Page 1 of 22
Neyveli Uttar Pradesh Power Limited (NUPPL) (A Joint Venture of NLC and UPRVUNL)
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)
FOR
BALANCE OF PLANT (GA3) PACKAGE
FOR
GHATAMPUR SUPERCRITICAL THERMAL POWER PROJECT (3 x 660 MW)
TENDER No: CO CONTS /0026A /NUPPL / GA3 ‐BOP/2013 Dt.29.10.2013
Page 2 of 22
Neyveli Uttar Pradesh Power Limited (NUPPL)
(A Joint Venture of NLC and UPRVUNL) 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)
For
BALANCE OF PLANT (GA3) PACKAGE
For
GHATAMPUR SUPERCRITICAL THERMAL POWER PROJECT (3 x 660 MW)
TENDER No: CO CONTS / 0026A / NUPPL / GA3 / 2013, Dt. 29.10.2013
1.0. NLC UTTAR PRADESH POWER LIMITED (NUPPL), a joint venture (JV) Company
between Neyveli Lignite Corporation Limited (NLC) and Uttar Pradesh Rajya Vidyut
Utpadhan Nigam Ltd (UPRVUNL), is in the process of setting up a 3x660 MW Coal
based Thermal Power Project located in Ghatampur Tehsil of Kanpur Nagar District
in the State of Uttar Pradesh, India.
2.0. NLC Limited, on behalf of NUPPL, invites sealed Expression of Interest (EOI) and
documentary evidences for meeting the stipulated Qualifying Requirements from
eligible bidders for Supply and Installation of BALANCE OF PLANT PACKAGE (BOP)
for Ghatampur Thermal Power Project (3x660 MW) as per the Scope of Work
mentioned hereinafter.
3.0. Tender specification documents will be issued only to the short listed bidders
among those who have submitted the EOI. Techno commercial proposals including
the price cover based on Tender specification will be accepted only from the short
listed bidders among those who have submitted the EOI.
Page 3 of 22
4.0. The Bidders may note that there is no Mega Power Status to the Project.
5.0. ABOUT NLC:
Neyveli Lignite Corporation (NLC) 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 has a total
mining capacity of 30.6 million tonnes of Lignite per annum and associated pit head
power generating capacity of 2740 MW. NLC consists of Mine‐I (10.5 million tonnes
of Lignite per annum), TPS‐I of 600 MW (6 x 50 MW + 3 x 100 MW), TPS‐I
Expansion of 420 MW (2 x 210 MW), Mine‐I A (3.0 million tonnes of Lignite per
annum), TSII (7x210MW), Mine‐II & its Expansion (15 million tonnes per annum, i.e.
10.5 + 4.5), Lignite Mine at Barsingsar, Bikaner district in the State of Rajasthan
(2.1 million tonnes of Lignite per annum) and linked Power Station of 250 MW (2 x
125 MW) capacity. NLC is currently implementing TPS‐II Expansion project of
500MW capacity (2 x 250 MW) linked to Mine‐II Expansion. NLC has also formed a
Joint Venture (JV) Company with Tamil Nadu Electricity Board in the name of NLC
Tamil Nadu Power Limited (NTPL) which is presently executing a coal based thermal
power plant of 1000 MW capacity (2 x 500 MW) at Tuticorin in the State of Tamil
Nadu. To know more about NLC, visit NLC’s website www.nlcindia.com.
6.0. Details of Project Site:
The project site details are:
a) Site location: Area selected falls partly in the villages Rampur,
Bandh, Bagariya, Sidhaul, Lahauri‐mau, Aswar‐mau,
Dharchhuwa and Sirsa in Ghatampur Tehsil of
Kanpur Nagar District in the State of Uttar Pradesh.
The selected site area is about 2 km distance from
the Dapsaura Railway Station.
b) Nearest railway station: Dapsaura in the Kanpur – Allahabad Railway line.
Page 4 of 22
c) Nearest Air port: Kanpur (60 km), Lucknow (140 km)
d) Nearest seaport: Kandla (Gujarat): 1200 km.
Paradip (Orissa): 1350 km.
e) Nearest Highway: NH 86 (500 m from boundary).
