CIN - U74899DL1999PLC098274

Slide 1

SECTION - I
INVITATION FOR BIDS (IFB)
 
DETAILED INVITATION FOR BIDS
NTPC – SAIL POWER COMPANY PVT. LTD.
(A Joint Venture of NTPC & SAIL)

CORPORATE CONTRACTS & MATERIALS, NEW DELHI
INVITATION FOR BIDS


For Equipment Supply cum Installation Package for 6 Nos. Variable Frequency Drive (VFD) for 4 Nos. ID Fans and 2 Nos. CEPs of Bhilai Expansion Power Project (2 X 250 MW) at Bhilai in Chattisgarh.

                                                          (DOMESTIC COMPETITIVE BIDDING)


 
IFB No.: CC&M-231-C-210 Date of Issue: 25.04.2012
 
1.0
NTPC-SAIL Power Company Private Limited (NSPCL) invites sealed bids from eligible bidders on Single Stage – Two Part Bidding basis for Equipment Supply cum Erection Package for 6 Nos. Variable Frequency Drive (VFD) for 4 Nos. ID Fans and 2 Nos. CEPs of Bhilai Expansion Power Project (2 X 250 MW) situated at Bhilai, Distt. Durg, in the State of Chattisgarh, India, as per the Scope of Work mentioned hereinafter.
1.1
The brief Scope of the work is as under:

NSPCL intends to reduce auxiliary power consumption (APC) of its operating units (2X250 MW) by installing variable frequency drives (VFD) for ID fans and CEPs which are supplied from 6.6kV Unit switchgears of the plant. It is intended for Design, Engineering, Manufacturing, Supply, Construction, Erection, Testing & Commissioning of VFDs for existing ID fan & Condensate Extraction Pump(CEP) of Bhilai Expansion Power Plant (2X250 MW). This package shall be on the basis of a single point responsibility, completely covering the following activities and services in respect of all the equipments of VFD System for existing ID fan & CEP.


a)
Detailed design of all the equipments and systems.
b)
Providing engineering drawings, data, operation and maintenance manuals, etc.
c)
Compliance with statutory requirements and obtaining clearances from statutory authorities, wherever required.
d)
Complete manufacturing including shop testing/type testing.
e)
Packing and transportation from the manufacturer's works to the site including customs clearance / port clearance, port charges, if any.
f)
Receipt, storage, preservation, handling and conservation of the equipment at site.
g)
Fabrication, pre-assembly (if any), erection, testing, retrofitting, commissioning and completion of facilities including putting into satisfactory operation of all the equipments and successful completion of initial operation;
h)
Reliability tests and guarantee tests after successful completion of facilities.
i)
Furnishing of spares on FOR site basis.
j)
Reconciliation with customs authorities, in case of Foreign Contractors.
k)
Satisfactory completion of the contract.
 
3.0
NSPCL intends to finance this Package through domestic funding and own resources.
 
BHILAI EXPANSION POWER PROJECT (2x250 MW)
EQUIPMENT SUPPLY CUM ERECTION PACKAGE FOR 6 NOS.
VARIABLE FREQUENCY DRIVE (VFD) FOR 4 NOS. ID FANS
AND 2 NOS. CEPS .
BID DOCUMENT NO
CC&M-231-C-210
SECTION - I (INB)
SECTION - I (INB)
Page 1 of 6
DETAILED INVITATION FOR BIDS
4.0 Detailed specification and scope are given in the bidding documents, which are available for examination and sale at the address given below and as per the following schedule / detail:
 
NIT No. CC&M-231-C-210
NIT Date 25.04.2012
Document No CC&M-231-C-210
Document Sale Commencement Date & Time 25.04.2012 10:00:00
Document Sale Close Date & Time 25.05.2012 17:00:00
Source of IFB/NIT NSPCL Corporate Office
Contract Classification Equipment Supply & Erection
Last Date and Time for Bid submission 30.05.2012 14:30:00
Technical Bid Opening Date & Time 30.05.2012 15:00:00
Price Bid Opening Date & Time To be communicated later
Cost of Bidding Documents in INR 4,500.00
Bid Security / EMD in INR 17,23,000/-
Funding Source ECB/Internal Resources

5.0
All bids must be accompanied by Bid Security for an amount of 17,23,000/- (Rupees Seventeen Lac Twenty Three Thousand only) in the form as stipulated in the Bidding Documents. Bids not accompanied by the requisite Bid Security in a separate sealed envelope or bids accompanied by Bid Security of inadequate value shall not be entertained and in such cases, bids shall be returned to the bidders without being opened.

