btg tender nlc
TRANSCRIPT
Page 1 of 34
NEYVELI LIGNITE CORPORATION LTD (A GOVERNMENT OF INDIA UNDERTAKING)
REGD. OFFICE: NEYVELI HOUSE, NO.135 PERIYAR EVR HIGH ROAD, CHENNAI – 600 010
CORP. OFFICE: BLOCK –1, NEYVELI – 607 801, TAMIL NADU, INDIA
INTERNATIONAL COMPETITIVE BIDDING
DETAILED NOTICE INVITING EXPRESSION OF INTEREST (EOI) FOR QUALIFYING REQUIREMENTS (QR)
STEAM TURBINE GENERATOR PACKAGE (NTA 2)
FOR NEYVELI NEW THERMAL POWER STATION (2x500 MW)
Tender No:CO/ CONTS /0039 P / NNTPS/ NTA2 /EOI/2010, Date:08.11.2010. Neyveli Lignite Corporation Limited is in the process of setting up a
2 x 500 MW Lignite based Thermal Power Station at NEYVELI in Tamil Nadu,
India.
NLC Limited invites sealed Expression of interest (EOI) and documentary
evidences for meeting the stipulated Qualifying Requirements from eligible
bidders for Supply and installation of Steam Turbine Generator Package (NTA2) for Neyveli New Thermal Power Station (NNTPS) (2x500 MW) located at NEYVELI, Cuddalore District, State of Tamil Nadu, India, as per
the brief Scope of Work mentioned hereinafter.
ABOUT NLC: Neyveli Lignite Corporation Limited, a Government of India Enterprise under
Ministry of Coal is located at Neyveli, Tamil Nadu, India. The region is
endowed with vast reserves of Lignite, ideally suited for power generation.
NLC consists of MINE-I (6.5 million tonnes of Lignite / annum), TPS-I (600
MW), MINE-II (10.5 million tonnes of Lignite /annum), TPS-II (1470MW),
MINE-I EXPANSION (4.0 millions tonnes of Lignite/ annum), TPS-I
EXPANSION (420 MW) and MINE-IA (3.0 million tonnes of Lignite /annum).
NLC is presently implementing (a) MINE – II Expansion from 10.5 MTPA to 15
Page 2 of 34
MTPA and linked Power Station of TS II Expansion 2x250 MW (b) 2.1 MTPA
Lignite Mine Cum Power Station of 2x125 MW at Barsingsar, Bikaner,
Rajasthan. NLC formed joint venture (JV) Company with Tamil Nadu
Electricity Board in the name of NLC TAMILNADU POWER LIMITED (NTPL)
and NTPL is presently executing a 2x500 MW coal based thermal power
project at Tuticorin in the State of Tamil Nadu. To know more about NLC, visit NLC’s website www.nlcindia.com.
APPROACH TO SITE: The project site details are:
a) Site location: Located at 50 kms south west of Cuddalore in Cuddalore
District, Tamil Nadu, India. The site is about 200 kms south of
Chennai. The site is well connected by Chennai – Thanjavur NH 45C
road and state highway connecting Cuddalore – Virudhachalam via
Neyveli. Both NH and state high way roads are well connected by NLC
township roads from the site.
b) Nearest railway station – Neyveli – 15 km (Broad Gauge)
c) Nearest airport – Chennai at a distance of 200 km.
d) Nearest seaport – Chennai at a distance of 200 km.
BENEFITS / EXEMPTIONS FOR MEGA POWER PROJECTS:
Ministry of Power (Govt. of India) has certified that Neyveli New Thermal
Power Station (NNTPS) (2 X 500 MW) fulfils the laid down criteria for Mega
Power Project. Accordingly, supplies of goods for this package shall be
eligible for the Benefits / Exemptions as per provisions of relevant
notifications of Govt. of India.
1.0 SCOPE OF WORK:
The scope of work is as mentioned under:
1.1 The scope includes design, engineering, manufacture, inspection,
shop testing, packing & forwarding to site, Transportation, unloading,
storage, preservation and handling at site, erection, painting, civil and
structural works, Insurance, supervision, pre-commissioning, testing,
Page 3 of 34
commissioning and performance testing of two (2) Nos. steam turbine
generator units operating at sub critical parameters along with
auxiliaries of the type and rating specified, and supply of mandatory
spares and special tools & tackles. Each unit shall include but not be
limited to the following:
1.2 Steam turbine generator set complete with lube oil, control oil systems,
and central oil storage & purification system, governing system, turbine
gland sealing system, air evacuation system, HP/LP Bypass system,
turbine integral and other miscellaneous piping, water cooled
condenser, Condensate polishing unit including regeneration system,
Condenser on load tube cleaning system, Part circulating water piping,
3x50% condensate extraction pumps, feed heating plant with six or
seven regenerative feed heaters including deaerating feed water
heater with storage tank, 2x50% Turbine driven Boiler feed pumps and
1x50% motor driven Boiler Feed Pump with variable speed fluid
coupling, power cycle piping, equipment cooling water system,
miscellaneous piping such as potable water, service water, instrument
air and service air piping, pipe and cable racks, Air conditioning and
ventilation system, Elevators, TG hall EOT cranes, others cranes and
hoists, DG sets, generator seal oil system, generator stator water
cooling / hydrogen cooling system, generator rotor cooling system,
generator static excitation system / brushless excitation system,
Complete civil and structural work including supply of cement, steel
and required materials, site grading and leveling, main station building,
service building and other buildings as may be required, Associated
control and instrumentation system for turbine generator set, cables &
cabling, associated Station electrics comprising of Service
transformers, bus ducts, HT, LT and DC switchgear including
Batteries, battery chargers & UPS, C & R panels, Illumination and
Under ground earthing, Lightning protection, commissioning and
performance testing of equipment under bidder’s scope of work, first fill
of lubricants / consumables / chemicals, etc and further topping up
Page 4 of 34
upto successful completion of trial operation, supply of mandatory
spares, special tools & tackles, etc.
