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.02/11-12 DATE: 07-03-2012
 
NSPCL, Rourkela invites Sealed Tender for Supply/Works for the following Works/Items from reputed Contractors/ Vendors:

Sl. No.

Tender  No

Description

01

1109047

Providing & fixing chain link fencing in Quarters of NSPCL employees.

02

1109124

Miscellaneous civil maintenance work in CPP-II, Rourkela.

03

1116123

Supply, installation & commissioning of 4 nos of ambient air quality monitoring station and weather monitoring station with central data acquisition.

04

1144241

Procurement of Grinding Elements (Balls & Rings) of Coal Mill.


Bid Documents shall be on sale from: 20.03.2012 to 10.04.2012

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. 2520644/2111157, 2500355, 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,
DISTRICT: SUNDERGARH (ODISHA)
Ph. 2520644/2111157, 2500355, Fax – 0661–2513179
(Contract & Materials Department)


NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING


NIT- 02/11-12 DATE:  07-03-2012
 

NSPCL, Rourkela invites Sealed Tender for Supply/Works for the following Works/Items from reputed Contractors/ Vendors:

Sl No

Tender No.

Description

EMD
(In Rs.)

Estimated
Cost (In Rs.)

Sale of Tender documents

Date of technical bid opening

Tender Fee
(In Rs.)

Start

Closing

01

1109047

Providing & fixing chain link fencing in Quarters of NSPCL employees.

1,07,000.00

53,06,250.50

20.03.2012

10.04.2012

04.05.2012

1,125.00

02

1109124

Miscellaneous civil maintenance work in CPP-II, Rourkela.

94,000.00

46,54,764.00

20.03.2012

10.04.2012

04.05.2012

900.00

03

1116123

Supply, installation & commissioning of 4 nos of ambient air quality monitoring station and weather monitoring station with central data acquisition.

2,69,000.00

1,34,05,240.00

20.03.2012

10.04.2012

08.05.2012

2,250.00

04

1144241

Procurement of Grinding Elements (Balls & Rings) of Coal Mill.

6,60,000.00

329,67,000.00

20.03.2012

10.04.2012

08.05.2012

2,250.00

 

QUALIFYING REQUIREMENTS:The bidders should meet the following requirements:

For Sl. No.01 (Tender No: 1109047)

a)
The 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.53.06 Lakhs.
b)
The bidders should have experience of having successfully executed similar works during last 7(seven) years as on the date of bid opening, either of the following:-
 
(i)
Three similar executed works costing not less than the amount equal to Rs.21.23 Lakhs each.   
  OR
(ii)
Two similar executed works costing not less than the amount equal to Rs.26.53 Lakhs each
  OR
(iii)
One similar executed works costing not less than the amount equal to Rs.42.45 Lakhs.
Notes:
1.
Similar works means: Any structural steel works which includes channel, angles, I section, beam, plates, bolts/welding fixing etc. Any civil construction work having one item of chain link fencing, barbed wire fencing & PCC etc.
2.
(a) The work Executed means that the bidder should have achieved the progress specified in the QR even if the total contract is not completed/closed. The same shall be supported by documentary evidence issued by the owner.
 

(b) For QR number 1(b), bidder must submit documentary evidence in support of meeting QR like copy of works completion certificate from the client /last running bill / measurement book of last bill paid / protocol jointly signed by owner and contractor.

 

For Sl. No.02 (Tender No: 1109124)

1.
(a)    The 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.46.55 Lakhs.
(b)   The bidders should have experience of having successfully executed similar works during last 7(seven) years as on the date of bid opening, either of the following:-
 
(i)
Three similar executed works costing not less than the amount equal to Rs.18.62 Lakhs each.   
  OR
(ii)
Two similar executed works costing not less than the amount equal to Rs.23.27 Lakhs each.                                              
  OR
(iii)
One similar executed works costing not less than the amount equal to Rs.37.24 Lakhs.
NB:
1.

Similar works means: Civil Maintenance works of plants or townships or residential quarters or Civil Construction works of buildings, sheds, quarters.

2.
(a)
The work Executed means that the bidder should have achieved the progress specified in the QR even if the total contract is not completed/closed. The same shall be supported by documentary evidence issued by the owner.
 

(b)

For QR number 1(b) bidder must submit documentary evidence in support of meeting QR like copy of works completion certificate from the client /last running bill / measurement book of last bill paid / protocol jointly signed by owner and contractor.

             

For Sl. No.03 (Tender No: 1116123)

1.
Bidder should have manufactured, supplied and installed and commissioned at least two nos. of AAQMS stations consisting of all the four types of analyzers with specific requirements indicated below, in last Seven (7) years, as on the date of bid opening. The supplied system must be in operation for at least one year.
 