6.0 In addition to the requirements stipulated under ITB Sub-clause 8.5.1 (i) (c), the bidder should also meet Qualification Requirements stipulated herein under.
 
QR
No.
Qualifying Requirement
1.0
The bidder should have designed, engineered, manufactured, type tested or got type tested, supplied and commissioned or supervised commissioning of at least one (1) number of VFD system (of the type offered) for feeding squirrel cage induction motor / synchronous motor of 1250 kW or above rating, which is in successful operation for a period of at least one (1) year as on date of bid opening.

 
OR
1.1

a) The bidder should have supplied and commissioned / supervised commissioning of at least one (1) number of VFD system suitable for feeding squirrel cage induction motor / synchronous motor of 1250 kW or above rating in India, which is in successful operation for a period of at least one (1) year as
on the date of bid opening.

b) The bidder shall source VFD system from a party who fully meets the requirements mentioned under clause 1.0 above. This source shall not be allowed to be changed afterwards.

2.0
The bidder should have also supplied and commissioned or supervised commissioning of at least one (1) number of VFD system as a retrofit for feeding squirrel cage induction motor of 400 kW or above rating, which is in successful operation for a period of at least one (1) year as on the date of bid opening.

3.0
Financial Criteria :
3.1
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 Rs. 11.49 Cr (Rupees Eleven Crore Forty Nine Lakh only).

3.2
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.

3.3
In case the Bidder is not able to furnish its audited financial statements on standalone 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 qualification.

(a) Copies of the un-audited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of the Holding Company.

(b) A Certificate from the CEO / CFO of the Holding Company, as per the format enclosed in the bid ocuments, stating that the un-audited unconsolidated financial statements form part of the Consolidated Annual Report of the company. In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

3.4
In case, a Bidder does not satisfy the financial criteria, regarding Annual Average Turnover and Net Worth stipulated at Clause 3.1 and / or 3.2 above on its own, the Holding Company would be required to meet the stipulated turnover requirements at Clause 3.1 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, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

3.5
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 Rs. 390 Lakh (Rupees Three Hundred Ninety 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.

3.6
Where another Company of the group acting as the Treasury Centre is responsible for Treasury Management of the Bidder having combined credit / 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 Centre. Further, Treasury Centre shall certify that out of the aforesaid limits certified by the bankers’, the Bidder shall have access to the line of credit of a level not less than the specified amount at Clause 3.5 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.

3.7
In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at Clause 3.5 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.

3.8
Note:
 i. 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 does 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.

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

4.0
Notwithstanding anything stated above, the NSPCL reserves the right to assess the capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group companies/ holding company to perform the contract, should the circumstances warrant such assessment in the overall interest of the NSPCL Such assessment shall include, but not be limited to, the evaluation of adequacy of facilities, services, resources, design / engineering capability and financial capability.
   
7.0 NSPCL reserves the right to reject any or all bids or cancel / withdraw the Invitation for Bids without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.

8.0
A complete set of Bidding Documents is to be downloaded from NSPCL’s e-tender website ‘http://www.tenderwizard.com’ on registration and submission of payment (nonrefundable) towards cost of bidding documents as mentioned at clause 4.0 above in the form of an Account Payee Demand Draft in favour of "NTPC-SAIL Power Company Private Limited, New Delhi" payable at New Delhi or through the online payment facility if available through the website. Only the downloaded documents are to be used for bidding purposes. Bids shall be submitted and opened at the address given below in the presence of Bidder's representatives who choose to attend.

9.0
In case the registered bidders who have downloaded the bidding documents require additional manual copy(ies) of the documents, then such bidders shall be required to purchase the manual copy(ies) of the bidding documents by paying additional cost for each extra set as per procedure given in 8.0 above from NSPCL’s Corporate Office address given
below.

10.0
Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified to bid. Bids shall be submitted and opened at the address given below in the presence of Bidder’s representatives who choose to attend.

11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
12.0

ADDRESS FOR COMMUNICATION:

DGM(C&M) / Sr. Manager(C&M)
NTPC-SAIL POWER COMPANY PRIVATE LIMITED
4th Floor, NBCC Tower,
15, Bhikaiji Cama Place
New Delhi
Delhi-110066
India
Phone: 011-26717376 / 26717377, Fax: 011-26717365 / 26717363
E-mails: ahirwarrp@gmail.com or pradeep_n_mathur@yahoo.com