CIN - U74899DL1999PLC098274

Slide 1

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


NNIT-. 03/10-11 DATE: 12-01-11
 

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

Sl No

Tender No.

Description

EMD
(`)

Tender Fee
(`  )

Estimated
Cost (`  )

Dt.of start of issue of tender documents

Last date of receipt of request for tender documents

01

1006046

Design and Engineering,  Supply as per BOM, Installation and Commissioning of SWAS of both units of CPP-II.

99, 000.00

1125

44,34,925.50

24/01/2011

23/02/2011

02

1006047

Supply as per BOM, Erection and Commissioning of Wireless IP based close circuit television (CCTV) systems at CPP-II, NSPCL, Rourkela.

94, 000.00

1125

41,90,682.60

24/01/2011

23/02/2011

03

1006089

Supply, Retrofitting, Erection and Commissioning of Turbo Supervisory Instrument (TSI) System in Both Units of NSPCL, Rkl.

1,25,000.00

1125

55,85,400.00

24/01/2011

23/02/2011

04

1009075

Construction of various sheds inside NSPCL plant premises.

73, 000.00

900

32,68,633. 73

24/01/2011

23/02/2011

05

1009222

Procurement of Mill Gear Box for NSPCL, Rourkela

4,83,000.00

2250

2,41,50,000.00

24/01/2011

23/02/2011

06

1031213

Procurement of New Cartridge for Boiler Feed Pump.

3,72,000.00

2250

1,86,00,000.00

24/01/2011

23/02/2011

07

1056190

Procurement of complete Ash Slurry Pump.

52,000.00

1125

25,93,760. 00

24/01/2011

23/02/2011

QUALIFYING REQUIREMENTS
For Sl. No.01
1.0
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 `49.28 lakhs.
2.0
Vendor must have experience of having successfully executed similar works during last 7 years ending last day of month   Previous to the one in which applications are invited should be at least either of the following:-
 
(i)
Three similar completed works costing not less than the amount equal to `19.71 lakhs each.
(ii)
Two similar completed works costing not less than the amount equal to `24.64 lakhs each.
(iii)
One similar completed work costing not less than the amount equal to `39.43 lakhs.
3.0
At least one similar work execute by the vendor must have been in satisfactory operation for at least one year as on the last day of month previous to the one in which applications are invited.
NB :
Similar works means the agency should have successfully executed the Design, Engineering, Supply, Erection and Commissioning of System Water Analysis System (SWAS) of at least six streams in Thermal Power Plant of 60 MW or higher unit capacity.
 
For Sl. No.02
1.0

The agency must have successfully executed supply, erection and commissioning of at least one no IP based wireless CC TV system during last 07 years ending last day of month previous to one in which applications are invited.

2.0
(a)
Average Annual Financial turnover during the last 3years, ending 31st March of the previous financial year should be at least ` 46.6 lakhs.
(b)
Experience of having successfully executed similar work during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:-
(i)
Three similar works costing not less than the amount equal to ` 18.64 Lakhs each. 
 
(ii) Two similar works costing not less than the amount equal to `23.29 Lakhs each.
(iii) One similar work costing not less than the amount equal to ` 37.25 Lakhs.
NB :

similar work means supply, erection and Commissioning of   IP based wireless CCTV system.

 
For Sl. No.03
1.0

Average Annual Financial turnover during three years, ending  31st March of the previous financial year should be at least ` 64.38 lakhs

2.0

Experience of having successfully completed similar work 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 `  25.30 Lakhs each. 
   
(ii)

Two similar completed works costing not less than the amount equal to ` 31.70 Lakhs each.

   
(iii)
One similar completed work costing not less than the amount equal to `  50.60 Lakhs.
NB:
(a)
The phrase “similar work” means agency should have successfully executed the Supply, Retrofitting, Erection and Commissioning of at least one number of Turbo Supervisory Instrument (TSI) System in the Thermal Power Plant of 60 MW or higher capacity.
(b)

Out of completed works as mentioned above means at least one such work must have been in satisfactory operation for at least one year.

 
For Sl. No.04
1.0

Average Annual financial turnover during the last Three (3) years, ending 31st March of previous financial year should be at least ` 24.21 Lakhs.

2.0

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 ` 14.53 Lakhs each.
  OR
(ii)

Two similar completed works costing not less than ` 18.16 Lakhs each.