1.3 Detailed Tender Specification will be made available in the tender
documents and the same will be issued only to the short listed bidders
among those bidders who have submitted the EOI. Techno-commercial
proposals including price cover based on Tender Specification will be
accepted only from the short listed bidders.
2.0 PRE-QUALIFYING REQUIREMENTS (QR) FOR THE PRINCIPLE BIDDER:
2.1 The Bidder should have designed/engineered, manufactured, supplied,
erected / supervised erection and commissioned / supervised
commissioning of at least one (1) no. of Steam Turbine Generator set
of capacity 500 MW or above which should have completed
satisfactory operation for a period of not less than two years as on the
original scheduled date of EOI bid opening.
(OR)
2.2 The bidder who has designed/engineered, manufactured, supplied,
erected / supervised erection and commissioned / supervised
commissioning of at least one (1) no. of Steam Turbine of capacity 500
MW or above shall also be qualified provided he associates with a
manufacturer who has designed/engineered, manufactured, supplied,
erected / supervised erection and commissioned / supervised
commissioning of at least one (1) no. Generator of capacity 500 MW or
above and vice-versa. Such Steam Turbine and Generator should have
completed satisfactory operation for a period of not less than two years as on the original scheduled date of EOI bid opening. In such a case
the bidder shall source the Generator or Steam Turbine as the case
may be from the same associate.
(OR)
2.3 The bidder can also be an Engineering, Procurement and Construction
(EPC) Contractor provided the bidder (a) has engineered, supplied,
Page 5 of 34
erected and commissioned at least one (1) no. of Gas / Steam Turbine
generator set along with associated auxiliary equipment of at least 200
MW unit capacity on EPC basis, which should have completed
satisfactory operation for a period of not less than two years as on the
original scheduled date of EOI bid opening AND (b) associates with a
steam turbine generator set manufacturer or (c) associate with a steam
turbine manufacturer and Generator manufacturer to meet the
requirements of Cl.2.1 above AND (d) sources the steam turbine
generator set /steam turbine / Generator from such associate(s).
(OR)
2.4 In case the bidder is a consortium or a group of companies (two or
more companies join together to execute the Project), such consortium
or group of companies shall also be qualified provided the consortium
or the group of companies shall jointly meet the qualifying requirement
as in scope of work given in clause 2.1 above and sources the Steam
Turbine Generator set from such consortium partner / individual
company of the Group, who meets the said QR.
The leader of the consortium or the leader of the group of companies
shall be responsible to the Purchaser in the execution of the Package.
The consortium or Group of companies shall submit Letter of Consent
(LOC) along with the EOI bid as stipulated in Cl.4.1. The consortium
agreement or the agreement among Group of companies clearly
indicating the split up of scope among consortium partners or Group of
companies shall be furnished along with techno commercial bid and
such agreements shall be in force up to the completion of all
contractual obligations.
(OR)
2.5 The Bidder can also be a joint venture company, provided the eligibility
criteria mentioned in clause 2.1 above is met by one of the promoters
or jointly by more than one promoter. Each promoter company on the
Page 6 of 34
basis of whom the joint venture company gets qualified shall have
minimum 26% equity in the JV Company.
2.6 In case of a foreign bidder meeting the Qualifying Requirements under
Cl.2.1 to 2.5 such bidder has an option to be exercised in his EOI bid
proposal itself to propose a nominee to perform / execute the contracts
as per the terms and conditions indicated under Cl.5.0. The proposed
nominee shall satisfy the Qualifying Requirements under Cl.5.1.
2.7 The bidder / JV bidder, Associate(s) if any, all Consortium partners and
all individual companies in the group, shall have Positive Net Worth as
per the latest audited financial statements individually.
2.8 The Average Annual Turn Over of the bidder/JV bidder, leader of the
Consortium or the leader of the group of companies, in the preceding
three consecutive financial years as on the original scheduled date of
EOI bid opening, shall not be less than 4431 million or equivalent in
any other currency.
3.0 DOCUMENTARY EVIDENCES TO BE SUBMITTED ALONG WITH EOI BID:
a) Documentary evidence to satisfy the Qualifying Requirements
mentioned in Cl. 2.1 to Cl. 2.5 as applicable shall be furnished with
details as in Annexure – I – “A” to I – “E”.
b) The bidder / JV bidder, Consortium Leader / Leader of the Group of
companies shall furnish his audited profit and loss account and
balance sheet for the preceding three consecutive financial years to
satisfy Clauses 2.7 and 2.8 and also shall furnish Latest Audited
Financial Statement of the Associate(s) / Consortium Partner (s) /
Individual Companies of the Group, as the case may be, to satisfy
Clause 2.7.
c) Bidder qualifying under Clause 2.5 shall furnish the details of equity
share holding for meeting the requirement in Cl. 2.5.
Page 7 of 34
4.0 OTHER REQUIREMENTS:
BIDDER TO NOTE THE FOLLOWING CLAUSES AND FURNISH POINT WISE CONFIRMATION OF ACCEPTANCE OF THESE CLAUSES IN THE EOI DOCUMENTS.
4.1 The bidder meeting the Qualifying Requirement condition mentioned as
per the Q.R. clause 2.2 to clause 2.4 shall submit Letter of Consent (LOC) from the associate(s) / Consortium Partners/ Individual
companies of the Group of companies, as applicable along with the
EOI bid as per the format enclosed in Annexure-II A and signed by the
associate(s) & the bidder/Consortium leader & partners/ Leader of the
Group of companies & Individual companies of the Group, as
applicable. The consortium agreement or the agreement among Group
of companies clearly indicating the split up of scope among consortium
partners or Group of companies shall be furnished along with techno
commercial bid and such agreements shall be in force up to the
completion of all contractual obligations.