7.0 Brief Scope of Work
The brief scope of work is as under:
The scope includes Design, Engineering, Manufacture, Assembly, Testing at
Works, Inspection at Works, Transportation, Insurance, Supply, Receipt and
Handling at Site, Civil and Structural Works, Erection, Testing and
Commissioning including Performance Guarantee Tests and Guarantee &
Warranty obligations of Balance of Plant Package essentially comprising of Coal
Handling System, Ash Handling System, Circulating water System, Fire Protection
System, Make up water System, Water Treatment and Effluent Treatment System,
RCC Chimney, Cooling Tower, Switch Yard package, Station C&I including DCS,
Station Lighting, Pipe racks and cable racks (other than BTG battery limit), Inter
Plant Communication and Miscellaneous Civil, Mechanical, Electrical packages
within the Plant boundary along with supply of Mandatory Spares and tools &
tackles under this BOP Package for 3X660 MW‐ NLC UTTAR PRADESH POWER
LIMITED. Detailed scope will be made available in the Tender Specification
documents, which will be issued only to the shortlisted bidders among those, who
have submitted the EOI.
Page 5 of 22
8.0 QUALIFYING REQUIREMENTS FOR BIDDER
The Bidder should meet the qualifying requirements of any one of the qualifying
routes stipulated under clause 8.1 or 8.2 or 8.3 or 8.4 below. In addition, the Bidder
should also meet the requirements stipulated under clause 8.5.
8.1 Route 1: Bidder having Main Power Plant Experience
The bidder should have executed contracts on Engineering, Procurement and
Construction (EPC) basis for at least one number coal based/lignite based/gas
based (combined cycle) power plant of installed capacity not less than 500 MW
which has been commissioned during the last 10 years and has been in satisfactory
operation for a period of not less than one year as on the original scheduled date
of EOI bid opening. The scope of work of such reference plant should have
necessarily included design, engineering, supply, erection / supervision of
erection and commissioning / supervision of commissioning on turnkey basis
(with all associated mechanical, electrical, civil and structural works) of main
power plant equipment (Boiler ‐ Turbine‐generator or Gas Turbine‐ HRSG‐ STG)
with all associated integral auxiliaries.
8.2 Route 2: Bidder having Balance of Plant Experience
The bidder should have executed contracts of BOP package on Engineering,
Procurement and Construction (EPC) basis for at least one number coal
based/lignite based power plant of installed capacity not less than 500 MW
which has been commissioned during the last 10 years and has been in
satisfactory operation for a period of not less than one year as on the original
scheduled date of EOI bid opening. The scope of work of such reference plant
should have necessarily included design, engineering, supply, erection /
supervision of erection and commissioning /supervision of commissioning on
turnkey basis (with all associated mechanical, electrical, civil and structural
Page 6 of 22
works) of Coal/lignite handling plant, Ash handling plant, DM plant, Chimney,
Cooling tower and Switch yard of a coal / lignite based power plant.
8.3 Route 3: Joint Venture Company having either Main Plant or Balance of Plant
Experience
The bidder shall be a Joint Venture Company (JVC) incorporated in India and
registered under Companies Act 1956, provided that eligibility criteria
mentioned in Route 1 or Route 2 above is met by one of the promoters or
jointly by more than one promoter. Each promoter company on the strength of
whom the joint venture company gets qualified shall have minimum 26 %
equity in the JV company. The equity shall be locked in at least for a period of 7
years from original scheduled date of EOI bid opening or till the completion of the
warranty period of the BOP package whichever is later. The bidder and the
promoter company (ies) on whose strength the JV Company is qualified, shall be
jointly and severally liable for the execution of the contract and an undertaking to
this effect shall be submitted along with the techno commercial bid. The JVC
partner on whose experience the qualification is sought shall not be allowed to bid
independently or as a member in a consortium for this bid.
8.4 Route 4: Consortium having Balance of Plant Experience
The bidder can submit the bid in consortium with other partner(s). In case of
consortium, number of consortium partners should be limited to six (6). Each
consortium partner should have experience of at least one of the following BoP
packages in power plant or industries (Steel / Aluminium / Zinc or Copper plant / Gas
or Nuclear plant) of capacity equivalent to that indicated in the Clause 9.0 of the QR
for individual BOP package.
a). Coal handling Plant
b). Ash handling plant.
c). DM plant.
d). Chimney
Page 7 of 22
e). Natural draft cooling tower.
f). Switch yard
One of the consortium partners shall be the consortium leader (Bidder). The
consortium leader should either have executed any one or more of the above BOP
packages (a) to (f) in a single project for a value of at least Rs. 400 crores, or a single
EPC project of contract value of at least Rs. 400 crores in the area of power, steel,
fertilizer or any other process industry. All the Consortium partners in the
consortium, should jointly meet the qualifying requirements for the above
packages (a to f) and the consortium partners shall be jointly and severally
responsible for the execution of the contract. The consortium agreement shall be
furnished clarifying the split up of scope between consortium partners. Any of the
members in a bidding consortium shall not separately participate as an
independent bidder or as a promoter of JV Company in the same bidding process.
