CIN - U74899DL1999PLC098274

Slide 1
Annexure-A

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


NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING


A)

 
NIT.NO.04/10-11 DATED: 28-02-2011
 
NSPCL, Rourkela invites Sealed Bids/ Tenders/ Proposal from eligible Bidders/ Parties for the following packages:

SL. NO.

TENDER NO

                                          DESCRIPTION

01

1009124

FIRST RAISING OF ASH DYKE(LAGOON-C) FOR CPP-II, ROURKELA

02

1044244

PROCUREMENT OF GRINDING ELEMENTS

B)

CORRIGENDUM TO NIT NO.03/10-11 DATED:12.01.2011

Bid Document shall be on sale upto 15/03/2011 for Tender No.1009222 (Procurement of Mill Gear Box for NSPCL,Rourkela).For further details,please visit the website www.nspcl.co.in.All other terms & conditions of the NIT shall remain same.

Bid Documents (For Tender no.1009124 & 1044244) shall be on sale from15/03/2011 to  20/04/2011.

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.0661- 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-11, Orissa.

                 

Annexure-B

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

CPP-II, Administrative Building
SAIL-RSP COMPLEX, ROURKELA-769011(ORISSA)
Tele Fax – 0661–2513179, Ph. 2520644/2111157
(Contract & Materials Department)


NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING


NIT-. 04/10-11 DATE:  28-02-2011
 

NSPCL invites Sealed Tender for Supply/Works for the Following Items from Reputed Vendors/Contractors:

Sl No

Tender No.

Description

EMD
(In Rs.)

Tender Fee
(In Rs.)

Estimated
 Cost (In Rs.)

Dt.of start of issue of tender documents

Last date of receipt of request for tender documents

01

1009124

First Raising of ash Dyke (Lagoon-C) for Rourkela CPP-II (2 X 60MW)

7,22,000.00

2250.00

3,60,77,687.64

15.03.2011

20.04.2011

02

1044244

Procurement of Grinding Elements

3,09,000.00

2250.00

1,54,35,000.00

15.03.2011

20.04.2011

 

QUALIFYING REQUIREMENTS
For Sl. No.01
1.
The bidder should have executed the following works within the preceding seven (7) years reckoned as on date of bid opening.
 
Vendor must have experience of having successfully executed similar works during last 7 years ending last day of month   Previous to the one in which applications are invited should be at least either of the following:-
 
(i)
At least one earthen dam work or Ash Dyke work or Resorvoir embankment work of maximum height not less than 4.0m in one contract.
(ii)
A cumulative progress of at least 2.36 Lacs cum of earthwork in earthen dam work of ash dyke work or resorvoir embankment or canal embankment work in a year in one or more concurrently running contracts.
Notes:
(a)
Earthen dams,Ash Dykes and Resorvoir embankments which are designed as water retaining structures,    shall be qualified for the work.However,canal embankments,guide bunds along water courses shall be considered for qualification under clause 1.0(ii) only.All other types of earth works such as road embankments,Railway embankments,Site levelling works etc. shall not be qualified.
(b)
For embankments/resorvoir/dyke,the height & quantities shall be considered above formation level for QR purpose.
(c)
Wherever the ash dykes and other embankments are constructed in different contracts,the height applicable is to individual contract only and not the cumulative effect shall be considered for the purpose of determining compliance of clause 1.0.For example,where the contract is for raising an embankment,only the raising portion shall be considered and not the earlier starter dyke and also not the earlier raised portion.
(d) In clause 1.0 above,the word’executed’ means that the bidder should have achieved the criteria specified in the QR within the preceding seven(7) years period even if the contract has been started earlier and/or is not completed/closed.
(e) The one(1) year period means any continuous 12 month period,however for concurrent works the same 12 months period shall be considered.
(f) In case of works stipulated in 1.0(ii) above,the word’earthwork’ shall mean earthwork/ashwork.
2.
Financial Criteria
 