4.2 The successful bidder meeting the Qualifying Requirement condition
mentioned as per the Q.R clause 2.1 by himself, shall furnish a
Contract performance guarantee for a value of 10% of the total contract
price in the form of an on-demand Bank Guarantee for the faithful
performance of the contract after the LOA.
4.3 If the Bidder is a Joint Venture company, the status shall be maintained
till the completion of all the contractual obligations. In case the joint
venture company is qualified and turned to be a successful bidder,
each promoter of the JV Company shall be jointly and severally
responsible for the execution of the contract and an undertaking to this
effect shall be submitted along with the EOI bid as per the format
enclosed in Annexure III.
4.4 The successful bidder meeting the Qualifying requirement along with
an associate as per the QR clause 2.2 or 2.3, on award of LOA, shall
furnish a contract performance guarantee for a value of 10% of the
total contract price in the form of an on-demand Bank Guarantee for
Page 8 of 34
the faithful performance of the contract after the award of LOA. In
addition, the associate(s) shall furnish a back up Bank Guarantee for
5% of the respective portion of work.
4.5 In case the successful bidder is a consortium or a group of companies,
the leader of the consortium or the leader of the group of companies
shall furnish a contract performance guarantee for a value of 10% of
the total contract price in the form of an on-demand Bank Guarantee
for the faithful performance of the contract after the award of LOA. In
addition, each consortium partner or each individual company in the
group other than the leader shall furnish a back up Bank Guarantee for
5% of the respective portion of work.
4.6 If the successful bidder is the JV Company meeting the Qualifying
Requirement, it shall furnish a Contract performance guarantee for a
value of 10% of the total contract price in the form of an on-demand
Bank Guarantee for the faithful performance of the contract after the
LOA. In addition each promoter of the JV Company shall furnish a
separate on-demand bank guarantee for an amount equal to 1% of the
total contract price.
4.7 The bidder qualifying under clause 2.2 or 2.3 may submit EOI with
more than one associate for meeting the QR. However, he is limited to
choose only one associate from among those who are already
indicated in the EOI and meeting the QR while submitting the techno-
commercial bid for sourcing the Steam Turbine Generator Set / Steam
Turbine / Generator from such associates. No new associate other
than those who are indicated in the EOI document will be permitted at
the time of submitting the Techno commercial Bid.
4.8 The Scope of work of the Bidder shall be on the basis of single bidder
responsibility. The contract will be entered into only with the successful
bidder. Thus the bidder shall be solely responsible and liable for all the
technical, management and all other services required to complete the
entire scope of work detailed in the Tender Specification.
Page 9 of 34
4.9 Sourcing of equipments/systems should be with the approval of
purchaser and should be only from the reputed manufacturers /
suppliers / sub-vendors as stipulated in the Tender Specification.
4.10 Any sub-contracting for civil, electrical, C&I systems and balance
mechanical works, shall be after due approval by the Purchaser.
4.11 In case, certificate(s) submitted by the bidders is found to be a forged
one / bogus one, the bidder will not only be disqualified for the tender
but also would be blacklisted / debarred by the Purchaser.
4.12 The Contractor shall not Sub-contract the work in whole to other parties
for the performance of this contract. The Contractor shall not sub-
contract the work back to back.
4.13 The bidder cannot be an associate for other bidder(s) who are bidding
for the Steam Turbine Generator Package (NTA 2) Expression of
Interest.
4.14 TIME SCHEDULE:
The Unit I and Unit II are to be commissioned within 42 and 48 months
respectively from the date of LOA for the Steam Turbine Generator
(NTA 2) Package.
4.15 INTEGRITY PACT PROGRAMME:
a. NLC is committed to have most ethical business dealing with the
vendors, Bidders and Contractors of goods and services and deal
with them in a transparent manner with Equity and Fairness.
b. NLC being a signatory in implementing the Integrity Pact
Programme with Transparency International India, all the bidders /
contractors required to sign the ‘Integrity Pact’ during the
submission of the Techno-Commercial bids / offers.
Page 10 of 34
5.0 OTHER REQUIREMENTS FOR THE NOMINEE IF APPLICABLE:
In respect of foreign bidder proposing nominee for executing On-shore
Supply and Service contracts then the proposed nominee shall meet
the Qualifying Requirements stipulated in 5.1 below as applicable.
I) The proposed Nominee may be either the ‘parent company’ or a
‘subsidiary company’ or an ‘Associate Company of the Foreign
Bidder.
a. The Nominee, to be treated as Parent Company, should
hold not less than 51% shareholding in the Principal Bidder
as on the Original scheduled date of EOI bid opening.
b. The Nominee, to be treated as Subsidiary Company, the
Principal Bidder should hold not less than 51%
shareholding in the Nominee as on the Original scheduled
date of EOI bid opening.
c. The Nominee, to be treated as Associate company, where
at least 26% of total share holding is held by the bidder in
such Company.
II) The proposed Nominee may also be a Joint Venture company in
which the Principal Bidder should hold not less than 26% equity
in the JV Company.
III) The proposed Nominee may also be any firm, other than that
indicated in (I) & (II) above who in turn meets the qualifying
requirement given below in clause 5.1 (b), (c) & (d).
