9
Dt 06-01-2012 Page 1 /9 NOTICE INVITING TENDER (NIT) (International Competitive Bidding) 1.0 INTRODUCTION Chettinad Power Corporation Private Limited (CPCPL) (hereinafter referred to as the “Owner”) invites eligible National and International Bidders with requisite technical capability and sound financial position, to bid on “ Lump sum fixed price” basis for the BTG (Boiler, Turbine, Generator and associated equipment/auxiliaries) Package on Engineering, Procurement and Construction (EPC) basis (without civil works ) for Coal Fired Super-critical Thermal Power Project (2x660 MW) at Tharangambadi, Nagapattinam District, Tamil Nadu, India as described below. 2.0 DETAILS OF TENDER 2.1 Bid Specification No: 11Z02-SPC-G-001 Cost of Soft copy of Bid Documents 25000/- (Indian Rupees Twenty Five Thousand only) per set for Indian Bidders and US$ 550.00 (US Dollar five hundred and fifty only) per set for foreign Bidders. The Bid Documents shall also be available online, however in such a case application made by the Bidder shall accompany by way of a Demand Draft for 25,000/- in favour of Chettinad Power Corporation Private Limited payable at Chennai, at the time of submission of the Bid Documents. The aforesaid sum may also be paid through Electronic Fund transfer to ICICI A/c No-603805023671 DD/Pay Order payable to Chettinad Power Corporation Private Limited payable at Chennai, Tamilnadu, India. Documents sale date & Timing From January 12, 2012 to January 27, 2012 from 1100 hrs to 1700 hrs (IST) Pre Bid queries by Bidders February 10, 2012 by 1700 hours Pre-bid conference February 16 & February 17, 2012 at 1100 hrs.

Chettinad

Embed Size (px)

DESCRIPTION

Chettinad cement tender

Citation preview

Dt 06-01-2012 Page 1 /9

NOTICE INVITING TENDER (NIT)

(International Competitive Bidding)

1.0 INTRODUCTION

Chet t inad Power Corporat ion Pr ivate L imi ted (CPCPL) (hereinaf ter refer red to as the “Owner” ) invi tes e l ig ib le Nat ional and Internat ional Bidders wi th requis i te technical capabi l i ty and sound f inancia l posi t ion, to b id on “ Lump sum f ixed pr ice” basis for the BTG (Boi ler , Turbine, Generator and associated equipment /auxi l iar ies) Package on Eng ineer ing , Procurement and Const ruct ion (EPC) basis (wi thout c iv i l works ) for Coa l F i red Super -cr i t ica l Thermal Power Project (2x660 MW ) at Tharangambadi , Nagapatt inam Dist r ic t , Tami l Nadu, India as descr ibed below.

2.0 DETAILS OF TENDER 2.1 Bid Specification No: 11Z02-SPC-G-001

Cost of Sof t copy of Bid Documents

25000/ - ( Indian Rupees Twenty Five Thousand only) per set for Indian Bidders and US$ 550.00 (US Dol lar f ive hundred and f i f ty only) per set for fore ign Bidders.

The Bid Documents shal l a lso be avai lable onl ine, however in such a case appl icat ion made by the B idder shal l accompany by way of a Demand Draf t

for 25,000/- in favour of Chet t inad Power Corporat ion Pr ivate L imi ted payable at Chennai , at the t ime of submiss ion of the Bid Documents. The aforesaid sum may also be paid through Elect ronic Fund t ransfer to ICICI A/c No-603805023671

DD/Pay Order payable to Chet t inad Power Corporat ion Pr ivate L imi ted payable at Chennai , Tami lnadu, India.

Documents sale date & T iming

From January 12, 2012 to January 27, 2012 f rom 1100 hrs to 1700 hrs ( IST)

Pre Bid quer ies by Bidders

February 10, 2012 by 1700 hours

Pre-b id conference February 16 & February 17, 2012 at 1100 hrs.

Dt 06-01-2012 Page 2 /9

Part - I (cover 1,2,3) & I I (cover 4) (Techno - Commerc ia l ) & (Pr ice) Bid Receipt Date & T ime

Up to March 30, 2012 by 1100 hrs ( IST).

Par t - I (Techno – Commerc ia l ) Bid Opening Date & T ime

Apr i l 2 , 2012 at 1130 hrs ( IST) Date of opening of Par t I I (Pr ice) Bid shal l be int imated later .