8.5. Financial Criteria:
The average annual turnover of the bidder/JVC/Consortium Leader, as the case
may be, should be at least Rs. 700 crores during the preceding three consecutive
financial years, prior to the original scheduled date of bid opening. In case, bidder is
a JVC and does not meet this requirement, the financial capability (average
annual turnover) of at least one of the JVC partners on whose experience the
qualification is sought, shall meet the above turnover requirement.
Net worth of the bidder/ JVC /consortium leader as on the last day of the
preceding financial year prior to the original scheduled date of EOI bid opening
shall not be less than 100 % of the paid up share capital.
9.0 QUALIFYING REQUIREMENTS FOR VARIOUS BALANCE OF PLANT SUB PACKAGES
FOR SELECTION OF SUB‐CONTRACTOR / CONSORTIUM PARTNER.
The bidder/JVC/Consortium leader shall comply with the following criteria for
selection of Subcontractor/Consortium Partner for the individual sub package.
Page 8 of 22
9.1 COAL HANDLING PLANT:
Sub contractor/Consortium partner should have executed one number integrated
bulk material handling plant of minimum 1500 TPH of coal, other minerals or
cement of equivalent volumetric capacity (essentially comprising of conveying and
crushing) including mechanical and electrical works involving design,
manufacture/procurement, supply, erection / supervision of erection and
commissioning / supervision of commissioning which has been commissioned
during last ten years and has been in satisfactory operation for a period of not
less than one year as on the original scheduled date of EOI bid opening.
OR
Sub contractor/ Consortium partner who has only conveying experience of any
material should have collaborated with design agency having experience of
designing the conveying plus crushing plant of required capacity for coal or
equivalent volumetric capacity for other minerals and whose designed plant is
also in satisfactory operation in cement/other mineral industry for a period of not
less than one year as on the original scheduled date of EOI bid opening. In such a
case, the bidder shall furnish the Letter of Consent from the design agency in the
format enclosed in the EOI documents.
9.2 ASH HANDLING PLANT:
9.2.1 Sub contractor/ Consortium partner should have executed at least one ash
handling plant during last 10 years involving design, engineering, manufacture/
procurement, supply, erection / supervision of erection and commissioning /
supervision of commissioning comprising the following systems which should be in
satisfactory operation for a period of not less than one year as on the original
scheduled date of EOI bid opening.
Page 9 of 22
a) Bottom ash handling system comprising either a jet pump system in
conjunction with water impounded bottom ash hopper or a submerged
scraper chain conveyor system designed for 20 TPH or more for pulverized
coal / lignite fired boilers.
and b) Pneumatic Fly ash handling system for conveying fly ash from pulverized
coal/lignite fired boilers, having capacity of not less than 80 TPH over a
distance of not less than 500 m including fly ash storage silos.
and c) Wet type ash (bottom ash & fly ash) disposal system comprising of ash
slurry pumps and piping for 600 TPH to a distance of not less than 1000 m.
OR
9.2.2 The Sub‐contractor / Consortium partner who meets any one of the above
requirements can also participate provided he associates with the firms who in
turn meet the other two requirements. In such a case, the bidder shall furnish the
Letter of Consent from the associate(s) in the format enclosed in the EOI
documents.
9.3 DM PLANT:
Sub contractor / Consortium partner should have designed, supplied, erected
/ supervised erection and commissioned / supervised commissioning during
last 10 years at least one number DM plant of minimum capacity of 150 m3/hr
consisting of maximum two streams, capable of producing outlet water quality
with silica and conductivity not more than 0.02 ppm as SiO2 and 0.2 micro
mho/cm respectively, which is in successful operation for a period of not less
than one year as on the original scheduled date of EOI bid opening.
Page 10 of 22
9.4 CHIMNEY:
Sub‐contractor/Consortium partner should have designed, constructed and
commissioned during last 10 years at least one number RCC chimney using slip
form shuttering for at least 275 m height, which is in successful operation for a
period of not less than one year as on the original scheduled date of EOI bid
opening.
9.5 NATURAL DRAFT COOLING TOWER:
Sub contractor/Consortium partner should have designed, constructed and
commissioned during last 10 years at least one number natural draft cooling
tower in RCC construction, with cooling water flow not less than 60,000 m3 /hr.
which is in successful operation for a period of not less than one year as on the
original scheduled date of EOI bid opening.