5.1 QUALIFYING REQUIREMENTS FOR NOMINEE:
a). In case, the nominee is the parent or a subsidiary or Associate
Company or a Joint Venture Company, of the Principal bidder, it
will suffice if the nominee is in the field of design or engineering or
Page 11 of 34
supply or manufacturing or erection of any Thermal Power Plant
equipment.
b). In case, the nominee is any firm other than that indicated in (a)
above the proposed nominee shall be an Engineering,
Procurement and Construction (EPC) Contractor in the field of
Power Projects who has executed or is executing at least one (1)
no. Gas / steam turbine generator set (either Steam Turbine
Generat0r set or Gas Turbine Generator set or Combined Cycle
Power Plant) along with associated auxiliary equipments of at
least 100 MW unit capacity on EPC basis.
c). The net worth of the Nominee should be positive as per the latest
audited financial statements.
d). The average Annual Turn over of the nominee in the preceding
three consecutive financial years as on the original scheduled
date of EOI bid opening shall not be less than 1110 millon.
The Bidder shall enclose to the EOI Bid ( as per Annexure – I – “F”),
proof of relevant capacity, qualification, experience, audited financial
statements for the preceding three consecutive financial years, details
of share holding (in respect of nominees qualifying under clause 5.1
(a)) etc, of the proposed Nominee to satisfy the Qualifying
Requirements stipulated above for Nominee.
5.2 THE BIDDER AND PROPOSED NOMINEE TO NOTE THE FOLLOWING CLAUSES AND FURNISH POINT WISE CONFIRMATION OF ACCEPTANCE OF THESE CLAUSES IN THE EOI DOCUMENTS.
(a) The Package is an indivisible Contract encompassing the entire
scope of the work as defined. The principal bidder is solely
responsible for the entire scope of work with single bidder
responsibility.
Page 12 of 34
(b) Although the contract is indivisible and a turnkey contract on
lumpsum basis, the Purchaser is agreeable to allow splitting of
the contract into three independent component contracts at the
option of the Bidder.
(c) In the event of splitting, the entire scope of work would be
encompassed in three independent component contracts as
indicated below:
(i) First Contract: For CIF (Indian port of entry)/CIP (carriage
and insurance paid) supply of plant and equipment
including type test charges and mandatory spares &
specialized tools to be supplied from abroad.
(ii) Second Contract: For Ex-works (India) supply of
domestically manufactured plant and equipment including
type test charges and mandatory spares.
(iii) Third Contract: For providing all services i.e. port
handling, port clearance and port charges for the imported
goods, further loading, inland transportation for delivery at
site, inland transit insurance, unloading, storage, handling
at site, installation, civil works, insurance covers other than
inland transit insurance, testing, commissioning and
conducting Guarantee tests in respect of all the equipment
supplied under the First and the Second Contract and all
the other services as specified in the Contract Documents.
d) All the three independent component contracts will contain
cross-fall breach clauses and with interlinking clauses specifying
that breach of one contract will constitute breach of the other
Contracts as well, thereby vesting the Purchaser with all rights
as are permissible under Law consequent to such breach,
including the right to rescind or terminate all or some of the
component Contracts, at the risk and cost of the Principal
Contractor and Independent Component Contractor.
Page 13 of 34
e) Any additional liability or obligation, of whatever nature, arising
out of such splitting of the Contract into three independent
component contracts shall be to the account of the successful
bidder (Principal Contractor). Neither the Principal Contractor
nor the independent component contractor shall be entitled to
any extra / additional cost or time owing to the split-contract
formulation.
(f) Foreign Bidder, proposing a Nominee in his EOI bid to perform /
execute the Second and / or the Third contract, should annex to
the EOI Bid, a written unequivocal consent of the proposed
Nominee as per the format enclosed in Annexure II B to work
as an independent Contractor, with respect to the 2nd/3rd
Contract or both, on such additional terms and conditions, as
may be agreed to, between the Purchaser and the Foreign
Bidder.
(g) It shall be permissible for the Principal Bidder to propose only
one Nominee in the EOI Bid and it shall not be permissible to
substitute the Nominee by another entity at any stage.
(h) A Bidder is not at liberty to choose a different formulation for a
Split-Contract. In other words, the scope of the independent
component Contracts are not subject to negotiation or
modification, except to the extent the Purchaser may re-adjust
before opening of the Price Bid.
(i) A Sole Bidder or a Principal Bidder bidding under a Joint
Venture (J.V) route, may also opt for split-Contract formulation,
provided while submitting the EOI Bid it has been clearly stated
so. In such a case, the component Contracts would be between
the Purchaser and the same successful Bidder.
(j) It shall be the responsibility of the Bidder to consider the options
and obtain advice as necessary before submitting the EOI Bid.
On grounds of changed commercial conditions, or change in
Page 14 of 34
taxation laws in India or in any other country, or like reasons, a
Bidder shall not be permitted either to submit a fresh Bid under
the same or different option, or to choose a different option with
or without altering the Price Bid.
(k) In the event the Purchaser consents to enter into the
independent component Contract(s) with the Nominee, in
addition to the Contract Performance Guarantee to be provided
by the Principal Bidder for ten percent (10%) of the aggregate
value of the three contracts, the said Nominee, who is any firm,
indicated as in 5.0 (III) shall furnish, a separate Additional
Contract Performance Guarantee for a value equivalent to ten
percent (10%) of the aggregate value of the component
contract(s) entered into with such Nominee, for the due
performance of the concerned component Contract(s). If the
said Nominee is the parent company or subsidiary company or
Associate Company or Joint Venture Company of the Principal
Bidder, the Additional Contract Performance Guarantee shall be
for a value equivalent to five percent (5%) of the aggregate
value of the contract(s) entered into with the Nominee. The
Additional CPG shall be furnished along with the CPG to be
furnished by the Principal Bidder and shall be valid till the end of
warranty period [including extensions if any] plus 3 months
grace period.
