CIN - U74899DL1999PLC098274

Slide 1
NTPC-SAIL POWER COMPANY (PVT.) LIMITED
(A JOINT VENTURE OF NTPC & SAIL)


NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING


NIT NO. : 0230/CS/OT/03/2010       Dated: 21/10/2010
 

NSPCL-Bhilai invites tenders for following packages for Power Plant-II, Expansion Power Plant (2 x 250 MW Unit) and Township area.

Sl. No.

Pkg. No.

Description of Work

Estimated Value (Rs)

Cost of Tender Docum-ent (Rs.)

Comple-tion Period

Sale Start Date / Sale Close Date

Last Date & Time for Receipt of Bid

EMD (Rs.)

01.

CS : 10155

O&M of Water Treatment / DM Plant.

48,11,551.20

1125.00

12 Months

21.10.10

22.12.10
14:30Hrs

1,07,000.00

30.11.10

02.

CS : 10146

Construction of Sewage Treatment Plant for Township

45,00,000.00

900.00

09 Months

21.10.10

25.11.10
14:30Hrs

1,00,000.00

12.11.10

03.

CS:   10152

External electrification and communication system for Township.

3,41,05,000.00

2250.00

12 Months

21.10.10

25.11.10
14:30Hrs

7,58,000.00

12.11.10

04.

CS :   10136

Construction of Covered/ Semi Covered shed

69,31,974.00

900.00

07 Months

21.10.10

24.11.10
14:30Hrs

1,40,000.00

12.11.10

05.

10130109

Supply of Int. Gen Protection Relay.

----

1125.00

06 Months

21.10.10

26.11.10
14:30Hrs

58,000.00

17.11.10

06.

10230298

Supply of 2 MVA 33 KV/415 V Transformer.

----

1125.00

05 Months

21.10.10

19.11.10
14:30Hrs

95,000.00

12.11.10

07.

10130108

Supply of Electro Chlorinator

---

1125.00

06 Months

21.10.10

26.11.10
14:30Hrs

92,000.00

17.11.10

Technical Bid shall be opened at 15.00 hrs on last date of the receipt of bid.
For detailed NIT and bidding documents please visit www.ntpctender.com or www.nspcl.co.in or may contact DGM (C&M), NTPC-SAIL Power Company Private Limited, P.O. : Bhilai (East), Chhattisgarh, Pin : 490021, Tel. : 0788-2282425, 2282446 & 6532306, Fax : 0788-2228651 or in person at office.

QUALIFYING REQUIREMENTS
(01.) : O&M of Water Treatment / DM Plant.
1.
Bidder should have executed work of
 
(a)
Operation and maintenance of water treatment plant for DM water production capacity at least 100 m3/hr.
(b)
Boiler water treatment (monitoring and analysis of boiler water chemistry parameters) and quality management for at least one year in last 05 years ending last day of the month previous to the one in which bids are invited period.
2.
The Bidder should have executed operation and maintenance work of DM plant and / or WTP during last seven years, ending last day of the month previous to the one in which bids are invited of the following value :-
 
(a)
Single Order having a value not less than Rs. 42.7 lakh.
  OR
(b)
Two Orders having a value not less than Rs. 26.7 lakh each.
  OR
(c)
Three Orders having a value not less than Rs. 21.38 lakh each.
3.
The bidder should have an average annual turnover during the last 3 years ending 31st march of the previous financial year, not less than 53.46 lakhs.
NOTE : Bidder has to produce documentary proof for executing work as mentioned above in condition 1 & 2.
(02.) : Construction of Sewage Treatment Plant for Township.
1.0
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the following qualifying requirement.
1.1
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. 66.67 Lakh (Rupees sixty six lakh & sixty seven thousand only).
1.2
The bidder should have executed similar work with in preceding (07) years reckoned as on the date of bid opening, either of the following.
 
