Annexure-‘B’

NTPC-SAIL POWER COMPANY LIMITED

(A Joint Venture of NTPC & SAIL)

CPP-II, Administrative Building

SAIL-RSP COMPLEX, ROURKELA-769011,

DISTRICT: SUNDERGARH (ODISHA)

Ph. 2520644/2510355, Fax – 0661–2513179

(Contract & Materials Department)

NOTICE INVITING TENDER

DOMESTIC COMPETITIVE BIDDING

NSPCL, Rourkela invites Sealed Tender for the works from reputed Agencies:

S l

N o

0

1

Tender No.

2008003

CLAUSE NO.

DETAILED QUALIFYING REQUIREMENTS (QR)

NAME OF WORK: SUPPLY AND FIXING, INSTALLATION OF FIRE SEALING COMPOUND AT NSPCL ROUKELA.

Technical Criteria:

The bidder should be a manufacturer of the Fire sealing compound.

The bidder should have successfully executed the Supply, designed, fabricated & erected Fire proof cable penetration system of TYPE-A and TYPE-B to the power plant /Industries as per the Technical specification given in the tender enquiry in the preceding (7) seven years as on the date of bid opening and it should be successfully in service for at least one year after commissioning.

Also the bidder should have executed any one of the following similar works during the preceding seven (7) years from the date of bid opening.

One work orders of similar type having value not less than Rs. 37.582 Lakhs each.

“OR”

Two work orders of similar type having value not less than Rs. 23.488 Lakhs each.

“OR”

Three work orders of similar type having value not less than Rs. 18.791 Lakhs.

Bidder should submit Firm’s documents like Memorandum & Articles of association/ Partnership / Proprietorship Deed/ Certificate of Incorporation etc., with latest changes if any towards proof of Manufacturer of the cable sealing compound as per QR.

Bidder should submit documentary evidence in support of meeting the QR, like copy of supply completion certificate from the client/Store receipt voucher (SRV)/ protocol jointly signed by purchaser & supplier, purchase order towards satisfactory completion of supply.

The word “executed” shall mean the value mentioned in the QR for supply completed even if the total purchase order(s) is not completed / closed. In case of the orders under execution, the value of the work executed till the date of the bid opening as certified by the client shall be considered.

The word "Similar work" means any work which bidder should have successfully executed the supply, designed, erected & commissioned of the fire proof cable penetration (FPCP) sealing system which shall conform to the requirement of latest edition including amendments of BS:476 Part-20 Fire tests on Building materials and structures/Fire penetration seal complying with any other international standards (e.g. ASTM-E 814/IS-12458/UL-1479/IS-3809/BS-476) as per specification requirement shall also be considered if it ensures performance equivalent or superior to standard listed above. in the preceding seven years as on the date of bid opening and it should successfully in service for at least one year in service after commissioning .

CLAUSE NO.

For QR number 1, bidder must submit documentary evidence in support of meeting QR like copy of works completion certificate from the client /last running bill / measurement book of last bill paid / protocol jointly signed by owner and contractor/works bills along with the PO copy.

Financial Criteria:

The Average Annual financial turnover of the bidder, in the preceding three (03) financial years as on date of bid opening shall not be less than Rs. 31.31 Lakhs.

For QR No.2, the bidder shall submit the Audited Balance Sheet and Profit & Loss Account for the specified period. In case where Audited results for the last preceding Financial Year are not available, certificate of financial statements from a practicing Chartered Accountant shall also be considered acceptable. In case bidder not able to submit charted account audited results of three consecutive years preceding last FY shall be considered. Other income shall not be considered for arriving annual turnover.

Notes:

Tender documents can be obtained from the office of AGM (C&M), NSPCL, Rourkela on any working day from the tender sale start date as indicated in NIT. Tender documents will be sold up to 17.00 hours of last date of sale. Request for tender documents must accompany the cost of tender documents (Non-refundable) in the form of DD/ Bankers cheque in favour of NTPC-SAIL Power Company Ltd, Rourkela encashable at State Bank of India, Rourkela.

The amount against purchase of tender documents can be deposited through NEFT as per following details :

NEFT/ RTGS Internet Bank Transfer to NSPCL, Rourkela Account No.10607497883 (State Bank of India), IFSC Code- SBIN0009678, SME Branch, Bisra Chhak, Rourkela, Odisha.