(l) In all cases where the Bidder has opted for Split-Contract
formulation and the proposed Nominee does not meet the
Qualifying Requirement stipulated for Nominee, then the
successful Bidder shall be obliged to enter into one or more
contract agreements [not exceeding three] with the Purchaser
so as to encompass the entire scope of the work and execute
the contract work as if the original Bid was on the basis of a
sole-bidder.
Page 15 of 34
(m) If for any reason, during the Contract Period and till completion
of all contractual obligations, as originally envisaged or delayed
for any reason, the Nominee ceases to be the Parent Company
or Subsidiary Company or Associate Company or Joint Venture
Company, as the case may be, or if the relationship between the
Principal bidder and the Nominee (any firm) who satisfies
clause 5.0 (III) ceases, the Principal Bidder / Main Bidder shall
have to assume the total responsibility including the execution of
the component contract(s) assigned earlier to the Nominee.
(n) During the execution of the Contract, it is neither the
contemplation nor is it permissible to modify or alter the Split-
Contract Formulation agreed upon between the parties at the
commencement of the Contract. If for any reason the Principal
Contractor or the Nominee makes a request for any change in
the Split-Contract Formulation during the currency of the
Contract work, the time taken in the consideration of the
request, whether such request is finally accepted or refused by
the Purchaser, shall be to the account of the Principal
Contractor.
(o) In the event a Nominee proposed by a Principal Bidder, has
itself submitted an Independent EOI Bid for the entire scope of
work, the EOI Bid of such Principal Bidder shall be summarily
rejected.
(p) It is the present understanding that as per extant provisions,
Indian Income tax is not payable on sale of goods if the contract
is on Principal-to-Principal basis and the title of goods passes to
the Purchaser outside India as contemplated in the proposed
First Contract, in the case of foreign contractor. The Bidders are
however advised to ascertain the correct position from their own
sources.
Page 16 of 34
6.0 THE BIDDER TO NOTE THE FOLLOWING CLAUSES ALSO WHILE SUBMITTING THE EOI DOCUMENTS: i) Other income will not be considered for arriving of the Annual turn
over.
ii) For calculating the Average Annual Turnover, given in Foreign
Currency, the B.C-Selling exchange rate prevailing on the original
scheduled date of EOI bid opening will be considered.
iii) Notwithstanding anything stated above, NLC reserves the right to
verify all statements/ information submitted to confirm the Bidder’s
claim on experience and to assess the Bidder’s capability and
capacity to perform the contract, should the circumstances
warrant such an assessment in the overall interest of the project.
NLC reserves the right to ask the bidders to provide the certified
copies of experience certificates. For installations outside India,
experience certificate is to be authenticated by the Indian
Embassy in that country and within India experience certificate is
to be attested by a Notary Public.
NLC also reserves the right to consider any foreign installations as
experience, only if the bidder facilitates necessary inspection of
such installation by NLC or its authorized agency. However, cost
pertaining to NLC’s or its authorized agency’s personnel, shall be
borne by NLC or its authorized agency.
iv) NLC reserves the right to reject any or all EOIs or cancel/withdraw
the Invitation for EOI without assigning any reason whatsoever
and in such case no bidder/intending bidder shall have any claim
arising out of such action.
7.0 THE BIDDER SHALL FURNISH THE FOLLOWING DETAILS ALSO ALONG WITH HIS EOI DOCUMENTS: i) Contracts in hand/pending jobs and their status along with value.
ii) Major legal cases.
iii) Recent power projects executed and their value.
Page 17 of 34
8.0 PARTICIPATION FEE:
The participation fee (non-refundable) for an amount of 1.8 lakhs or
$ 4050 or € 2900 in the form of Demand Draft drawn in favour of
“Neyveli Lignite Corporation Limited”, payable at Neyveli is to be
submitted along with the EOI documents. EOI documents received
without the Participation fee will be rejected.
9.0 LANGUAGE OF THE BID:
The bid prepared by the bidder and all correspondences and
documents relating to the bid exchanged by the bidder and the
purchaser shall be written in English language. Any printed literature /
material furnished by the bidder in any other language shall be
accompanied by an authentic English translation of all the pertinent
points. For purpose of interpretation of the bid, the English translation
shall govern.
10.0 EOI DOCUMENTS SUBMISSION AND OPENING: The EOI documents shall be submitted in one original and ten
identical copies indicating clearly as ‘original’ and ‘copy’ and a soft
copy of the same in PDF format.
11.0 SIGNATURE OF THE EOI:
11.1 The EOI must contain the name and place of business of the person or
persons making the EOI and each page of the EOI must be signed and
sealed by the Bidder with his usual signature. The name of all persons
signing should be typed or printed below the signature.
11.2 Satisfactory evidences of authority of the person signing on behalf of
the Bidder shall be furnished with the Bid.
11.3 The Bidder’s name stated on the proposal shall be the exact legal
name of the firm.
Page 18 of 34
12.0 METHOD OF SUBMISSION:
12.1 The EOI offers are to be submitted in one original and ten identical copies in sealed covers. The cover shall be pasted properly. Failure to
do so would result in rejection of such EOI offers. All offers shall be
prepared in English language only by typing or printing with indelible
black ink. The EOI offers, complete in all respects submitted by the Bidder, must be received by / deposited / delivered to the officials and address mentioned below:
1) K. Pandi, Addl. Chief Manager / Contracts.
2) S. Gothandaraman, Manager / Contracts
3) C. Satish, Asst. Manager / Contracts, H. General Section
O/O The Executive Director / Planning & Contracts Corporate Office, Block - 1, Neyveli Lignite Corporation Limited, Neyveli – 607 801, Cuddalore District, Tamil Nadu, INDIA.