9.6 SWITCHYARD:
9.6.1 The sub‐contractor/consortium partner should have designed, manufactured,
supplied, erected/supervised erection and commissioned/supervised
commissioning at least one number Gas Insulated Switchgear (GIS) Substation of
400 KV Class or above with a minimum of four Bays during last ten years which
should have completed satisfactory operation for a period of not less than one
year as on the original scheduled date of EOI bid opening.
Or
9.6.2 The sub‐contractor/consortium partner who have designed, manufactured,
supplied, erected/supervised erection and commissioned/supervised
commissioning at least one number 220 KV class or above indoor / outdoor
switchyard with a minimum of four Bays during last ten years, which should
have completed satisfactory operation for a period of not less than one year as
on the original scheduled date of EOI bid opening, can also bid with an Associate
who in turn meets the requirements of Cl.9 6.1 above. In such a case, the bidder
Page 11 of 22
shall furnish the Letter of Consent from the associate in the format enclosed in
the EOI documents.
10.0 Documentary evidence to be submitted along with EOI bid:
a) Documentary evidence(s) to satisfy the Qualifying Requirements
mentioned in Cl. 8.1 to Cl. 8.4 and Cl.9.0 as applicable shall be
furnished.
b) The bidder / JVC / consortium leader as applicable shall furnish his
audited profit and loss account and balance sheet for the preceding
three consecutive financial years prior to the original scheduled date of
bid opening, to satisfy clause 8.5 above.
11.0 OTHER REQUIREMENTS:
Bidder to note the following clauses and furnish confirmation in the EOI
documents for acceptance of these clauses.
11.1 The bidder meeting the Qualifying Requirement condition mentioned in
the Cl. 8.4 as a consortium should enclose the Letter Of Consent (as per
the prescribed format) from the consortium Partner(s)/Associate(s)
along with the EOI bid signed by the Consortium Partner(s)/
Associate(s) indicating the respective scope of work. However while
submitting techno‐commercial bid the bidder (consortium leader) shall
furnish the consortium agreement confirming the constitution of the
consortium restricting the number of Partners to only Six (6) choosing his
partners only from who were qualified in EOI by NLC/NUPPL and no new
partners will be allowed.
11.2 The successful bidder on issue of Letter Of Award (LOA) shall furnish
Contract Performance Guarantee (CPG) in the form of an on demand Bank
Guarantee as under:
Page 12 of 22
i) In case of individual firm: CPG for 10% of Contract Value.
ii) In case of JVC: In addition to the CPG of 10 % of contract value to be
furnished by the JVC, each promoter company having the equity share
holding of 26% or more shall be required to give separate bank guarantee
for an amount equal to 1 % of the total contract price.
Iii) In case of consortium: Consortium leader shall give CPG for a value of
10 % of Contract Value. In addition, the Consortium Partners shall
furnish a back up Bank Guarantee for 5% of their portion of work.
11.3 No new consortium partner, (other than the qualified consortium partners
through EOI) will be permitted at the time of submitting the Techno
commercial Bid. The consortium leader shall not be a consortium partner in
other consortium. The firm having experience under clause 9.0 can be
consortium partner in more than one consortium.
11.4 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/JVC / Consortium leader as the case may be. Thus the bidder /JVC/
Consortium leader, as the case may be, 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.
11.5 The bidder /JVC/ Consortium leader shall comply with the following criteria
for selection of sub ‐ contractor:
(a) The bidder who is getting qualified under Route 1/ Route 2/ Route 3
can engage the sub‐contractors as required who satisfy the QR
stipulated in Cl. 9.0 for those systems mentioned in Cl. 9.0.
Page 13 of 22
(b) The qualifying requirements for the Sub‐contractors to be appointed
by the successful bidder / JVC/ Consortium leader for executing the
systems / work other than those mentioned in Cl. 9.0 will be stipulated
in the tender documents which will be issued to the short listed
bidders. The selection of sub‐contractors by the successful bidder /
JVC/ Consortium leader shall be subject to the approval of the
Purchaser.
11.6 Sourcing of equipments / systems should be with the approval of
Purchaser and should be only from the reputed manufacturers / suppliers /
sub vendors.
11.7 The certificate(s) submitted by the bidder or JVC or consortium leader or
consortium partner or Associate to Consortium partner if found to be a
forged one / bogus one, the bidder or JVC or consortium leader or
consortium partner or Associate to Consortium partner as the case may be,
will not only be disqualified for the tender but also would be
blacklisted / debarred by the Purchaser.