Bid Secur i ty Rs. 200 Mi l l ion ( Indian Rupees Two hundred Mi l l ion only) or US$ 4.33 Mi l l ion (US $ Four Mi l l ion three hundred and th i r ty thousand only) by Demand Draf t /Bank Guarantee val id for 180 days f rom date of b id opening ( format at per Annexure I - I I I )

Contact Person Chief Execut ive Of f icer (CEO) Chet t inad Power Corporat ion Pr ivate L imi ted 9th Floor , Rani Seethai Hal l Bui ld ing, 603, Anna Sala i , Chennai - 600 006

Telephone Nos. +91-044-42988659

Fax No. +91-044-42988661

Emai l ID ceo@chet t inadpower .com

For deta i ls v is i t web s i te – www.chet t inadpower .com

2.2 Earnest Money Deposit (EMD)/Bid Security Earnest money shall be submitted in a separate sealed envelope as per following:

i.) By Demand Draft - 200 Million (US$ 4.33 Million) issued by an Indian Branch of any scheduled Bank or reputed Bank licensed to do business in India in the form of Advance Payment Bond outlined in Annexure I-I. The Demand Draft should remain valid for a period of 180 days from the date of opening of the Cover-4 of the Techno-Commercial Bid.

OR

ii.) By Bank Guarantee - 200 Million (US$ 4.33 Million) issued by an Indian Branch of any scheduled Bank or reputed Bank licensed to do business in India in the Form of Bank Guarantee outlined in Annexure- I-III. Bank Guarantee should remain valid for a period of 180 days from the date of opening of the Cover-3 of the Techno-Commercial Bid. Provided, however that, in case the bank guarantee is issued by an overseas bank/foreign bank, such bank guarantee shall be duly endorsed/ confirmed up by an Indian Scheduled Bank to the satisfaction of the Owner.

Details of EMD mentioned above and the other terms and conditions have been specified

in the Instruction to Bidders (ITB).

Dt 06-01-2012 Page 3 /9

Companies not having the branches in India may submit the above in US Dollars. The

bank guarantee submitted by an overseas bank shall be endorsed/backed up an Indian Bank.

.

3.0 QUALIFYING REQUIREMENTS FOR BIDDERS

The Bidder should meet the qualifying requirements stipulated hereunder in clauses 1.0 (a) or 1.0 (b) or 1.0 (c) or 1.0 (d) as the case maybe and clause 1.1:

1.0 TECHNICAL QUALIFICATION REQUIREMENT

(a) Qualification Criteria-1:

(i) The bidder should have designed, engineered, manufactured, supplied, erected

and commissioned or supervised commissioning of at least one no. of coal fired Steam generator and Steam Turbine Generator Set of Supercritical parameters, each of at-least 500 MW or higher capacity which is in successful operation for a period of not less than one (1) year as on the date of bid opening.

In case the bidder is a manufacturer of only one of the above mentioned equipment(s) i.e. steam generator (coal fired) or steam turbine, then he shall associate/collaborate/source with the manufacturer of the other equipment (i.e. steam turbine or steam generator coal fired as the case may be), who shall in turn also meet the respective requirements under clause 1.0 (a) (i) above. Provided however that the Bidder shall be solely responsible for the performance of all its obligation as a contractor under the Contract and any non performance, non delivery or dispute with its associate or Collaborator shall not be the reason for non performance of its obligation under the Contract as the Contractor.

(ii) The bidder should also have executed/executing works, on an Engineering Procurement and Construction (EPC) basis, the complete power plant (with or without civil works) or Main Plant (Boiler Turbine Generator package) of at least one unit of 250 MW or above capacity as on the date of bid opening.

(iii) Bidder who meets the requirements 1.0 (a) (i) but does not meet the

requirements stipulated at 1.0 (a) (ii) above shall also qualify if he associates with an Engineering, Procurement and Construction (EPC) firm which is currently in the business of executing fossil fuel fired power plants and in turn meets the above requirements at clause 1.0 (a) (ii) above.

Provided, however that the Bidder shall be solely responsible for the performance of all its obligation as a contractor under the Contract and any non performance , non delivery or dispute with its associate or Collaborator shall not be the reason for non performance of its obligation under the Contract as the Contractor.

Dt 06-01-2012 Page 4 /9

(b) Qualification Criteria-2:

(i) The bidder shall be either an Engineering, Procurement and Construction (EPC)

organization or a Turnkey Management and Contracting organization executing fossil fuel fired power plants and has executed/executing the complete power plant (with or without civil works) or Main Plant (Boiler, Turbine and Generator package) of at least one unit of 250 MW or above capacity on EPC turnkey basis as on the date of bid opening.

