CIN - U74899DL1999PLC098274

Slide 1
Annexure-A

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


INVITATION TO BID/NOTICE INVITING TENDERS
(DOMESTIC COMPETITIVE BIDDING


NIT.NO.01/12-13 DATE: 17-09-2012
 
NSPCL, Rourkela invites Sealed Tender for Supply/Works for the following Works/Items from reputed Contractors/ Vendors:

Sl. No.

Tender  No

Description

01

1209067

Evacuation of Settled Ash from the Lagoons of NSPCL, Rourkela for 6.0 Lacs Cum.

02

1209069

Construction of reclaim Hopper shed & new coal sample preparation room.

03

1208014

Supply & commissioning of Vacuum Circuit Breaker.

04

1208068

Biennial rate contract for Rewinding & repairing of HT Motors.

05

1244140

Procurement of Coal Burner Housing.

06 1244139

Procurement of Economiser Top Bank Coils (2 sets).


Bid Documents shall be on sale from: 27.09.2012 to 20.10.2012

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: Addl. 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:
Addl. General Manager (C & M),
NTPC-SAIL Power Company Pvt Ltd,
CPP-II, Administrative building, SAIL-RSP Complex,
Rourkela-769011, Odisha.

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.NO.01/12-13 DATE: 17-09-2012
 

NSPCL, Rourkela invites Sealed Tender for Works/Supply for the following Works/Items from reputed Contractors/Vendors for CPP-II (2×60 MW) plant:


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

1209067

Evacuation of Settled Ash from the Lagoons of NSPCL, Rourkela for 6.0 Lacs Cum.

11,09,000.00

5,54,20,000.00

27.09.2012

20.10.2012

06.11.2012

4500.00

02

1209069

Construction of reclaim Hopper shed & new coal sample preparation room.

67,000.00

33,35,926.75

27.09.2012

20.10.2012

09.11.2012

900.00

03

1208014

Supply & commissioning
of Vacuum Circuit Breaker.

2,45,000.00

1,22,16,600.00

27.09.2012

20.10.2012

09.11.2012

2250.00

04

1208068

Biennial rate contract for Rewinding & repairing of HT Motors.

1,24,000.00

61,64,930.00

27.09.2012

20.10.2012

16.11.2012

1125.00

05

 

1244140

Procurement of Coal Burner Housing.

 

56,000.00

27,84,000.00

27.09.2012

20.10.2012

09.11.2012

1125.00

06

1244139

Procurement of Economiser Top Bank Coils(2 sets)

1,73,000.00

86,35,608.00

27.09.2012

20.10.2012

09.11.2012

1125.00

 

QUALIFYING REQUIREMENTS:The bidders should meet the following requirements:

For Sl. No.01: Evacuation of Settled Ash from the Lagoons of NSPCL, Rourkela for 6.0 Lacs Cum (Tender No: 1209067).

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. 222 Lakh                           
 (Rupees Two Hundred Twenty Two Lakh only).

  OR
(b)

Two similar completed works costing not less than the amount equal to Rs. 277 Lakh.
(Rupees Two Hundred Seventy-Seven Lakh only).

  OR
(c)
One similar completed work costing not less than the amount equal to Rs. 443 Lakh.
(Rupees Four Hundred Forty Three 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 831.00 Lakhs (Indian Rupees Eight  Hundred Thirty one 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 form part of the Consolidated Annual Report of the Company.

In case where 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 unutilized 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 139 Lakh ( Indian Rupees One hundred Thirty Nine Lakh only). In case certificates from more than one bank are submitted, the certified unutilized 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 unutilized 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 unutilized 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.

For Sl. No.02: Construction of reclaim Hopper shed & new coal sample preparation room (Tender No: 1209069).

1.
(a)    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 Rs.40.03 Lakhs.
(b)   Bidder must have successfully completed similar works during last 7 years as on the date of bid opening either of the following:
 
(i)
Three similar completed works costing not less than the amount equal to Rs.13.34 Lakhs each.
  OR
(ii)
Two similar completed works costing not less than the amount equal to Rs.16.68 Lakhs each.
  OR
(iii)
One similar completed work costing not less than the amount equal to Rs.26.69 Lakhs.
NB:
1.