 

Type of Analyser

Working principle

Minimum detection limit

A

SO2

UV Fluorescence

1 PPB

B

NOx

Chemiluminescence

1PPB

C

Dust Monitor

Beta Attenuation

2 Micrograms/M3

D

CO Analyser

NDIR

0.1 ppm

2.

The average annual turnover of the bidder in the preceeding three financial years as on the date of bid opening shall not be less than Rs.2.69Crores.

3. Experience of having successfully completed similar works during last 07 years as on the date of bid opening, either of the following:
 
(i)
Three works each consisting of value not less than Rs.53.62 lakhs
  OR
(ii)
Two works each consisting of value not less than Rs.67.03 lakhs
  OR
(iiI)
One work of value not less than Rs.107.25 lakhs
4. The bidder who does not meet condition 1 & 3 can also participate provided he meets the following
 
A.
The bidders is authorized dealer or 100% subsidiary of the manufacturer who meets the condition 1 & 3.
B. Authorization certificate from manufacturer for participation in bidding and undertaking on non judicial stamp paper (Rs.200/-) for support during commissioning, installation, warranty and AMC period.
 

Similar work means: Supply, Installation & Commissioning of AAQMS consisting any two of SO2, NOx, CO2, CO, Dust Monitor and including metrological data monitoring system.

 

For Sl. No.04 (Tender No: 1144241)

1.0
Average Annual Turnover of the bidder in the preceding three (3) financials years from the date of bid opening shall not be less than Rs.659 lakh.
2.0
The bidder should have successfully executed  ,during preceding two years (2) from the date of bid opening ,the Supply of Grinding Balls & Grinding Rings for Coal Mills to a power utility having generation capacity of atleast 2 x 60 MW as per the following.
 
(i)
Single supply order having value not less than Rs.264 Lakh.
  OR
(ii)
Two supply orders having value not less than Rs.165 Lakh each
  OR
(iii)
Three supply orders having value not less than Rs.132 Lakh each
3.0
The bidder must have supplied at least 2 sets of griding balls & grinding rings manufactured from the materials offered by the bidder in his bid which have satisfactorily run, in coal mill of any power utility having generation capacity of at least 2 x 60 MW.
Notes:  
I.
For QR no.1.0, the bidder shall submit the Audited Balance sheets and Profit & Loss account for the specified period. In case where audited results for the last preceding FY are not available, certificate of financial statements from a practicing chartered accountant shall also be considered acceptable. Other income shall not be considered for arriving at annual turnover.
II.
For QR No.2.0, the bidder must submit documentary evidence in support of meeting the QR like copy of supply completion certificate from the client /Stores Receipt Voucher (SRV) /protocol jointly signed by purchaser & supplier, Purchase Order towards satisfactory completion of supply. The word `executed` shall mean the value mentioned in the QR for supply completed even if the total purchase order (s) is not completed /closed.
III.
For QR No.3.0, the bidder must submit a certificate of satisfactory running of set of griding balls & grinding rings from the client to whom they have supplied the same .Both the top and bottom rings along with the balls are to be construed as one (1) set.
 

GENERAL NOTES: (COMMON FOR ALL PACKAGES):

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 on 3.30 PM on the dates as stipulated above 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. 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/ supply 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 NSPCL 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
(a)
EMD,
(b)
letter of undertaking (for sl. No-1, 2 & 3 only)
(c)
Supporting documents for fulfilling the qualifying requirements.
(d)
Signed and stamped tender documents, terms  & conditions and un-priced bid which shall be considered as technical bid &
(e) Second envelop shall contain price bid only duly filled in, signed and stamped.  
(f) 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.
(b)
Certificate of CA, Audited Profit & Loss Statement, Income Tax Certificate shall be accepted in support of Annual turnover.
(c)
copies of work orders/ award letters covering awarded value, detailed scope of work/ terms & conditions/ bill of quantities along with proof of execution/ completion certificate as per above qualifying requirement. 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 sl. No-1, 2 & 3 only)
(e)
Firm’s documents like Memorandum & Articles of association/ Partnership/ Proprietorship Deed/ Certificate of Incorporation etc., with latest changes if any.
(f) Income Tax Permanent Account Number (PAN), Service Tax registration numbers (for sl. No-1, 2 & 3 only).
(g)
Vendor should submit Independent Employees State Insurance Corporation (ESIC) code number of their establishment (17 digit code).  If the same is not applicable documentary evidence for the same should be submitted along with bid. (for sl. No-1, 2 & 3 only)

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

10.
Envelop containing Technical Bid, EMD 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.
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 are liable to be rejected.

14.
Small-Scale Industries registered with NSIC/SSIDC (registered in Odisha) 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, Odisha

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