11 .8 The bidder / JVC / consortium leader and consortium partner shall not
Sub‐contract the work back to back for the performance of this
contract.
11.9 TIME SCHEDULE:
The Balance of Plant package is to be commissioned to match with the
various requirements of the main plant commissioning. Thus, the tentative
time schedule for commissioning of the various sub packages ranges from 25
months to 52 months for all the 3 units from the date of LOA. The exact
time schedule shall be furnished in the tender specification documents.
Page 14 of 22
11.10 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 are required to sign the “Integrity Pact” during the
submission of the Techno Commercial bids / offers.
12.0 The bidder / JVC / Consortium leader 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 at the end of
accounting year will be considered.
iii) Notwithstanding anything stated above, NLC reserves the right
to verify all statements / information submitted to confirm the
bidder’s / JVC’s / Consortium leader’s & Consortium Partners’ claim
on experience and to assess the Bidder’s /JVC’s / Consortium
leader’s & Consortium Partners’ 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 bidder/JVC / Consortium
leader to provide the certified copies of experience certificates.
For installations outside India, experience certificate is to be
Page 15 of 22
authenticated by the Indian Embassy in the 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 authorised agency. However, cost
pertaining to NLC’s or its authorised agency’s personnel, shall be
borne by NLC or its authorised 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 / J V C / C o n s o r t i u m shall have any
claim arising out of such action.
v) The bidder / JVC / Consortium leader, as the case may be, shall
furnish the following details also, along with his EOI documents:
a. Contracts in hand / pending jobs and their status along with
value.
b. Major legal cases. c. Recent coal / lignite based power projects including BOPs
executed and their value.
13.0 PARTICIPATION FEE:
The participation fee (non‐refundable) for an amount of Indian Rupees 2,00,000/‐
(Rupees Two Lakhs only) or USD 3,300 or EURO 2,400 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.
Page 16 of 22
14.0 LANGUAGE OF THE BID:
The bid prepared by the bidder and all correspondence 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.
15.0 EOI DOCUMENTS SUBMISSION AND OPENING:
15.1 The EOI documents shall be submitted in one original and ten identical copies
indicating clearly as ‘ORIGINAL’ and ‘COPY’
15.2 SIGNATURE OF THE EOI:
15.2.1 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
/JVC / Consortium leader with his usual signature. The name of all persons signing
should be typed or printed below the signature.
15.2.2 Satisfactory evidences of authority(ies) of the person(s) signing on behalf of the
Bidder /JVC / Consortium shall be furnished with the Bid.
15.2.3 The name(s) stated on the proposal of the Bidder/JVC / Consortium shall be the
exact legal name of the firm.
15.3 METHOD OF SUBMISSION:
The EOI offers are to be submitted in one original and ten identical copies in
sealed covers and soft copy in PDF format. The cover shall be pasted properly.
Page 17 of 22
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. The EOI offers, complete in
all respects submitted by the Bidder / JVC / Consortium leader, must be received
by / deposited / delivered to the officials and address mentioned below.
1) Smt. D. Jayalakshmi, Deputy Chief Engineer / Contracts. 2) Shri. V. Dekshinamoorthi, Manager / Contracts 3) Shri. C. Venkatraman,Deputy Manager / Contracts H.General Section O/o The Executive Director / PBD & Contracts Corporate Office, Block ‐ 1, Neyveli Lignite Corporation Limited Neyveli – 607 801. Cuddalore District, Tamil Nadu, INDIA.
15.4 The outside of the EOI offer cover should indicate clearly the name of the Bidder
/JVC/ Consortium Leader and their address. In addition, the envelope or container
should indicate the "EOI Tender No. and Name of the work for which the EOI is
submitted, EOI opening date and time". EOI Offer with no indication given on the
outside of the envelope to indicate that it is an EOI Offer which therefore gets
opened before the due date shall be liable to be disqualified. All the pages of the
EOI Offer shall be serially numbered.
15.5 Submission of EOI offers through Fax, Telex, e‐mail will not be accepted.
15.6 EOI Offer submitted without the proper documentary evidence to substantiate
fulfillment of the qualifying requirements as specified are liable for rejection
without assigning any reason.
15.7 Neyveli Lignite Corporation Limited takes no responsibility for delay, loss or non‐
receipt of documents or any letter sent by post either way.
