You are on page 1of 22

NeyveliUttarPradeshPowerLimited(NUPPL)

(AJointVentureofNLCandUPRVUNL)
REGD.OFFICE:NEYVELIHOUSE,NO.135PERIYAREVRHIGHROAD,CHENNAI600010

CORP.OFFICE:BLOCK1,NEYVELI607801,TAMILNADU,INDIA

(INTERNATIONALCOMPETITIVEBIDDING)

DETAILEDNOTICEINVITING
EXPRESSIONOFINTEREST(EOI)
FOR
QUALIFYINGREQUIREMENTS(QR)
FOR

BALANCEOFPLANT(GA3)PACKAGE
FOR

GHATAMPURSUPERCRITICALTHERMALPOWERPROJECT(3x660MW)

TENDERNo:COCONTS/0026A/NUPPL/GA3BOP/2013Dt.29.10.2013

Page1of22


NeyveliUttarPradeshPowerLimited(NUPPL)
(AJointVentureofNLCandUPRVUNL)
REGD.OFFICE:NEYVELIHOUSE,NO.135PERIYAREVRHIGHROAD,CHENNAI600010

CORP.OFFICE:BLOCK1,NEYVELI607801,TAMILNADU,INDIA
(INTERNATIONALCOMPETITIVEBIDDING)
DETAILEDNOTICEINVITINGEXPRESSIONOFINTEREST(EOI)FOR
QUALIFYINGREQUIREMENTS(QR)
For
BALANCEOFPLANT(GA3)PACKAGE
For
GHATAMPURSUPERCRITICALTHERMALPOWERPROJECT(3x660MW)

TENDERNo:COCONTS/0026A/NUPPL/GA3/2013,

Dt.29.10.2013

1.0.

NLC UTTAR PRADESH POWER LIMITED (NUPPL), a joint venture (JV) Company
betweenNeyveliLigniteCorporationLimited(NLC)andUttarPradeshRajyaVidyut
UtpadhanNigamLtd(UPRVUNL),isintheprocessofsettingupa3x660MWCoal
basedThermalPowerProjectlocatedinGhatampurTehsilofKanpurNagarDistrict
intheStateofUttarPradesh,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
eligiblebiddersforSupplyandInstallationofBALANCEOFPLANTPACKAGE(BOP)
for Ghatampur Thermal Power Project (3x660 MW) as per the Scope of Work
mentionedhereinafter.

3.0.

Tender specification documents will be issued only to the short listed bidders
amongthosewhohavesubmittedtheEOI.Technocommercialproposalsincluding
thepricecoverbasedonTenderspecificationwillbeacceptedonlyfromtheshort
listedbiddersamongthosewhohavesubmittedtheEOI.
Page2of22

4.0.

TheBiddersmaynotethatthereisnoMegaPowerStatustotheProject.

5.0.

ABOUTNLC:

NeyveliLigniteCorporation(NLC)Limited,aGovernmentofIndiaEnterpriseunder
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
miningcapacityof30.6milliontonnesofLigniteperannumandassociatedpithead
powergeneratingcapacityof2740MW.NLCconsistsofMineI(10.5milliontonnes
of Lignite per annum), TPSI of 600 MW (6 x 50 MW + 3 x 100 MW), TPSI
Expansion of 420 MW (2 x 210 MW), MineI A (3.0 million tonnes of Lignite per
annum),TSII(7x210MW),MineII&itsExpansion(15milliontonnesperannum,i.e.
10.5 + 4.5), Lignite Mine at Barsingsar, Bikaner district in the State of Rajasthan
(2.1milliontonnesofLigniteperannum)andlinkedPowerStationof250MW(2x
125 MW) capacity. NLC is currently implementing TPSII Expansion project of
500MWcapacity(2x250MW)linkedtoMineIIExpansion.NLChasalsoformeda
JointVenture(JV)CompanywithTamilNaduElectricityBoardinthenameofNLC
TamilNaduPowerLimited(NTPL)whichispresentlyexecutingacoalbasedthermal
powerplantof1000MWcapacity(2x500MW)atTuticorinintheStateofTamil
Nadu.ToknowmoreaboutNLC,visitNLCswebsitewww.nlcindia.com.

6.0.

