actuators for 2 x 60 MW Boiler

 
68.36

 
1,52,000/-

Rs.1125/-
20.07.2013

 
20.07.2013


21.08.2013

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 )
 
Qualifying Requirements
Package  Name :
Design, Manufacture & Supply of Hot Air Dampers & Plate Dampers with actuators for 2 x 60 MW Boiler
Package No.   :
PUR-130058
Completion Period :
06 Months
1. FINANCIAL CRITERIA:

Turnover:The average annual turnover of the bidder, in the preceding three (3) financial years as on date of bid  opening, shall not be less than Rs.  152 Lacs (Rupees   One hundred fifty two lacs only).

2.0

TECHNICAL CRITERIA:

2.1
The bidder should have designed, manufactured and supplied Dampers/ gates for Boiler of capacity 60 MW or above during the preceding seven (7) years reckoned as on date of bid opening.
2.2
The bidder should have executed similar contract (s) / order(s) as per following during last seven (7) years reckoned as on date of bid opening.
a
Single order/ contract of value at least Rs.  60.76  Lacs
  OR
b
Two orders/ contract of value at least Rs.   37.98  Lacs each
  OR
c
Three orders/ contract of value at least Rs.   30.38   Lacs each
   

Notes :

1.
Other income shall not be considered for arriving at annual turnover.
2.
The  word “executed” means that the bidder should have achieved the progress specified in the QR para 2 even if total  contract/ order is not completed / closed. The same shall be supported by documentary evidence issued by the owner/employer such as  completion certificate / joint protocol/ Store Receipt Voucher etc.
3.

Similar Work means the bidder should have designed, manufactured and supplied Dampers/ gates for Boiler of capacity 60 MW or above. Relevant copy of PO/ Work Order should be submitted by the bidder as a proof of documentary evidence

4.

In case where audited results for the last preceding financial years are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

5.

Necessary documentary evidence in support of the above criteria of QR to be furnished by the bidder.

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.

A)
(i) Award letter / Work Order with bill of quantities (ii) proof of value of work executed as mentioned at (B) below
B)
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.
C)
Audited balance sheet and profit & loss account of preceding three (3) financial years as on  date of bid opening
D)
Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of association etc with latest changes, if any.
E)
Copy of Power of Attorney of Authorized Signatory (if applicable)
F)
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.
G)
The bidder must submit copy of ESI Registration No.
H)
Copy of Sales Tax registration, Service Tax registration, STCC/TIN & PAN.
I)
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).”

A)
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).”
B)
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 Earnest money deposit (EMD):
A)
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
B)
(B.G. as EMD shall only be acceptable if the EMD value exceeds Rs.50,000.00.)
C)
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
D) 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.
E)
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.
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.