In this case, the bidder shall individually associate and / or source the equipments with the steam generator and steam turbine manufacturer(s) from their associates or subsidiaries who in turn meet the respective requirements under clause 1.0 (a) (i) above. Provided however that the Bidder shall be solely responsible for the performance of all its obligation as a contractor under the Contract and any non performance , non delivery or dispute with its associate or Collaborator shall not be the reason for non performance of its obligation under the Contract as the Contractor. The Bidder can also source the Steam Generator and Steam Turbine Generator from its “Joint Venture (JV) Companies” incorporated in India for Manufacturing of Steam Generators and Steam Turbine Generators, wherein the Bidder is the majority stake holder and the other JV Partner meets the respective requirements under clause 1.0 (a) (i) above.

(c) Qualification Criteria-3:

(i) The Bidder should have been a member of a consortium, with a share of atleast

30% of total contract value of consortium , who should have collectively executed a contract meeting requirements stipulated at clause 1.0 (a) in a reference plant.

Provided however that the Bidder shall be solely responsible for the performance of all its obligation as a contractor under the Contract and any non performance , non delivery or dispute with its associate or Collaborator shall not be the reason for non performance of its obligation under the Contract as the Contractor

(d) Qualification Criteria-4:

The Bidder should be a Joint Venture company (holding atleast 25% equity in the Joint Venture) / Indian subsidiary company, who has already established, or in the process of establishing steam generator and/or steam turbine manufacturing facilities in India, scheduled to start production within 18 months from bid opening date, and whose one of the partners meets the respective requirements under clause 1.0 (a) (i) above. Provided however that the Bidder shall be solely responsible for the performance of all its obligation as a contractor under the Contract and any non

Dt 06-01-2012 Page 5 /9

performance non delivery or dispute with its associate or Collaborator shall not be the reason for non performance of its obligation under the Contract as the Contractor. Note: “Holding company as qualified Steam Generator Manufacturer/Qualified Steam Generator Manufacturer. A Holding company, singularly or collectively along with its Subsidiaries (held either directly or indirectly), meeting the requirements of clause 1.0 (a) (i) above, and also owning the technology for Supercritical Steam Turbine Generators/Supercritical Steam Generators, shall also be considered as Qualified Steam Turbine Generator Manufacturer/Qualified Steam Generator, as the case may be. However, in such a case Holding Company shall maintain, either directly or indirectly a minimum equity of 51% in the Indian Subsidiary Company or 26% in the Joint Venture Company, as the case may be, created for manufacturing of Supercritical Steam Turbine Generators/Supercritical Steam Generators in India.

1.1 FINANCIAL QUALIFICATION REQUIREMENT

(a) The Net Worth of the Bidder as on the last day of the preceding financial year shall not be less than 50% of the paid-up share capital.

A Bidder who does not satisfy the net worth criteria, stipulated in clause 1.1 (a)

above on its own would be required to furnish along with the bid, a letter of Undertaking from the holding company, if applicable, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award, provided that the net worth of such holding company as on the last day of the preceding financial year should be at least equal to or more than the paid-up share capital of the Subsidiary company.

(b) The average annual turnover of the Bidder or the major equity holders (together) of the bidder,in the preceding three (3) financial years as on the date of bid opening, shall not be less than Rs. 12500 million or in equivalent foreign currency.

1.2 Notwithstanding anything stated above, the Owner reserves the right to assess

the Financial capabilities and capacity of the Bidder/his collaborators/associates/subsidiary companies, to perform the contract, should the circumstances warrant such assessment in the overall interest of the Owner and the Project

Note : In all the above Technical and Financial Pre Qualification Requirement, the following

interpretations are to be taken note of

a) Collaboration refers to technical collaboration between two parties in the field of Engineering Procurement and Construction (EPC) basis valid at least till the completion period of the project under consideration.

