CIN - U74899DL1999PLC098274

Slide 1
Annexure-A

NTPC-SAIL POWER COMPANY (PVT.) LIMITED
(A Joint Venture of NTPC & SAIL)


NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING


NIT.NO.01/11-12 DATED: 04-08-2011
 
NSPCL, Rourkela invites Sealed Bids/ Tenders/ Proposal from eligible Bidders/ Parties for the following packages:

SL. NO.

TENDER NO

                                          DESCRIPTION

01

1009122

Construction of Associate complex at NSPCL, Rourkela

02

1056267

Procurement of Cast Basalt Pipes
03 1109035 Evacuation of settled Ash from Lagoons.

Bid Documents shall be on sale from:  12/08/2011          TO         05 /09/2011

Qualifying Requirements, other terms & Conditions including Cost of Bid Documents, Earnest Money Deposit (EMD) etc. are elaborated in detailed NIT.

For Detailed NIT please visit at www.nspcl.co.in or may contact: Dy General Manager (C&M) on Tel.No.0661- 2111157/2520644, Fax: 0661-2513179.

(Bidders are advised to regularly visit NSPCL’s websites for tender notices)

ADDRESS FOR COMMUNICATION:
Dy General Manager (C & M)
NTPC-SAIL Power Company Pvt Ltd,
CPP-II, Rourkela Steel Plant
Rourkela-769011, Orissa.
Phone .No.0661-2111157/2520644/2500355
Fax No.0661-2513179.
                 

Annexure-B

NTPC-SAIL POWER COMPANY (PVT.) LIMITED
(A Joint Venture of NTPC & SAIL)
CPP-II, Administrative Building
SAIL-RSP COMPLEX, ROURKELA-769011(ORISSA)
Tele Fax – 0661–2513179, Ph. 2520644/2111157
(Contract & Materials Department)

NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING


NIT-. 01/11-12 DATE:  04-08-2011
 

NSPCL invites Sealed Tender for Supply/Works for the Following Items from Reputed Vendors/Contractors:

Sl No

Tender No.

Description

EMD
(In Rs.)

Tender Fee
(In Rs.)

Estimated
 Cost (In Rs.)

Dt.of start of issue of tender documents

Last date of receipt of request for tender documents

01

1009122

Construction of Associate complex at NSPCL, Rourkela

71 000.00

900.00

3539398.30

12.08.2011

05.09.2011

02

1056267

Procurement of Cast Basalt Pipes

88,000.00

1125.00

4395000.00

12.08.2011

05.09.2011

03

1109035

Evacuation of settled Ash from Lagoons.

1152000.00

4500.00

57558600.00

12.08.2011

05.09.2011

QUALIFYING REQUIREMENTS
For Sl. No.01
1.
Average Annual  turnover of the agency in the preceeding three (03) financial years as on the date of bid opening shall not be less than Rs.35.39 Lakhs.
 
(b)
Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the follows:-
 
(i)
Three similar completed works costing not less than the amount equal to Rs.14.16 Lakhs each.
  OR
(ii)
Two similar completed works costing not less than the amount equal to Rs.17.70 Lakhs each.   
  OR
(iii) One similar completed works costing not less than the amount equal to Rs.28.32 Lakhs.
NB:
Similar works means:Civil construction/maintenance works of building, shed, quarters having items of structural fabrication and reinforced cement concrete work. The combined value of structural and RCC works shall not be less than 20% of LOA value as awarded.
 
For Sl. No.02
1.

The agency must have successfully manufactured & supplied cast basalt lined M.S.Pipes in any coal based Thermal Power Plant.

2.
(a)
Average Annual  turnover of the bidder in the preceeding three (03) financial years previous to the date of bid opening shall not be less than Rs.87.90 Lakhs.
(b)
Experience of having successfully manufactured & supplied similar items during last 7 years ending last day of month previous to the one in which applications are invited should be either of the follows:-
(i)
Three similar completed supplies costing not less than the amount equal to Rs.17.58 Lakhs each.
  OR
(ii) Two similar completed supplies costing not less than the amount equal to Rs.21.98 Lakhs each.
  OR
(iii) One similar completed supply costing not less than the amount equal to Rs.35.16 Lakhs.
NB : Similar items means cast basalt lined M.S.pipes.
For Sl. No.03
1.0 The Bidder should meet the qualifying requirements stipulated hereunder as per Clause 1.1. &1.2:
1.1
The Bidder should have experience of having successfully completed similar works within preceding 7 (seven) years reckoned as on the date of bid opening, either of the following:
 
(a)

Three similar completed works costing not less than the amount equal to Rs. 230 Lakh
(Rupees Two hundred Thirty Lakh only).