(A)
Three similar completed work costing not less than the amount equal to Rs. 20.00 lakh.
(B)
Two similar completed work costing not less than the amount equal to Rs. 25.00 lakh.
(C) One similar completed work costing not less than the amount equal to Rs. 40.00 lakh.
Note:
(a)
Other income shall not be considered for arriving at annual turnover.
(b)
Similar work means : works comprising of the following

The bidder should have the experience of design, Engineering, supply, erection & commissioning of sewage treatment plant and/ or effluent treatment plant not less than the capacity 260 M3/day, for domestic effluent based on “extended aeration” or fluidized Aerobic Bio-reactor or submerged Aerobic fixed film process, including pumps piping, grit chamber, aeration tank, blower etc electrical installations like, switchgear, cabling etc.
(03.) :External electrification and communication system for Township.
1.0
The Bidder should meet the Qualifying Requirements stipulated hereunder as per Clause 1.1 and 1.2 and 1.3 :
1.1
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. 379 Lakh (Rupees Three Hundred Seventy Nine Lakh only).
1.2
The Bidder should have experience of successfully completing the 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. 152 Lakh (Rupees One Hundred Fifty Two Lakh only).
  OR
(b)
Two similar completed works costing not less than the amount equal to Rs. 190 Lakh (Rupees One Hundred Ninety Lakh only).
  OR
(c)
One similar completed work costing not less than the amount equal to Rs. 303 Lakh (Rupees Three Hundred Three Lakh only).

Notes:

(i)
Other income shall not be considered for arriving at annual turnover.
(ii)
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.
(iii)
The phrase “Similar works” is defined under clause 1.3.
1.3
(a)
Bidder should have supplied, installed and commissioned LT switchgear &  LT electrical distribution system through cabling in a single contract which should be in successful operation for at least 2 (Two) years as on the date of bid opening. LT shall mean 415 V or above system voltage.
  AND
(b)
Bidder should have installed and commissioned HT Transformer & HT switchgear which should be in successful operation for at least 2 (Two) years as on the date of bid opening. HT shall mean at least 33 KV system voltage.
Notes:
(i)
Bidders may meet the experience criteria as specified in Clause 1.3 (a) & (b) above in same or separate contracts.
(ii)
Bidder who meets the requirements of only Clause 1.3 (a) above can also participate provided he collaborates /associates with a firm who fully meets the requirements specified at clause 1.3 (b) above.
(iii)
Bidder who meets the requirements of only Clause 1.3 (b) above can also participate provided he collaborates /associates with a firm who fully meets the requirements specified at clause 1.3 (a) above.
1.4
In case where Bidder collaborates /associates as per Note (ii) or (iii) of Clause 1.3 above, Bidder shall furnish undertaking(s) jointly executed by him and his collaborator / associate for successful performance of the relevant system as per NSPCL format enclosed in Bid documents. The joint deed of undertaking shall be submitted along with the Bid failing which the Bidder shall be liable to be disqualified and his bid liable to be rejected. In case of award, each collaborator / associate will be required to furnish an on demand bank guarantee for 0.5% (half percent) of the contract price of Bulk Services (Electrical Engineering Works) package in addition to the contract performance security to be furnished by the bidder.
1.5
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.
(04.) :Construction of Covered/ Semi Covered shed.
1.0
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the following qualifying requirements.
1.1
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. 119.67 Lakh.
1.2
Experience of having successfully completed the similar works within preceding seven (07) years reckoned as on date of bid opening, should be either of the following:
 
(a)
Three similar completed works each costing not less than the amount equal to Rs. 27.92 Lakh.
  OR
(b)
Two similar completed works each costing not less than the amount equal to Rs. 34.90 Lakh.
  OR
(c)
One similar completed work costing not less than the amount equal to Rs. 55.84 Lakh.
Notes:
a)
“Similar works” means : Civil works / building works / structural steel works executed with PSUS/PSES/SEBS/State Govt. organizations / reputed industrial organizations.
b)
“Completed works” means : The executed / completed portion of BOQ, even if the work has not been completed in totality (Subject to furnishing of documentary proof of executed value of the work).
(05.) : Supply of Int. Gen Protection Relay.
1.
The bidder should have experience in manufacturing of Integrated numerical Generator protection Relay. Supporting documentary evidence shall have to be submitted.
2.
The bidder should have supplied Integrated Numerical Generator Protection Relay to various PSU, govt. /semi govt. organizations, reputed organizations during last five years ending last date of the month previous to the NIT publication date of the following values.
 
(a)
Single order having value not less than Rs. 23 Lakhs.
(b)
Two orders having value not less than Rs. 14.37 Lakhs.
(c)
Three orders having value not less than Rs. 11.5 Lakhs.
 

Supporting documents like order copies etc. shall be submitted.

