btg tender nlc

34
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

Upload: mlsatnaliwala

Post on 04-Apr-2015

308 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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 19: Btg Tender Nlc
Page 20: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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: Btg Tender Nlc

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