  OR
(b)

Two similar completed works costing not less than the amount equal to Rs. 288 Lakh.
(Rupees Two hundred Eighty Eight Lakh only).

  OR
(c) One similar completed work costing not less than the amount equal to Rs. 461Lakh.
(Rupees Four hundred Sixty one Lakh only).
1.2 Financial Criteria:
1.2.1
The average annual turnover of the bidder, in the preceding three (03) financial years as on the date of bid opening, shall not be less than INR 864.00 Lakhs( Indian Rupees Eight  Hundred Sixty Four Lakh only).

1.2.2
The net worth of the bidder as on the last day of the preceding financial year shall not be less than 25% of the paid-up share capital.

1.2.3
In case the bidder is not able to furnish its audited financial statements on stand alone entity basis, the un-audited unconsolidated financial statements of the bidder can be considered acceptable provided the Bidder furnishes the following further documents for substantiation of its qualifications.

1.2.3.1
Copies of the un-audited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of the Holding Companies.

1.2.3.2
A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the un-audited unconsolidated financial statements from part of the  Consolidated Annual Report of the Company.

In case where un-audited results for last preceding financial years are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
1.2.4
In case, a Bidder does not satisfy the financial criteria, stipulated at Clause 1.2.1 and /or 1.2.2 above on its own, the Holding Company would be required to meet the stipulated turnover requirements at Clause1.2.1 above, provided that the Net Worth of such Holding Company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the Holding Company. In such an event, the bidder would be required to furnish along with its bid, a letter of undertaking from the holding company, supported by Board Resolution, as per the format enclosed in the bid documents, pleading unconditional and irrevocable financial support for the execution of the contract by the bidder in case of award.

1.2.5
The unutilised line of credit for fund based and non-fund based limits with cash and bank balances including fixed deposits of the Bidder as on a date not earlier than 15 days prior to the date of bid opening, duly certified by the bankers shall not be less than INR 144 Lakh ( Indian Rupees One hundred Forty Four Lakh only). In case certificated from more than one bank are submitted, the certified unutilised limits shall be of the same date from all such banks.

1.2.6
Where another Company of the group acting as the Treasury Centre is responsible for Treasury Management of the Bidder having combined credits/guarantee limit for the whole group, the bidder would be required to provide the Banker’s certificate regarding the unutilised line of credit for fund based and non-fund based limits together with cash and bank balances including fixed deposits available to such Treasury Centres. Further, Treasury Centre shall certify that out of the aforesaid limits certified by the banker’s, the Bidder shall have access to the line of credit of a level not less than the specified amount at Clause 1.2.5 above. In proof of this, the Bidder would be required to furnish along with its bid, a Letter of Undertaking from the Treasury Centre, supported by a resolution passed by the Board  of Directors of the Holding company, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the contract by the bidder in case of award.

1.2.7
In case the Bidder’s unutilised line of credit for fund based and non-fund based limits specified at clause 1.2.5 above is not sufficient, a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case the bidder is awarded the contract, the bank would enhance line of credit for fund based and non-fund based limits to a level not less than the specified amount to the bidder or to the Treasury Management Centre as the case may be, shall be acceptable.

Notes:
i.
The phrase “Similar works” means Evacuation of settled ash from ash ponds or Earth work excavation or Ash dyke construction or Raising of ash dyke or construction of earthen embankment or earthen dam.

ii.
Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but do not include reserves credited out the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss Account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

iii.
Other income shall not be considered for arriving at annual turnover.

iv.
A work completed in the preceding seven (7) years reckoned as on date of bid opening, even if it has been started earlier, will also be considered as meeting the Qualifying Requirements.

Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

GENERAL NOTES:

1.
Tender documents can be obtained from the office of DGM (C&M) ,NSPCL,Rourkela on any working day from the tender sale start date as indicated above. Tender documents will be sold up to 17.00 hours of last date of sale. Request for tender documents must accompany the cost of tender documents (Non-refundable) in the form of DD/ Bankers cheque in favour of NTPC-SAIL Power Company Private Ltd, Rourkela encashable at State Bank of India, Rourkela.

2.
The bids shall be received up to 3.00 PM on due date of bid opening in the office of DGM(C&M) NSPCL, Rourkela and shall be opened at 3.30 PM on the date as stipulated in the tender documents in the presence of those bidders who wish to be present. If the date of opening happens to be a closed holiday, bids shall be received up to 3.00 PM and opened at 3.30 PM on the next working day.

3. Request for tender documents received after the last date of sale of tender documents, due to delay on account of postal/courier service or without requisite amount of tender documents shall not be entertained.

4.
Detailed specifications of job including scope of work/supplies and all terms and conditions of NIT shall be given in the tender documents.

5.
Notwithstanding anything stated above, NSPCL reserves the right to assess bidder’s capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of NSCPL and decision of NSPCL in this regard shall be final.

6.
The bidding documents shall be issued to all bidders upon their depositing the requisite cost of bidding documents along with request letter without prima-facie examination of qualification status. The qualification status shall be examined by the tender committee only during the process of evaluation. However, such issue of tender documents will not automatically mean that bidders are considered qualified.

7. Single stage two envelope bidding system shall be adopted for the subject package.
First envelope shall contain the following which will be considered as technical bid.
(a)
EMD (for all packages).
(b)
Letter of undertaking (for packages at Sl.No.1 & 3 only).
(c)
Supporting documents for fulfilling the qualifying requirements (for all packages).
(d)
Signed and stamped Tender documents, terms & conditions and unpriced bid (for all packages).

 
The second envelop shall contain price bid only duly filled in, signed and stamped. Both technical and price bids shall be submitted before bid submission time and date. Bidder shall clearly indicate on the respective envelopes as TECHNICAL BID ALONG WITH EMD DETAILS and PRICE BID.
8.
For fulfilling the Qualifying requirements, intending bidder shall be required to submit the following documents along with their technical bid.

(a)
EMD in prescribed forms (for all packages).

(b)
Certificate of CA, Audited Profit & Loss Statement shall be accepted in support of Annual turnover (for all packages).

(c)
Copies of work orders/ award letters/purchase order covering awarded value, detailed scope of work/ terms & conditions/ bill of quantities along with proof of execution/ completion certificate as per above qualifying requirement (for all packages). The bidder shall provide the reference list with contact address.

(d)
Independent Provident Fund (PF) Code Number of their establishment registered with the Regional Provident Fund Commissioner (RPFC) for packages at Sl.No.1 & 3 only.

(e)
Firm’s documents like Memorandum & Articles of association/ Partnership/ Proprietorship Deed/ Certificate of Incorporation etc., with latest changes if any (for all packages).

(f)
Income Tax Permanent Account Number (PAN) (for all packages), Sales Tax (for packages at Sl.No.2 only) / Service Tax registration numbers ( for packages at Sl.No.1 & 3 only).

9.
Intending bidders who fulfil the above-stipulated qualifying requirements are advised to visit the site to familiarize themselves with the nature and quantum of work/supplies and site conditions.

10.
Envelop containing Technical Bid be opened first as on Technical Bid Opening date. Price Bids of only those bidders will be opened who meet the criteria of Qualifying Requirements as specified above.

11.
NSPCL shall not be responsible for any loss/ postal delays/ non-receipt of request for tender documents, bids etc sent by postal/courier.

12.
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.

13.
Tender without earnest money deposit (EMD)/ inadequate amount of EMD and not in prescribed form and/or letter of undertaking as applicable are liable to be rejected.

14.
Small-scale industries registered with NSIC/SSIDC (registered in Orissa) shall be exempted from payment of cost of tender documents and Earnest Money Deposit (EMD).

 

Address for communication:

Dy General Manager (C & M)
NTPC-SAIL Power Company Pvt Ltd,
CPP-II, Rourkela Steel Plant
Rourkela-769011, Orissa.

Phone No.0661-2520644, 2111157, 2500355
Fax No. 0661-2513179.