3.
The bidder should have an average annual financial turnover of not less than Rs. 57.48 Lakhs during the last three financial years ending 31st March of the previous financial year.
(06.) : Supply of 2 MVA 33KV/ 415V Transformer.
1.
The Bidder should be manufacturer of 33 KV Oil filled Transformer.
2.
Bidder must have supplied at least one No. 33 KV/ 415 V transformer of at least 2 MVA rating in the last 7 years and the same should be in satisfactory operation for at least 1 year as on the date of bid opening.
3.
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. 113.50 Lakh.
4.
The Bidder should have experience of supplying 33 KV and above rating transformers within preceding 7 (seven) years reckoned as on the date of bid opening, either of the following:
 
(a)
Three orders costing not less than the amount equal to Rs. 18.9 Lakh.
  OR
(b)
Two orders costing not less than the amount equal to Rs. 23.65 Lakh.
  OR
(c)
One order costing not less than the amount equal to Rs. 37.83 Lakh.
Notes:
(a)
Other income shall not be considered for arriving at annual turnover.
(b)
Bidder to submit copies of P.O in support of condition 1, 2 & 4.
(07.) : Supply of Electro Chlorinators for DM Plant & CW System.
1. The bidder should be a manufacturer of Electro Chlorinator of capacity with auto control of capacity 3000 gm/hour (min.).
2. The bidder should have supplied Electro Chlorinator of capacity 2000 gm/hour & above capacity to any PSUs/SEBs/Central or State Govt. Organizations/Reputed Organization during past seven years, ending last day of the month previous to the one in which bids are invited of the following value:
 
(a)
Single Order having a value not less than Rs. 36.64 Lakh.
  OR
(b)
Two Order having a value not less than Rs. 22.90 Lakh each.
  OR
(c)
Three Order having a value not less than Rs. 18.32 Lakh each.
3.
The bidder should have and average annual financial turnover (annualised estimated value) during the last 3 years, ending 31st March of the previous financial year, not less than Rs. 91.60 Lakh.
Note:
The term “Value” will mean the order value of the equipment / system but will not include any component in the price which is linked with the service / maintenance / similar works related with the equipment.

TERMS AND CONDITIONS


1.0
Tenders will be called under two part bidding system.  Bid opening schedule and other details shall be available in tender documents for the relevant package.
2.0
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.
3.0
ANY BIDS NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE NSPCL AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.
4.0
Indenting parties are advised to visit the site to familiarize themselves with the nature of work and the site conditions.
5.0
The bidder should have independent PAN No, PF No & ESI registration number. However, the bidder will submit a copy of documentary evidence of applied for (in case of ESI registration is not available) before opening of technical bid from ESI authority for participation in the Tender process. ESI No. has to be submitted if, contract is awarded.
6.0

The bidder should submit the following necessary documentary evidence duly signed by the authorised representative in support of the qualifying requirement:

 
(i)
Legible Copies of Award Letter with Bill of Quantities of similar nature, job completion certificate, copies of MB (bill/receipts) etc. in proof of value of work executed, clearly indicating the executed value of the work issued from Govt./Public Sector Enterprises/ Reputed Industrial Organisations as indicated in QR.
(ii)
Audited Balance sheets and Profit & Loss account (for last three Financial Years ending 31st March of the previous financial year).
(iii)
Partnership deed/affidavit for proprietorship/certificate of incorporation.
7.0

Bank guarantee issued by the banks as per list given in the tender documents are only acceptable. Non-judicial stamp papers on which bank guarantee is typed must be purchased in the name of issuing bank.

8.0

Small-scale industries registered with NSIC shall be exempted for payment of EMD provided the quoted value is within the monetary limit for the said unit set by NSIC

(Subject to submission of copy of registration giving details, such as validity, monetary limit, etc.)
9.0
If the last date of receiving application and date of bid opening coincide with a holiday, the date will be shifted to the next working day.
10.0
Other terms and conditions will be intimated in tender documents.
11.0
Notwithstanding anything stated above, NSPCL, Bhilai reserves the right to assess bidder’s capability & capacity to perform the contract, should the circumstances warrant such assessment in overall interest of the Owner.
12.0
NSPCL, Bhilai reserves the right to issue, reject or split any or all the tenders without assigning any reason thereof.
13.0
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 and site conditions.
 

Address for communication:

DGM (C&M)
NTPC–SAIL POWER COMPANY PRIVATE LIMITED,

Post Office : BHILAI (East), Distt. : Durg (CHHATTISGARH), Pin : 490 021

Tel.       : 0788–2282425, 2282446 & 6532306
Fax       : 0788–2228651.