15.8 LATEST HOUR FOR RECEIPT OF EOI OFFERS: EOI offers must reach this office on
or before 14.30 Hours (IST) on 20.12.2013. Any EOI offer received after the expiry
of the time specified for receiving the EOI Offers is liable for rejection.
Page 18 of 22
15.9 EOI OPENING:
15.9.1 The EOI offers received from the bidders as above will be opened at Corporate
Office, NLC Limited, Block‐1, Neyveli ‐ 607 801 on 20.12.2013 at 15.00 Hours (IST).
15.9.2 The offers shall be opened on the date set for opening of the EOI in the presence
of such bidders who may be present. The bidders are at liberty to be present or
authorise their representatives not more than two to be present at the time of
opening of EOI.
15.9.3 Accredited Agents / representatives of foreign bidders in India are also permitted
to submit the EOI offers on behalf of the foreign bidders with due Authorization
Letter.
16.0 REQUESTS FOR CLARIFICATION:
Clarification request, if any, should reach on or before 01.12.2013. Requests for
clarification received after will not be entertained. Clarification request, if any,
should be addressed to
The Executive Director / PBD & Contracts Corporate Office, Block ‐ 1, Neyveli Lignite Corporation Limited Neyveli – 607 801. Cuddalore District, Tamil Nadu, INDIA. Phone Nos: 91‐ 4142 – 252215 / 252210, Fax Nos: 91‐4142 – 252026 / 252645 / 252646, E.mail: [email protected]
EXECUTIVE DIRECTOR/PBD & CONTRACTS
Page 19 of 22
GUIDE LINES FOR SUBMITTING THE DOCUMENTS
1. For meeting the qualifying requirements,
a) The bidder / JVC / Consortium leader shall furnish Documentary evidence to
satisfy the Qualifying Requirements mentioned in Cl. 8.1 to Cl. 8.4 and Cl.9.0
as applicable.
b) The bidder / JVC / Consortium leader shall furnish his audited profit and loss
account and balance sheet for the preceding three consecutive financial
years prior to the original scheduled date of bid opening, to satisfy clause 8.5.
2. The documentary evidence shall be submitted in the form of performance certificate
from the end user in their letter head and it should be dated.
3. Name and designation of the signing person should be clearly discernable.
4. Location of the Power plant or industries (Steel / Aluminium / Zinc or Copper plant /
Gas or Nuclear plant) as applicable shall be clearly mentioned in the Performance
certificate.
5. Bidders are requested to furnish Contact address, Fax No., e‐mail ID, Phone No. of the
Contact Person etc. with respect to the end user.
6. The Purchaser may ask for additional documents such as copies of Purchase
Order/work order/LOA, if required in support of the claim by the bidder to satisfy the
Qualifying Requirements.
Page 20 of 22
LETTER OF CONSENT TO BE FURNISHED BY THE CONSORTIUM PARTNERS/ASSOCIATE TO THE CONSORTIUM PARTNER
(SAMPLE FORMAT)
We hereby declare that the undersigned firm ……………… (Name and
Complete address of the Consortium Partner/Associate to the Consortium Partner)
hereby agree to associate with (Name and Complete address of the
Bidder/Consortium Leader) for the successful completion of part scope of work
as enclosed in the attachment (authenticated by the Consortium Partner) of
Balance of Plant Package for the
3x660MW Ghatampur Thermal Power Project at Ghatampur in the state of Uttar
Pradesh for M/s Neyveli Uttar Pradesh Power 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
Balance of Plant 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, the Consortium Partner agrees to furnish an on demand back up
bank guarantee for 5 % for our portion of work.
For Consortium Partner
WITNESS : For Consortium Partner :
Signature: : Signature of theAuthorized Signatory :
Designation: : Name :
Office Address : Designation: :
Seal of the Company :
Page 21 of 22
For Bidder
WITNESS : For Bidder :
Signature: : Signature of theAuthorized Signatory :
Designation: : Name :
Office Address : Designation: :
Seal of the Company :
For Associate (if applicable)
WITNESS : For Associate :
Signature: : Signature of theAuthorized Signatory :
Designation: : Name :
Office Address : Designation: :
Seal of the Company :
Page 22 of 22
ATTACHMENT TO THE LETTER OF CONSENT
Scope of Work of the Consortium Leader / Consortium Partner / Associate to the Consortium Partner (if applicable):
For Bidder For Consortium Partner For Associate (If applicable)
Signature of the Authorized Signatory
Signature of the Authorized Signatory
Signature of the Authorized Signatory
Name Name Name
Designation: Designation: Designation:
Seal of the Company Seal of the Company Seal of the Company