Dt 06-01-2012 Page 6 /9

b) Association refers to a condition where the parties are associated with the approval of the Board of Directors of the respective companies who decide irrevocably to work together and discharge all the obligations till the completion period of the project under consideration substantially in the form as set out in Annexure- I- I, Format for Advance payment Bond, hereto . For this purpose, the parties involved will produce, as the part of the bid, an undertaking to the effect on Indian Judicial Stamp Paper in the Form and in the manner as set out in Annexure-I-I Format for Advance Payment Bond hereto.

c) Bidder should also submit original copy of NOC from technical licensor / collaborator /

associate for participating in the project along with the bid documents in the Form and in the manner as set out in Annexure –I-VI.

d) Bidders not fulfilling qualifying requirements are advised not to submit their offer against this bid specification. The offer of the bidder not fulfilling the qualifying requirements shall not be considered for further evaluation and are liable to be rejected.

e) Owner does not bind itself to accept the lowest or any of the bids and reserves the right to accept any bid or reject any or all bids without assigning any reasons thereof.

f) Bidders are required to submit, along with the bid, sufficient and satisfactory

documentation establishing their credentials to meet the qualification requirements.

4.0 THE PROJECT

Chettinad Power Corporation Private Limited (CPCPL) has planned to install Supercritical Thermal Power Project (2x660 MW) at Tharangambadi.

The 2x660 MW power plant will consist of two (2) Pulverized Coal Fired Boiler units and two (2) Steam Turbine unit and the auxiliaries.

5.0 SITE

5.1 General

The proposed Power Plant will be installed at the coastal villages of Kaliyappanallur, Sattankudi, Erukkattancherri, Manikkappangu in Tharangambadi Taluka, Nagapattinam District of Tamilnadu, India.

5.2 Approach to Site

Proposed site near Tharangambadi, in Nagapattinam District of Tamilnadu, India is on the National Highway 45A connecting Thirukadaiyur and Karaikal. A separate captive coal jetty shall be made for movement of Coal and later if required it will brought by rail from nearest port Karaikal 10 km away from the site

The nearest Major Town is Karaikal which is connected by National Highway (NH-45A). Nearest railway head is Karaikal , which is approx 10 km away from the site. The railway track is broad gauge.

Nearest Airport is Thiruchirapalli at a distance of about 126 KM from Karaikal.

Dt 06-01-2012 Page 7 /9

5.3 Plant Grade Level

The proposed plant will be located on leveled land. Considering HTL of the sea, site will have an efficient disposal of storm water drainage.

5.4 Source of Water The cooling water required by the Power Plant will be drawn from the sea water intake

water system of proposed near the jetty about 1.5 Km away from proposed power plant. Sweet Water required for the power plant shall be obtained from sea water desalination Plant.

6.0 SCOPE OF WORK Single point responsibility for development of the complete project under the EPC contract

including design, engineering, procurement, manufacture, fabrication, shop inspection and testing, packing, transportation and comprehensive insurance upto handing over, erection, testing of the Boiler, Turbine, Generator and associated equipment / auxiliaries (BTG) Package (excluding civil works) for 2x660 MW Coal Fired Supercritical Thermal Power Project at the proposed site and shall consist of Supercritical Steam Generator and Auxiliaries, Supercritical Steam Turbine Generator , Auxiliaries and other Feed cycle equipments, Power Cycle and other piping, valves and specialties, and other auxiliary systems within BTG scope, along with Miscellaneous cranes & hoists , elevators, and Laboratory equipment etc within the scope of BTG, and Complete Electrical, Control and Instrumentation System, all design inputs and drawings required for civil & structural works (Civil works shall be undertaken by a separate agency which shall be supported by BTG contractor with timely inputs as per mutually agreed schedule) , design and construction drawing for TG foundation including Bar Bending schedule, grouting and all other systems/facilities required for BTG package including testing and successful commissioning, putting into operation and establishing the successful performance, reliability run test, and Performance Guarantee Tests and final handing over, for the Project including all other incidental services required for the satisfactory completion and performance of the Project as per applicable codes and standards. All the EPC contractor/ subcontractor’s detailed engineering drawings and documents will be reviewed and approved by the Owner /Owner’s Engineer (Consultant) and the EPC contractor shall adhere to the suggestions and improvements made by the Owner’s Engineer ( Consultant ) given in writing. Further the EPC Contractor shall be responsible for overall management of the Project including contract scheduling, planning monitoring, expediting the subcontractor’s work etc., to ensure the overall project schedule is maintained at all times .

7.0 The Plant completion is to be successfully achieved and the plant should be hand over s

per the schedule given under Clause 9.1 of Instructions to Bidders (ITB) 8.0 On the basis of a written application, tender documents (soft copy in PDF format) can be

purchased from the office of the CPCPL, Chennai – 600 006 on working days as per the price and other payment details indicated or alternatively it can be downloaded from the website given in the instruction to bidder (ITB).