12.2 The outside of the covers should indicate clearly the name of the
bidder and his address. In addition, the envelope or container should
indicate the "Tender No. and Name of the work for which the EOI is submitted, EOI opening date and time". EOI with no indication given
on the outside of the envelope to indicate that it is an EOI which
therefore gets opened before the due date shall be liable to be
disqualified. All the pages of the EOI shall be serially numbered.
12.3 Submission of EOI documents through Fax, Telex, E-Mail will not be
accepted.
12.4 EOI submitted without the proper documentary evidence to
substantiate fulfilment of the qualifying requirements as specified are
liable for rejection without assigning any reason.
12.5 Neyveli Lignite Corporation takes no responsibility for delay, loss or
non-receipt of documents or any letter sent by post either way.
Page 20 of 34
ANNEXURE – I – “A” Documents to be submitted by the bidder as per QR Clause 2.1 The Documentary evidence to be submitted by the bidder in the form of performance certificates, supply order copies etc., must contain the following details:
1. Performance certificates should be in the letterhead of the issuing firm and should be dated.
2. Name and designation of the signing person should be Clearly discernable.
3. For meeting the qualifying requirements in clause 2.1 the aspects to be considered are
a). Design / Engineering, Manufacture, supply, erection/supervision of erection and commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine Generator set of capacity 500 MW or above.
b). Satisfactory operation of the above unit considered from………..
to ………..
4. The Registered Name and Address of the Firm who is meeting the requirements mentioned in (3) above.
5. Location of the Power station in which Steam Turbine Generator set mentioned above is working.
6. Contact address of the User, Fax no., Phone No. Contact Person with e-mail ID, etc., for clarifying any of the details.
Page 21 of 34
ANNEXURE – I – “B”
Documents to be submitted by the bidder as per QR Clause 2.2 The Documentary evidence to be submitted by the bidder in the form of performance certificates, supply order copies etc., must contain the following details:
1. Performance certificates should be in the letterhead of the issuing firm and should be dated.
2. Name and designation of the signing person should be Clearly discernable.
3. For meeting the qualifying requirements in clause 2.2 the aspects to be considered are (i) For the Bidder a). Design / Engineering, Manufacture, supply, erection/supervision
of erection and commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine/Generator of capacity 500 MW or above.
b). Satisfactory operation of the above unit considered from………..
to ……….. (ii) For the Associate
a). Design / Engineering, Manufacture, supply, erection/supervision
of erection and commissioning/supervision of commissioning of at least one (1) no. of Generator/ Steam Turbine of capacity 500 MW or above.
b). Satisfactory operation of the above unit considered from………..
to ………..
4. The Registered Name and Address of the Firm(s) who is/are meeting the requirements mentioned in (3)(i) and (3)(ii) above.
5. Location of the Power station in which Steam Turbine and Generator mentioned in (3)(i) (a) and (3)(ii) (a) above are working.
6. Contact address of the User(s), Fax no. Phone No. Contact Person with e-mail ID etc., for clarifying any of the details.
Page 22 of 34
ANNEXURE – I – “C”
Documents to be submitted by the bidder as per QR Clause 2.3 The Documentary evidence to be submitted by the bidder in the form of performance certificates, supply order copies, etc., must contain the following details:
1. Performance certificates should be in the letterhead of the issuing firm and should be dated.
2. Name and designation of the signing person should be Clearly discernable.
3. For meeting the qualifying requirements in clause 2.3. the aspects to be considered
i) For the Bidder a). Engineering, Procurement, Supply, erection and commissioning
of at least one (1) no. of Gas / Steam Turbine generator set along with associated auxiliary equipments of at least 200 MW unit capacity on EPC basis.
b). Satisfactory operation of the above unit considered from……….. to ………..
ii) For the Associate of Steam Turbine Generator a. Design / Engineering, Manufacture, supply, erection/supervision
of erection and commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine Generator set of capacity 500 MW or above.
b. Satisfactory operation of the above unit considered from………..
to ………..
iii) For the Associate of Steam Turbine a). Design / Engineering, Manufacture, supply, erection/supervision
of erection and commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine of capacity 500 MW or above.
b). Satisfactory operation of the above unit considered from………..
to ………..
Page 23 of 34
iv) For the Associate of Generator a). Design / Engineering, Manufacture, supply, erection/supervision
of erection and commissioning/supervision of commissioning of at least one (1) no. of Generator of capacity 500 MW or above.
b). Satisfactory operation of the above unit considered from………..
to ………..
4. The Registered Name and Address of the Bidder who is meeting the requirements mentioned in (3) (i) above.
5. The Registered Name and Address of the Associate(s) who is/are meeting the requirements mentioned in (3) (ii) or (3) (iii) and (3) (iv) as the case may be.
6. Location of the Power station in which Steam Turbine Generator mentioned in (3) (i) above is working.
7. Location of the Power station in which Steam Turbine Generator / Steam Turbine / Generator mentioned in (3) (ii) or (3) (iii) and (3) (iv) (as the case may be) above is working.
8. Contact address of the User(s), Fax no. Phone No. Contact Person with e-mail ID etc., for clarifying any of the details furnished for (3) (i) & (3) (ii) or (3) (i), (3) (iii) and (3) (iv) (as the case may be) above.
