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,
DISTRICT: SUNDERGARH (ODISHA)
Ph. 2520644/2510355, Fax – 0661–2513179
(Contract & Materials Department)
NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING




 
Tender No :NIT- 04/13-14 DATE: 18-12-2013
 
  NSPCL, Rourkela invites Sealed Tender for the following Procurements/Works from reputed Suppliers/Contractors for CPP-II (2x60MW Plant):
 
Sl
No
Tender
No.
Works /Materials
Description
EMD (In Rs.) Estimated
Cost (In Rs.)
excluding Taxes
& Duties
Sale of Tender documents Date of
Technical bid
opening
Tender Fee
(In Rs.)
Start Closing
      Completion
period in
months
01 13881219 Supply of Generator Transformer 82.5 MVA 13,80,000/- 6,90,00,000/- 23.12.2013 13.01.2014 04.02.2014
3375.00 Twenty Four
months (24)
02 13881218 Supply of Unit Auxiliary Transforme 12.5MVA 1,84,000/- 92,00,000/- 23.12.2013 13.01.2014 04.02.2014
1125.00 Twelve
months (12)
03 13441217 Supply of Economiser Middle Bank Coil 1,72,000/- 85,95,328/- 23.12.2013 13.01.2014 07.02.2014
1125.00 Six months
(06)
04 1309091 Construction of Boundary Wall & Civil Works for Ash Dyke D 3,23,000/- 1,61,19,099.40 23.12.2013 13.01.2014 28.01.2014
2250.00 Ten months
(10)
05 1308099 Design, supply I&C of Boiler Lift Capacity 2500KG 1,30,000/- 65,00,000/- 23.12.2013 13.01.2014 07.02.2014
1125.00 Twelve months
(12)
06 1309100 Evacuation of settled Ash 7.0 Lakhs cum from Lagoon(s) 10,52,000/- 5,26,00,000/- 23.12.2013 13.01.2014 24.01.2014
4500.00 Twelve months
(12)
QUALIFYING REQUIREMENTS:
For Sl.No.01(Tender No. 13881219) : Supply of Generator Transformer 82.5 MVA of NSPCL, Rourkela.
2.1. The bidder should have designed, manufactured, installed/supervised installation and commissioned/
supervised commissioning of at least 2 No (one each at two different installations) of 132KV or above
class transformer of at least 82.5 MVA capacity(either Three phase transformer as a single unit or single
phase transformer), which should be in successful operation for at least two (02) years as on date of bid
opening.
  Note: Two different installations means two different project sites or two different contracts.
2.2. Financial criteria:
 
2.2.1
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 421.00 Lakhs (Rupees Four crores Twenty One
lakh only).
2.2.2 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.
2.2.3 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
qualifications.
2.2.3.1 Copies of the un-audited unconsolidated financial statements of the Bidder along with copies of the
audited consolidated financial statements of the Holding Companies.
2.2.3.2 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.
2.2.4 In case, a Bidder does not satisfy the financial criteria, stipulated at Clause 2.2.1 and /or 2.2.2
above on its own, the Holding Company would be required to meet the stipulated turnover
requirements at Clause2.2.1 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.
2.2.5 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 319 Lakh ( Rupees Three crores
Ninteen 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.
2.2.6 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 2.2.5 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.
2.2.7 In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at
clause 2.2.5 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. 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.
3.0 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 (Tender No:13881218) Supply of Unit Auxiliary Transformer 12.5MVA .

 
1 The bidder should have designed, manufactured, installed/supervised installation and commissioned/
supervised commissioning of at least 2 Nos (one each at two different installations) of 11.5KV or
above class transformer of at least 12.5 MVA capacity, which are in successful operation for at least
two (02) years as on date of bid opening.
Note: Two different installation means: Two different project sites or two different contracts.
2
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 Rs.118 lakhs (Rupees One Hundred Eighteen Lakhs only).
NB:

 

1.

For QR No.2, 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.

 

For Sl. No.03 (Tender No.13441217) Supply of Economiser Middle Bank Coil.

 
1. Bidder must have successfully manufactured & supplied Economiser / 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.
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.206.52 lakhs.
4.
The bidder must have successfully completed similar supplies during last 07(Seven) 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.34.38 Lakhs each.