  OR
(iii)
One similar completed work costing not less than ` 29.06 Lakhs.
NB: “Similar work” means any civil works involving construction of Building/ Sheds/ Flats. The schedule of Items (Bill of Quantity) must have items of RCC (Reinforcement Cement Concrete), Structural fabrication works of composite value not less than 10% of value of work as awarded.
 
For Sl. No.05
1.0

The Bidder should have experience in Manufacture and Supply of Gear Boxes of minimum capacity of 400 KW which may be suitable for Coal Mills.

  OR
2.0

The Bidder should be an authorized dealer of a manufacturer who qualify as per clause 1 given above.

3.0 The Bidder must have experience in completing similar order successfully within preceding Seven (7) years  as on date of bid opening and they have to submit any one of the following documents.
 
(i)
Single order having value not less than ` 194 Lakhs.
   
(ii)

Two orders, each having value not less than ` 121 Lakhs.

   
(iii)
Three orders, each having value not less than ` 97 Lakhs.
4.0 The average annual turnover of the bidder in the preceding three (3) financial years as on the date of bid opening shall not be less than ` 323 Lakhs.
NB: The phrase “similar order” means Manufacturing/ Supply of   Gear Boxes of minimum capacity of 400 KW which may be suitable for Coal Mills.
 
For Sl. No.06
1.0

Vendor must have manufactured and supplied at least one no. of complete new Cartridge assembly for  multistage Boiler Feed Pump of Capacity 340 m3/ hr or above and head above 1375 meters and the same must have been in satisfactory service for at least one year as on date of NIT.

2.0

The average annual turnover of the bidder, in the preceding three (03) financial year as on the date of Bid  Opening, shall not be less than INR ` 372 Lakhs (Rupees Three Hundred Seventy Two Lakhs Only).

3.0 Experience of having successfully 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 ` 74.40 Lakhs each.
   
(ii)

Two similar completed “supplies”  costing not less than the amount equal to ` 93 Lakhs each.

   
(iii)
One similar completed “supplies”  costing not less than the amount equal to ` 148.80 Lakhs.
NB:
“Supplies” means manufacturing and supply of at least one no. of complete new Cartridge assembly for multistage Boiler Feed Pump of Capacity 340 m3/ hr or above and head above 1375 meters.
 
For Sl. No.07
1.0

Vendor must have manufactured and supplied Ash Slurry Handling Pump of minimum capacity 300 m3/ hr and head of 61 mwc .

2.0

The average annual turnover of the bidder, in the preceding three (03) financial year as on the date of Bid  Opening, shall not be less than INR ` 51.88 (Rupees Fifty One lakhs & Eighty Eight thousand Only).

3.0
Experience of having successfully 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 ` 10.38 Lakhs each.
   
(ii)

Two similar completed “supplies”  costing not less than the amount equal to ` 12.97 Lakhs each.

   
(iii)
One similar completed “supplies”  costing not less than the amount equal to ` 20.76 Lakhs.
NB:
“Supplies” means manufacturing and supply of Ash Slurry Handling Pump of minimum capacity 300 m3/ hr and head of 61 mwc.
 

GENERAL NOTES: (COMMON FOR ALL PACKAGES)

1.0
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.
2.0
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 on the next working day.
3.0 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.

4.0
Detailed specifications of job including scope of work/supplies and all terms and conditions of NIT shall be given in the tender documents.

5.0
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.

6.0
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.

7.0 Single stage two envelope bidding system shall be adopted for the subject package.
First envelope shall contain the following
(a)
EMD (for all packages)
(b)
Letter of undertaking (for packages at Sl.No.1, 2, 3& 4 only).
(c)
Supporting documents for fulfilling the qualifying requirements (for all packages).
(d)
PF registration certificate copy (for packages at Sl.No.1, 2, 3& 4 only), Signed and stamped Tender documents, terms & conditions and unpriced bid (for all packages) which shall be considered as Technical Bid.

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.

8.0
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 Orders 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, 2, 3 & 4 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 all packages) / Service Tax registration numbers ( for packages at Sl.No.1, 2,3 & 4only).

9.0
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.

10.0
Envelope containing Technical Bid, EMD, letter of Undertaking (for packages at Sl.No.1, 2, 3 & 4 only) and supporting documents for fulfilling the Qualifying Requirements will 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.

11.0
NSPCL shall not be responsible for any loss/ postal delays/ non-receipt of request for tender documents, bids etc sent by postal/courier.

12.0
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

13.0
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.

14.0
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- 2500355, 2111157, 2520644
Fax No. 0661-2513179.