Page 24 of 34
ANNEXURE – I – “D” Documents to be submitted by the bidder as per QR Clause 2.4 The Documentary evidence to be submitted by the bidder in the form of performance certificates, supply order copies, etc., must contain the following details:
1. Performance certificates should be in the letterhead of the issuing firm and should be dated.
2. Name and designation of the signing person should be Clearly discernable.
3. For meeting the qualifying requirements in clause 2.4. the aspects to be considered
i) For the Bidder (Leader of the Consortium or Leader of the Group of Companies)
a). The bidder shall furnish documentary evidence for his scope of
work in the area of Design / Engineering or Manufacture or supply or erection/supervision of erection or commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine Generator set / Steam Turbine / Generator of capacity 500 MW or above.
b). Satisfactory operation of the unit considered from……….. to ………..
ii) For the Consortium partners or the individual companies of the Group
The bidder shall furnish documentary evidence for the scope of each consortium partner or the individual companies of the Group
a). in the area of Design / Engineering or Manufacture or supply or erection/supervision of erection or commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine Generator set of capacity 500 MW or above.
b). in the area of Design / Engineering or Manufacture or supply or erection/supervision of erection or commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine / Generator of capacity 500 MW or above.
c). Satisfactory operation of Steam Turbine Generator set / Steam Turbine / Generator (as the case may be) considered from……….. to ………..
Page 25 of 34
4. The Registered Name and Address of the Bidder (Consortium Leader or Leader of the Group of companies) who is meeting the requirements mentioned in (3) (i) above.
5. The Registered Name and Address of the Consortium Partners or Individual companies of the Group (as the case may be) who is meeting the requirements mentioned in (3) (ii) above.
6. Location of the Power station in which Steam Turbine Generator set / Steam Turbine / Generator mentioned in (3) (i) above is working.
7. Location of the Power station in which Steam Turbine Generator set / Steam Turbine / Generator mentioned in (3) (ii) above is/are working.
8. Contact address of the User(s), Fax no. Phone No. Contact Person with e-mail ID etc., for clarifying any of the details furnished for (3) (i) & (ii) above.
Page 26 of 34
ANNEXURE – I – “E”
Documents to be submitted by the bidder as per QR Clause 2.5 The Documentary evidence to be submitted by the bidder in the form of performance certificates, supply order copies, etc., must contain the following details:
1. Performance certificates should be in the letterhead of the issuing firm and should be dated.
2. Name and designation of the signing person should be Clearly discernable.
3. For meeting the qualifying requirements in clause 2.5. the aspects to be considered
i) For the Bidder
a). The bidder shall furnish documentary evidence for his scope of work in the area of Design / Engineering or Manufacture or supply or erection/supervision of erection or commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine Generator set / Steam Turbine / Generator of capacity 500 MW or above.
b). Satisfactory operation of the unit considered from………..
to ………..
ii) For the JV Promotors a) The bidder shall furnish documentary evidence for the scope of
each JV Promotor in respect of Design / Engineering or Manufacture or supply or erection/supervision of erection or commissioning/supervision of commissioning of at least one (1) no. of Steam Turbine Generator set/Steam Turbine/Generator of capacity 500 MW or above.
b) Satisfactory operation of Steam Turbine Generator set / Steam
Turbine / Generator (as the case may be) considered from……….. to ………..
4. The Registered Name and Address of the JV Bidder who is meeting
the requirements mentioned in (3) (i) above.
5. The Registered Name and Address of the each JV Promoter who is meeting the requirements mentioned in (3) (ii) above.
Page 27 of 34
6. Location of the Power station in which Steam Turbine Generator set / Steam Turbine / Generator mentioned in (3) (i) above is working.
7. Location of the Power station in which Steam Turbine Generator set / Steam Turbine / Generator mentioned in (3) (ii) above is/are working.
8. Contact address of the User(s), Fax no. Phone No. Contact Person with e-mail ID etc., for clarifying any of the details furnished for (3) (i) & (ii) above.
9. The bidder shall furnish the details of equity share holding of each promoter of the Joint Venture.
Page 28 of 34
ANNEXURE – I – “F”
Documents to be submitted by the bidder as per QR Clause 2.6 The Documentary evidence to be submitted by the bidder in the form of performance certificates, supply order copies, etc., must contain the following details:
1. Performance certificates should be in the letterhead of the issuing firm and should be dated.
2. Name and designation of the signing person should be Clearly discernable.
3. For meeting the qualifying requirements the aspects to be considered
i) For the Nominee (if parent or subsidiary or associate or joint
venture company) Design or Engineering or Supply or Manufacture or Erection of
any Thermal Power Plant Equipments.
ii) For the Nominee (other than parent or subsidiary or associate or joint venture company)
a. Details of Gas / steam turbine generator set (either Steam
Turbine Generat0r set or Gas Turbine Generator set or Combined Cycle Power Plant) along with associated auxiliary equipments of at least 100 MW unit capacity executed or under execution on EPC basis.
b. Date of commissioning of the Unit.
4. The Registered Name and Address of the Bidder who is meeting the
qualifying requirements Clause 2.1 to 2.5 as applicable.
5. The Registered Name and Address of the Nominee who is meeting the requirements mentioned in (3) (i) above.
6. The Registered Name and Address of the Nominee who is meeting the requirements mentioned in (3) (ii) above.
7. Location of the Power station in which Steam Turbine Generator mentioned in Documentary evidence to satisfy the Q.R. clause 2.1 to 2.5 as applicable.
Page 29 of 34
8. Location of the Power station in which Design or Engineering or Supply or Manufacture or Erection of any Thermal Power Plant Equipments mentioned in (3) (i) above is working.
9. Location of the Power station in which Gas / Steam Turbine Generator mentioned in (3) (ii) above is working.
10. Contact address of the User, Fax no. Phone No. Contact Person with e-mail ID etc., for clarifying any of the details furnished for (3) (i) & (ii) above.
11. The bidder shall furnish the audited Profit and Loss account and Balance Sheet of the nominee for the preceding three consecutive financial years and the latest audited financial statement to evaluate the financial soundness of the nominee.