(i)
Average Annual Financial Turnover in the preceding three completed financial years as on date of bid opening shall not be less than Rs361 lakh.
(ii)
Experience of having successfully completed similar works  during last 7 years should be, either of the following:-
(a)
Three similar completed works costing not less than the amount equal to Rs 144 lakhs each
  OR
(b) Two similar completed works costing not less than the amount equal to Rs 180 lakhs each
  OR
(c) One similar completed works costing not less than the amount equal to Rs 289 lakhs
Notes(2)
(i)
Other income shall not be considered for arriving at annual turnover.
(ii)
Similar Work shall mean earthen dam work or Ash Dyke work or Resorvoir embankment work or canal  embankment/guide bund work.
3.
Notwithstanding anything stated above,the employer reserves the right to assess the capability & capacity of the bidder   to perform the contract,should the circumstances warrant such assessment in the overall interest of the employer.
 
For Sl. No.02
1.

Party should be manufacturer of Grinding Elements of Coal Mill consisting of upper ring & lower ring and balls made of alloy steel.

2.
(a)
Average Annual Financial Turnover of the bidder in the preceding three(3) financial years as on date of bid opening shall not be less than Rs 463.00 lakhs.
(b)
Experience of having successfully supplied similar items during last 7 years ending last day of month previous to the    one in which applications are invited should be either of the follows:-
(i)
Three similar completed “supplies” costing not less than the amount equal to Rs 61.74 lakhs each
  OR
(ii) Two similar completed “supplies” costing not less than the amount equal to Rs 77.18 lakhs each
  OR
(iii) One similar completed “supplies” costing not less than the amount equal to Rs 123.48 lakhs
NB :
(1)

Party should be capable of manufacturing of Grinding Rings which weigh about 7 tonnes each

(2)

Similar supplies means manufacturer and supply of Grinding Elements of Coal Mill consisting of upper ring & lower ring and balls made of alloy steel

             
 

GENERAL NOTES:

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 at 3.30 PM on the date as stipulated in the tender documents 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 at 3.30 PM 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 tender fee of tender documents shall not be entertained.

4.
Detailed specifications of job including scope of work/supplies 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 NSCPL 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)
Supporting documents for fulfilling the qualifying requirements
(c)
Signed & stamped tender documents , terms and conditions and an unpriced bid which will be considered as Technical Bid
(d)
Letter of undertaking & PF Registration certificate (For Sl. No.1),
Second envelop shall contain Price Bid only duly filled in, signed and stamped.
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)
Firm's documents like Memorandum & Articles of association/ Partnership/ Proprietorship Deed/ Certificate of Incorporation etc. with latest changes, if any.
(e)
Income Tax Permanent Account Number (PAN), Sales Tax Registration Numbers
9.
Intending bidders who fulfil the above-stipulated qualifying requirements are advised to visit the site to familiarize themselves with the nature and quantum of work/supplies and site conditions

10.
Envelope 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) 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, Orissa.

Phone No.0661-2500355
Fax No. 0661-2513179.


                                                                       
Annexure-C

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

CPP-II, Administrative Building
SAIL-RSP COMPLEX, ROURKELA-769011(ORISSA)
Tele Fax – 0661–2513179, Ph. 2520644/2111157
(Contract & Materials Department)

CORRIGENDUM

 

NIT No

Tender No

Description

Last date of receipt of request for tender documents

Existing Entry

Amended Entry

03/10-11 dtd12.01.11

1009222

Procurement of Mill Gear Box for NSPCL,Rourkela

23/02/2011

15/03/2011

Bid documents for Tender no :1009222 (Procurement of Mill Gear Box for NSPCL,Rourkela) only will be on sale upto 15/03/2011.

Rest Terms & Conditions of NIT ,however, will remain same.

Address for communication:

Dy. General Manager (C&M)
NTPC-SAIL Power Company Pvt Ltd,
CPP-II, Rourkela Steel Plant
Rourkela-11, Orissa.
Phone .No.0661-2500355
Fax No.0661-2513179.