  “OR”
(ii)

Two similar completed supplies costing not less than the amount equal to Rs.42.98 Lakhs each.

  “OR”
(iii)
One similar completed supply costing not less than the amount equal to Rs.68.76 Lakhs.

 

NB:

1.

For QR No.3, the bidder shall submit the Audited Balance Sheet and Profit and Loss Account for the
specified period. In case where Audited resulted 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 Economiser Banks Coils/ Super Heater Bank Coils.
3. For QR No.4, the bidder shall 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.
  For Sl. No.04 (Tender No1309091): Construction of Boundary Wall & Civil Works for Ash Dyke D.
 
1. The bidder should meet the Qualifying Requirements stipulated hereunder as per Clause 1.1 and 1.2.
1.1 The bidder should have experience of having successfully completed similar works within preceding 07(Seven) years reckoned 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.64.48 Lakhs each.

  “OR”
(ii)

Two similar completed works costing not less than the amount equal to Rs.80.60 Lakhs each.

  “OR”
(iii)
One similar completed work costing not less than the amount equal to Rs.128.95 Lakhs.
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 Rs.304.49 lakhs.

 

NB:
1. Similar works means: Construction of boundary wall / compound wall or construction of residential / office building or construction of quarters.
 
Any other Civil Construction / Maintenance works having items of Bricks works with combine value of
these items not less than 50%(Fifty) of value of contract / work as awarded.
2. For QR No.1.2.1, 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 practicing Chartered Accountant shall also be considered acceptable. Other income shall not be considered for arriving annual turnover.
3. For QR number 1.1, 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.
  For Sl. No.05 (Tender No. 1308099): Design, supply, I&C of Boiler Lift capacity 2500KG.
 
1. The bidder should have designed, manufactured, supplied, installed and commissioned at least two number(one each at two different installations) elevators of capacity not less than 2500 kg and travel height of 45 mtrs or more, which should be in successful operation for at least 02(Two) years as on date of technical bid opening.
  Note: Two different installation means: Two different project sites or two different contracts.
2 The average annual turnover of the bidder, in the preceeding three (03) financial years as on the date of bid opening shall not be less than Rs.76 lakhs (Rupees Seventy Six Lakhs only).
  NB:
1. For QR No.1 the bidder shall submit documentary evidence in support of meeting the QR like copy of supply completion certificate from the client/ protocol jointly signed by purchaser and supplier / supply invoice along with purchase order / LOA, performance report from client.
2. For QR No.2, 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.
  For Sl. No.06 (Tender No.1309100): Evacuation of Settled Ash (7.0 lakhs cum) from Lagoon(s).
 
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 07 (seven) years reckoned 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. 237 Lakh (Rupees Two Hundred Thirty Seven Lakh only).

  “OR”
(ii)

Two similar completed works costing not less than the amount equal to Rs. 296 Lakh. (Rupees Two Hundred Ninety Six Lakh only).

  “OR”
(iii)
One similar completed work costing not less than the amount equal to Rs. 473 Lakh. (Rupees Four Hundred Seventy 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 887.00 Lakhs (Indian Rupees Eight Hundred Eighty Seven 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 281 Lakh ( Indian Rupees Two hundred Eighty One 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 in excavation or Ash dyke construction or Raising of ash dyke or construction of earthen embankment or earthen dam or Removal of overburden materials like coal, coke, minerals, earth, ash involving excavation and transportation.
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 Common for all packages :
1. Tender documents can be obtained from the office of AGM(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 3.30 PM on due date of bid opening in the office of AGM(C&M)
NSPCL, Rourkela and shall be opened at 3.45 PM on the same date 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 3.30 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.4,5 & 6 only).
c) Supporting documents for fulfilling the qualifying requirements.
d)
I Signed and stamped tender documents, terms & conditions and unprice bid which shall
be considered as technical bid &
 
Second envelop shall contain
e)
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 shall be accepted in support of Annual
turnover.
c)
Copies of work orders/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. 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.4,5 & 6).
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), Sale Tax registration numbers for packages
Sl.No.1,2 & 3 and Service Tax registration numbers for packages Sl.No.4, 5 & 6).
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.4, 5 & 6 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)/MSME 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 Steel Plant,
Rourkela-769011, Odisha