Similar completed works means: Civil construction/maintenance works of buildings, 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.

2.
For QR No.1 (a), the bidder shall submit the Audited Balance Sheet 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 practicising Chartered Accountant shall also be considered acceptable. Other income shall not be considered for arriving annual turnover.
3.
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/ work bill along with copy of LOA.

For Sl. No.03: Supply & commissioning of Vacuum Circuit Breaker (Tender No: 1208014)

1.
The bidder shall have designed, manufactured, supplied, erected/retrofitted type tested and commissioned Vacuum Circuit Breakers of 6.6KV or 11KV, 1250/1600 Amps  or above Indoor type .
2.
(a)
Average Annual turnover of the agency in the preceding three (03) financial years as on the date of bid opening shall not be less than Rs.61 Lakhs.
(b)

Experience of having successfully completed similar works during last seven years as on the date of bid opening either of the following:


(i)
Three similar completed works costing not less than the amount equal to Rs.48.87 Lakhs each
  OR
(ii)

Two similar completed works costing not less than the amount equal to Rs.61.08 Lakhs each

  OR
(iii)
One similar completed work costing not less than the amount equal to Rs.97.73 Lakhs.
NB:
1.
Similar completed works means: Designed, manufacturing, supply, erection/ retrofitting, commissioning of 6.6KV or 11KV, 1250/1600 Amps or above Indoor type Vacuum Circuit Breakers.
2.
For QR No.2 (a), the bidder shall submit the Audited Balance Sheet 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 practicising Chartered Accountant shall also be considered acceptable. Other income shall not be considered for arriving annual turnover.
3.
For QR number 2(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/works bills along with the LOA copy/supply bill/invoice along with PO copy
 

For Sl. No.04: Biennial rate contract for Rewinding & repairing of HT Motors (Tender No: 1208068).

1.
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 Rs.30.82 Lakhs.

2.
The party should have successfully completed rewinding and repairing of HT Motors of 6.6KV or higher rating in the last three years, which should be in satisfactory operation.

3. Experience of having successfully completed rewinding and repairing of HT Motors of 6.6KV or higher during last seven years as on the date of bid opening either of the following:
 
(i)
Three completed works costing not less than the amount equal to Rs.24.66 Lakhs each.
  OR
(ii)
Two completed works costing not less than the amount equal to Rs.30.82 Lakhs each.
  OR
(iii)
One completed work costing not less than the amount equal to Rs.49.32 Lakhs.
4.
The bidder must have all testing facilities and other facilities for motor trial run (no load) and performance    checking at 6.6KV level or reduced voltage level at full speed for eight(08) hours, observation/recording of parameters related to heat run and vibration analysis. A declaration listing the testing and other facilities possessed by the party and self attested copy(s) of report(s) of trial testing and performance checking of any similar repaired motor(s) must be submitted by the party.
5.
The bidder must submit written declaration with proof of possession of following plant & machinery and  testing instruments in their repair workshop for participating in this enquiry:-
  Plant & Machinery:-
    • Dynamic balancing machine up to ten (10) ton capacity.
    • High frequency induction soldering/brazing machine.
    • Hydraulic coil moulding machine.
    • Hydraulic/Pneumatic pressing machine for stator core lamination.
    • Welding machine of adequate capacity 300amp and above.
  Testing Instruments:
    •  Fifteen (15) KV surge tester
    • Ten Delta and capacitance measurement meter.
    • Digital micro-ohm meter.
    • Winding Impendence Meter.
    • AC high voltage tester above 20KV and 250 milli-amperes.
    • 5KV/10KV high voltage digital megger.
    • Leakage current test up to 16KV D.C.
NB:  
1.
Completed works means: Rewinding and repairing of HT Motors of 6.6KV or higher capacity works completed.