Dt 06-01-2012 Page 8 /9

9.0 Accredited agents/representatives of foreign bidders in India are also permitted to

purchase the tender documents(soft copy in PDF format) on behalf of the foreign bidder on presentation of valid document and on payment of requisite tender document price/cost as indicated above. No tender paper/ document will be sent by post. The Bid Documents shall also be available on the owner’s website , however , in such a case application

made by the Bidder shall be accompanied by way of a Demand Draft for 25,000/- in favour of Chettinad Power Corporation Private Limited payable at Chennai at the time of submission of the Bid Documents. The aforesaid sum may also be paid through Electronic Fund Transfer to ICICI A/C No 603805023671

10.0 The Bidder who has purchased the bid document shall only be eligible for submission of

the Bid Proposal and Tender papers/Document are not transferable. 11.0 The offer must accompany the Earnest Money Deposit (EMD) as indicated above in a

separate cover failing which the same shall be rejected by CPCPL as being non responsive and returned to the Bidder without being opened.

12.0 Any offer received after the expiry of the time prescribed for receiving completed tenders, will not be considered.

13.0 CPCPL reserves the right to reject any tender or all tenders received at its discretion

without assigning any reason whatsoever. 14.0 CPCPL is not necessarily bound to accept the lowest offer. 15.0 Issuance of bidding document will not be construed to mean that such bidders are

automatically considered qualified and eligible. 16.0 The Bidders should note that the payments will be made in Indian Rupees/ Foreign

Currencies as applicable as per the contract.

17.0 The bidders shall be required to submit Bid Security equivalent to .200 million (Rupees Two hundred Million only) or US $ 4.33 million (US $ Four Million Three Hundred and thirty thousand only) in the form prescribed in Annexure -I-III the Bid Specification along with the bid.

18.0 The bidder shall be required to submit a contract performance security, in form an

unconditional and irrevocable bank guarantee as per the format attached along with the specification, for 10% of the contract price in the event of the contract being awarded to him. The contract performance security shall be valid till end of Warranty Period.

19.0 The bidder shall be required to keep his offer valid for acceptance for at least 180 days from the date of bid opening. 20.0 Bidders, who have purchased the Bid Documents, are requested to submit their queries

on bid specification, if any, on or before the stipulated date through e-mail ID [email protected] with a hard copy by post/courier service. All the pre-bid queries shall be furnished in the following format through E-mail as a MS EXCEL editable document along with a post confirmation copy thereof as per the schedule prescribed by

Dt 06-01-2012 Page 9 /9

CPCPL in this NIB.

Sl. No.

Volume / Section

Page No.

Clause No.

Bid Specification

Bidder’s Query

Clarification by CPCPL/

Consultant

1 2 3 4 5 6 7

A. Commercial

B. Technical

i) Mechanical

ii) Electrical

iii) C&I

iv) Civil Works

21.0 Interested eligible bidders may obtain bidding document (soft copy in PDF format) from

the office of Chettinad Power Corporation Private Limited , 9th Floor, Rani Seethai Hall Building, 603, Anna Salai, Chennai - 600006, Tamil Nadu (India) from 11.00 Hrs. to 15.00 hrs. (IST) on all working days between the days mentioned above on payment of the specified amount by Crossed Demand Draft / Pay Order payable to Chettinad Power Corporation Private Limited , payable at Chennai, Tamilnadu India and furnishing the cash receipt of the same to Chief Executive Officer, Alternatively the Bidder can download the forms from the website and submit the same along with a Demand Draft

or pay Order of 25000/- in favour of Chettinad Power Corporation Private Limited payable at Chennai or the aforesaid sum may also be paid through Electronic Fund Transfer to ICICIC A/C No 603805023671 with a requisition for Bid Documents giving complete postal address of the Bidder. In case the bidder wishes to authorize somebody to collect the documents on his behalf, the appropriate authorization letter from the bidder should be presented along with the request letter.

22.0 The bidder who has purchased or down loaded the Bid Document shall only be eligible for

submission of the Bid Proposal. 23.0 Address, Fax and Phone No. of CPCPL are: Chief Executive Officer (CEO) Chettinad Power Corporation Private Limited 9th Floor, Rani Seethai Hall Building, 603, Anna Salai,

Chennai - 600 006

Phone No. : +91-044-42988659 Fax No. : +91-044-42988661 Emai l : ceo@chet t inadpower .com W EB : www.chet t inadpower .com