CIN - U74899DL1999PLC098274

Slide 1

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- 03/13-14 DATE: 16-11-2013
 

NSPCL, Rourkela invites Sealed Tender for the following Works from reputed Contractors:


Sl No

Tender No.

Works Description

EMD
(In Rs.)

Estimated
Cost (In Rs.)

Sale of Tender documents

Date of technical bid opening

Tender Fee
(In Rs.)

Start

Closing

      Completion period in months

01

1314055

R&M of 30T PRDS
of both units.

8,42,000/-

4,20,69,802.00

25.11.13

19.12.13

07.01.2014

2,250.00

Twelve (12)

02

1315082

Supply, Supervision
during Erection,
Commissioning and
PG Test of
Compressed Air
System for CPP-II.

1,61,000/-

80,25,042.00

25.11.13

19.12.13

07.01.2014

1125.00

Twelve (12)

QUALIFYING REQUIREMENTS:

For Sl. No.01 (Tender o: 1314055): R&M of 30T PRDS of both units of NSPCL, Rourkela.

The bidders should meet the qualifying requirements stipulated hereunder as per clause 1, 2 & 3.
1.
The bidder should have executed the work of design, manufacture, supply and commissioning ofcontrol valves for pressure reducing and de-superheating unit of minimum 30TPH of steam flow with minimum upstream pressure at 96 atm & temperature 5400C, for at least one unit of a coal fired power station having unit rating of 60 MW or above and the same should have been in successful operation for a period not less than one (01) year as on the date of techno-commercial bid opening.
  “OR”
 
The bidder should have executed the work of design, supply, erection and commissioning of pressure
reducing and de-superheating unit of minimum upstream pressure at 96 atm & temperature 5400C, for at least one unit of a coal fired power station having unit rating of 60 MW or above and the same should have been in successful operation for a period not less than one (01) year as on the date of techno-commercial bid opening.
2. 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.191 Lacs each.

  “OR”
(ii)

Two similar executed works costing not less than the amount equal to Rs..238 Lacs each.

  “OR”
(iii)
One similar executed works costing not less than the amount equal to Rs.381 Lacs each.
NB:
1.
Similar works means: Any pressure reducing and de-superheating unit of minimum 30TPH of steam flow with minimum upstream pressure at 96 atm & temperature 5400C, for at least one unit of a coal fired power station having unit rating of 60 MW or above.
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 clause no.2 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.

3. Financial Criteria:
3.1
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.477 lacs (Indian Rupees Four Hundred Seventy Seven Lakhs 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 its paid up share capital.
3.3
In case of bidder is not able to furnish its audited financial statement on stand alone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder furnishes the following further documents on 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
documents, stating that the un-audited unconsolidated financial statements form part of the consolidated Annual Report of the company.
3.4
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.
3.5
In case, a bidder does not satisfy the financial criteria, stipulated at Cluase 3.1 and / or 3.2 above on its own, the holding company/promoter company(ies) would be required to meet the stipulated turnover requirement at Clause 3.1 above, provided that the net worth of such holding company/ promoter company(s) 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/promoter(s) 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.
3.6

The un-utilized 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.217 lacs (Indian Rupees Two Hundred Seventeen lacs). In case certificates from more than one bank are submitted, the certified un-utilized limits shall be of the same date from all such banks.

3.7
Where another Company of the group acting as the Treasure Centre is responsible for Treasury
Management of the bidder having combined credit/guarantee limit for the whole group, the Bidder would be require to provide a Banker’s Certificate regarding the unutilized line of credit for fund based and nonfund 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 3.6 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.
3.8
In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at Clause 3.6 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 of the revalution 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.
iii.

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: 1315082): Supply, Supervision during Erection, Commissioning and PG Test of Compressed Air System for CPP-II, NSPCL, Rourkela.

1.
The bidder should have designed, manufactured, supplied, erected and commissioned at least two number lubricated screw type air compressors each of minimum capacity 10Nm3/min at rated discharge pressure of 8 Kg/cm2(g) which are in successful operation for at least two (2) years as on date of technical bid opening.
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.97 lakhs (Rupees Ninety Seven Lakhs only).
3.
The bidder should have experience of successfully completing the similar works within preceding 7(seven) yeas 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.32 Lakhs each.
  “OR”
(ii)
Two similar completed works costing not less than the amount equal to Rs.40 Lakhs each.
  “OR”
(iii)
One similar completed work costing not less than the amount equal to Rs.64 Lakhs.
NB:
1.

Similar works means: A work completed in the preceding seven (7) years reckoned as on the date of bid opening, even if it has been started earlier, will also be considered as meeting the Qualifying Requirement. The phrase “Similar works” in the clause 3.0 shall mean “Supply, erection and commissioning of air compressor”.

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.
3.
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 bills along with the LOA copy/supply bill/invoice along with PO copy etc.

GENERAL NOTES:

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 (Nonrefundable) 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 & letter of undertaking,
(b)
Supporting documents for fulfilling the qualifying requirements.
(c)
Signed and stamped tender documents, terms & conditions and unprice bid which shall be considered as technical bid &
Second envelop shall contain
(d)
price bid only duly filled in, signed and stamped.
(e) 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).
(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.
(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.
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 Orissa)/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, Rourkela Steel Plant,
Rourkela-11, Orissa.