2.
For QR No.1, the bidder shall submit the Audited Balance Sheet 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 practicising Chartered Accountant shall also be considered acceptable. Other income shall not be considered for arriving annual turnover.

3.
For Qr .No.2 Bidder must submit completion certificate from client/works bill along with LOA copy/supply invoice along with PO copy and satisfactory operation certificate from client for repairing & rewinding of HT Motors of 6.6KV or higher rating.

4.
For QR number 3, 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/ works bill along with copy of LOA.

For Sl. No.05: Procurement of Coal Burner Housing (Tender No: 1244140).

1.
Bidder must have successfully carried out fabrication and supply job of New Coal Burner Housing or Complete Coal Burner assembly used in Coal Based Thermal Power Plant or any Piping Conduit used for handling abrasive media having complex geometry during last 07 years as on the date of bid opening.
2.
(a)
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 Rs.55.7 Lakhs.
(b)
Bidder must have successfully completed similar supplies during last 7 years as on the date of bid opening either of the following:-

(i)
Three similar completed supplies costing not less than the amount equal to Rs.11.14 Lakhs each.
  OR
(i)
Two similar completed supplies costing not less than the amount equal to Rs.13.92 Lakhs each.
  OR
(iii)
One similar completed supply costing not less than the amount equal to Rs.22.27 Lakhs.
NB:  
1.
For QR No.2 (a), the bidder shall submit the Audited Balance Sheet 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 practicising Chartered Accountant shall also be considered acceptable. Other income shall not be considered for arriving annual turnover.

2.
Similar items means Coal Burner Housing or complete Coal Burner Assembly used in Coal Based Thermal Power Plant or any piping conduit used for handling abrasive media having complex geometry.

3.
For QR No.2(b), the bidder must submit documentary evidence in support of meeting the QR like copy of supply completion certificate from the client/ Store receipt voucher/ protocol jointly signed by purchaser and supplier/ supply invoice along with purchase order / LOA copy etc.
 

For Sl. No.06: Procurement of Economiser Top Bank Coils (2 sets) (Tender No: 1244139).

1.
Bidder must have successfully manufactured & supplied Economizer / Super heater bank coils of thermal power plant of unit Capacity 60MW and above as  on the date of bid opening.
2.
Bidder must be having IBR approval for manufacturing of Boiler Pressure Parts covering tube coils with working pressure 116kg/cm2 and above.
3.
(a)
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 Rs.259.07 Lakhs.
(b)
Bidder must have successfully completed similar supplies during last 7 years as on the date of bid opening either of the following:-

(i)
Three similar completed supplies costing not less than the amount equal to Rs.34.54 Lakhs each.
  OR
(ii)
Two similar completed supplies costing not less than the amount equal to Rs.43.18 Lakhs each.
  OR
(iii)
One similar completed supply costing not less than the amount equal to Rs.69.08 Lakhs.
NB:  
1.
For QR No.3 (a), the bidder shall submit the Audited Balance Sheet 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 practicising Chartered Accountant shall also be considered acceptable. Other income shall not be considered for arriving annual turnover.

2.
Similar supplies means Economizer Banks Coils / Super heater Bank Coils.

3.
For QR No.3(b), the bidder must submit documentary evidence in support of meeting the QR like copy of supply completion certificate from the client/ Store receipt voucher/ protocol jointly signed by purchaser and supplier/ supply invoice along with purchase order/LOA etc.
 

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 AGM(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 packages at sl. No-1, 2, 3 & 4 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 packages at 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), Sales Tax registration numbers (for packages at sl.No.5 & 6 only)/ Service Tax registration numbers (for packages at sl. No-1, 2 ,3 & 4 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 packages at 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:

Addl. General Manager (C & M),
NTPC-SAIL Power Company Pvt. Ltd,
CPP-II, Administrative Building, SAIL-RSP Complex,
Rourkela-769011, Odisha.
Phone .No.0661-2520644, 2111157, 2500355.
Fax No.0661-2513179.