12. The bidder shall also furnish the details of equity share holding of nominee qualifying under clause 5.1 (a).
Page 30 of 34
ANNEXURE – II A (SAMPLE FORMAT)
LETTER OF CONSENT TO BE FURNISHED BY THE BIDDER AND ASSOCIATE(S) / CONSORTIUM PARTNERS / INDIVIDUAL COMPANIES
OF THE GROUP (as the case may be) We hereby declare that the undersigned firm …………………………….. (Name
and Complete address of the Associate(s) / Consortium Partner(s) / Individual
Companies of the Group) hereby agrees to associate with
……………………………….. (Name and Complete address of the Bidder) for
the successful completion of part scope of work as enclosed in the attachment
(authenticated by the Bidder and Associate(s) / Consortium Partner(s) /
Individual Companies of the Group) of Steam Turbine Generator Package for
the 2x500MW Neyveli New Thermal Power Station at Neyveli in the state of
Tamil Nadu for M/s Neyveli Lignite Corporation Limited, India. We also hereby
undertake to ensure the quality of manufacture, timely delivery and the
successful performance of the equipment/system covered in our scope of
Steam Turbine Generator package, fully meeting the guarantee and also
depute our technical experts from time to time for advice on procedures and
guidance during design, engineering, manufacture, erection, testing and
commissioning, as applicable to the place of work / Owner’s Project site.
On award of LOA, we the Associate(s) / Consortium Partners / Individual
Companies of the Group (as the case may be) agree to furnish an on demand
back up bank guarantee for 5 % for our portion of work.
1. WITNESS For Associate / Consortium Partner /
Individual Companies of the Group (as the case may be)
Signature: (Signature of the Authorized Signatory) Name Name Designation: Designation: Office Address Seal of the Company 2. WITNESS
For Bidder
Signature: (Signature of the Authorized Signatory) Name Name Designation: Designation: Office Address Seal of the Company
Page 31 of 34
ATTACHMENT TO THE LETTER OF CONSENT
Scope of Work of the Associate / Each Consortium Partner / Each Individual Company of the Group (as the case may be): For Bidder For Associate /
Each Consortium Partner / Each Individual Company of the Group (as the case may be)
(Signature of the Authorized Signatory)
(Signature of the Authorized Signatory)
Name: Name
Designation: Designation:
Seal of the Company: Seal of the Company
Page 32 of 34
ANNEXURE – II B (SAMPLE FORMAT)
LETTER OF UNEQUIVOCAL CONSENT TO BE FURNISHED BY THE
BIDDER AND THE NOMINEE We hereby declare that the undersigned firm ……………… (Name and
Complete address of the Nominee) hereby agree to act as a nominee of
……………………… (Name and Complete address of the Bidder) for the
successful completion of part scope of work as enclosed in the attachment
(authenticated by the Bidder and the Nominee) of Steam Turbine Generator
Package for the 2x500MW Neyveli New Thermal Power Station at Neyveli in
the state of Tamil Nadu for M/s Neyveli Lignite Corporation Limited, India. We
also hereby undertake to ensure the quality of manufacture, timely delivery and
the successful performance of the equipment/system covered in our scope of
Steam Turbine Generator package, fully meeting the guarantee and also
depute our technical experts from time to time for advice on procedures and
guidance during design, engineering, manufacture, erection, testing and
commissioning, as applicable to the place of work / Owner’s Project site.
We, the nominee, agree to work as an independent contractor, with respect to
the 2nd/3rd contract or both, on such additional terms and conditions, as may be
agreed to, between the Purchaser and the Foreign Bidder.
On award of LOA, we the NOMINEE agree to furnish an additional Contract
Performance Guarantee in the form of bank guarantee for 10% / 5%, (strike
out whichever is not applicable) of the aggregate value if the component
contracts entered into with us.
1. WITNESS For Nominee Signature: (Signature of the Authorized Signatory) Name Name Designation: Designation: Office Address Seal of the Company 2. WITNESS For Bidder Signature: (Signature of the Authorized Signatory) Name Name Designation: Designation: Office Address Seal of the Company
Page 33 of 34
ATTACHMENT TO THE LETTER OF UNEQUIVOCAL CONSENT
Scope of Work of the Nominee: For Bidder For Nominee
(Signature of the Authorized Signatory)
(Signature of the Authorized Signatory)
Name Name
Designation: Designation:
Seal of the Company Seal of the Company
Page 34 of 34
ANNEXURE – III (SAMPLE FORMAT)
UNDERTAKING BY JOINT VENTURE PROMOTERS
We the Promoters ……………………………………….. (Name and address of
the Promoter Companies of the JV Company) of the Joint Venture Company
……………………… (Name and Complete address of the JV Company) hereby
agree that we are jointly and severally responsible for the successful
completion the scope of work of Steam Turbine Generator Package for the
2x500MW Neyveli New Thermal Power Station at Neyveli in the state of Tamil
Nadu for M/s Neyveli Lignite Corporation Limited, India. We also hereby
undertake to ensure the quality of manufacture, timely delivery and the
successful performance of the equipment/system covered in our scope of
Steam Turbine Generator package, fully meeting the guarantee and also
depute our technical experts from time to time for advice on procedures and
guidance during design, engineering, manufacture, erection, testing and
commissioning, as applicable to the place of work / Owner’s Project site.
We also hereby undertake to maintain the Joint Venture status till completion of
all contractual obligations.
On award of LOA, we, each PROMOTER of the Joint Venture Company, agree
to furnish separate on demand back up bank guarantee of 1% of the total
contract value.
1. WITNESS For Bidder Signature: (Signature of the Authorized Signatory) Name Name Designation: Designation: Office Address Seal of the Company 2. WITNESS For Each Promoter Signature: (Signature of the Authorized Signatory) Name Name Designation: Designation: Office Address Seal of the Company