After Deposit/Transfer of tender fee, acknowledgement /receipt of the document (Scan copy) must be submitted/Emailed for obtaining Bid document.

1.The bids shall be received up to 3.30 PM on due date of bid opening in the office of AGM (C&M), NSPCL, Rourkela and shall be opened at 3.45 PM on the same date in the presence of those bidders who wish to be present. If the date of opening happens to be a closed holiday, bids shall be received up to 3.30PM and opened on the next working day.

2.Request for tender documents received after the last date of sale of tender documents, due to delay on account of postal/courier service or without requisite amount of tender documents shall not be entertained.

3.Detailed specifications of job including scope of work/ supply and all terms and conditions of NIT shall be given in the tender documents.

Notwithstanding anything stated above, NSPCL reserves the right to assess bidder’s capability and capacity to perform the contract, should the circumstances warrant such

CLAUSE NO.

assessment in the overall interest of NSPCL and decision of NSPCL in this regard shall be final.

4.The bidding documents shall be issued to all bidders upon their depositing the requisite cost of bidding documents along with request letter without prima-facie examination of qualification status. The qualification status shall be examined by the tender committee only during the process of evaluation. However, such issue of tender documents will not automatically mean that bidders are considered qualified.

5.Single stage two envelope bidding system shall be adopted for the subject package.

First envelope shall contain following documents (ENVELOPE NO. 01) :

a)EMD & ESIC

b)NO DEVIATION CERTIFICATE (as per format enclosed only).

c)Supporting documents for fulfilling the qualifying requirements.

d)Signed and stamped tender documents, terms & conditions and unprice bid which shall be considered as technical bid &

Second envelop shall contain (ENVELOPE NO. 02)

e)price bid only duly filled in, signed and stamped.

Both technical and price bids shall be submitted before bid submission time and date. Bidder shall clearly indicate on the respective envelopes as Technical Bid along with EMD & ESIC details and Price bid.

6.For fulfilling the Qualifying requirements, intending bidder shall be required to submit the following documents along with their technical bid.

(a)EMD & ESIC

(b)NO DEVIATION CERTIFICATE in prescribed forms.

(c)Certificate of CA, Audited Profit & Loss Statement shall be accepted in support of Annual turnover.

(d)Copies of work orders/purchase order covering awarded value, detailed scope of work/ terms & conditions/ bill of quantities along with proof of execution/ completion certificate as per above qualifying requirement. The bidder shall provide the reference list with contact address.

(e)Independent Provident Fund (PF) Code Number of their establishment registered with the Regional Provident Fund Commissioner (RPFC).

(f)Firm’s documents like Memorandum & Articles of association/ Partnership/

Proprietorship Deed/ Certificate of Incorporation etc., with latest changes if any.

(g)Permanent Account Number (PAN)

CLAUSE NO.

(h)GST registration numbers.

(i)Vendor should submit Independent Employees State Insurance Corporation (ESIC) code number of their establishment (17 digit code). If the same is not applicable documentary evidence for the same should be submitted along with bid.

7.Intending bidders who fulfill the above-stipulated qualifying requirements are advised to visit the site to familiarize themselves with the nature and quantum of work/supply and site conditions.

8.Envelope containing Technical Bid, EMD, ESIC and supporting documents for fulfilling the Qualifying Requirements will be opened first as on Technical Bid Opening date. Price bids of only those bidders will be opened who meet the criteria of Qualifying Requirements as specified above.

9.NSPCL shall not be responsible for any loss/ postal delays/ non-receipt of request for tender documents, bids etc sent by postal/courier.

10.If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.

11.Tender without earnest money deposit (EMD)/ inadequate amount of EMD and not in prescribed form are liable to be rejected.

12.BENEFITS TO MSEs:-

Small-scale industries registered with NSIC/MSME shall not be exempted for payment of EMD & Tender Fee.

BENEFITS TO MSEs stand deleted.

Address for communication: Additional General Manager (C&M)

NTPC-SAIL Power Company Ltd.,

ADM Building, Room No. 108,

CPP-II, RSP Complex,

Rourkela-769011, Odisha.

Ph. No.: 0661-2520644, Fax: 0661-2513179

Contact: R. K. Verma, Officer (CS)

Mob : 9425293850

E-mail: r.k.verma@nspcl.co.in

Alternate Contact : Arun Kumar Sahoo, AGM (C&M)

Mob.: 09425234217

E-mail: ak.sahoo@nspcl.co.in