DetailsofProjectSite:

Theprojectsitedetailsare:

a)

Sitelocation:

Area selected falls partly in the villages Rampur,


Bandh, Bagariya, Sidhaul, Lahaurimau, Aswarmau,
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
theDapsauraRailwayStation.

b)

Nearestrailwaystation: DapsauraintheKanpurAllahabadRailwayline.
Page3of22


c)

NearestAirport:

d)

Nearestseaport: Kandla(Gujarat):1200km.

Paradip(Orissa):1350km.

e)

NearestHighway:

NH86(500mfromboundary).

Kanpur(60km),Lucknow(140km)

7.0

BriefScopeofWork

Thebriefscopeofworkisasunder:

The scope includes Design, Engineering, Manufacture, Assembly, Testing at


Works, Inspection at Works, Transportation, Insurance, Supply, Receipt and
HandlingatSite,CivilandStructuralWorks,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,MakeupwaterSystem,WaterTreatmentandEffluentTreatmentSystem,
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
withinthePlantboundaryalongwithsupplyofMandatorySparesandtools&
tackles under this BOP Package for 3X660 MW NLC UTTAR PRADESH POWER
LIMITED. Detailed scope will be made available in the Tender Specification
documents,whichwillbeissuedonlytotheshortlistedbiddersamongthose,who
havesubmittedtheEOI.

Page4of22


8.0 QUALIFYINGREQUIREMENTSFORBIDDER

The Bidder should meet the qualifying requirements of any one of the qualifying
routesstipulatedunderclause8.1or8.2or8.3or8.4below.Inaddition,theBidder
shouldalsomeettherequirementsstipulatedunderclause8.5.

8.1

Route1:BidderhavingMainPowerPlantExperience

The bidder should have executed contracts on Engineering, Procurement and


Construction(EPC)basisforatleastonenumber coal based/lignite based/gas
based(combined cycle) power plant of installed capacity not less than 500 MW
which hasbeencommissionedduringthelast10yearsandhasbeen insatisfactory
operationforaperiodofnotlessthan oneyear as ontheoriginalscheduleddate
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 Turbinegenerator or Gas Turbine HRSG STG)
withallassociatedintegralauxiliaries.

8.2

Route2:BidderhavingBalanceofPlantExperience

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
scheduleddateof EOIbid 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
Page5of22

works) of Coal/lignite handling plant, Ash handling plant, DM plant, Chimney,


CoolingtowerandSwitchyardofacoal/lignitebasedpowerplant.

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 %
equityintheJVcompany.Theequityshallbelockedinatleastforaperiod of7
yearsfromoriginalscheduleddateofEOIbidopeningortillthecompletionofthe
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
jointlyandseverallyliablefortheexecutionofthecontractandanundertakingto
this effect shall be submitted along with the techno commercial bid. The JVC
partneronwhoseexperiencethequalificationissoughtshallnotbeallowedtobid
independentlyorasamemberinaconsortiumforthisbid.

8.4

Route4:ConsortiumhavingBalanceofPlantExperience

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
packagesinpowerplantorindustries(Steel/Aluminium/ZincorCopperplant/Gas
orNuclearplant)ofcapacityequivalenttothatindicatedintheClause9.0oftheQR
forindividualBOPpackage.
a). CoalhandlingPlant
b).Ashhandlingplant.
c). DMplant.
d).Chimney
Page6of22

e).Naturaldraftcoolingtower.
f).Switchyard
One of the consortium partners shall be the consortium leader (Bidder). The
consortium leader should either haveexecutedanyoneormoreoftheaboveBOP
packages(a)to(f)inasingleprojectforavalueofatleastRs.400crores,orasingle
EPCproject ofcontractvalueofatleastRs.400crores intheareaofpower,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
responsibleforthe executionofthe contract. Theconsortiumagreementshallbe
furnished clarifying the split upofscopebetweenconsortiumpartners.Anyofthe
members in a bidding consortium shall not separately participate as an
independentbidderorasapromoterofJVCompany inthesamebiddingprocess.

8.5.FinancialCriteria:

The average annual turnover of the bidder/JVC/Consortium Leader, as the case


maybe,should be at least Rs.700 crores duringthepreceding threeconsecutive
financialyears,priortotheoriginalscheduleddateofbidopening.In case,bidderis
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
qualificationissought,shallmeettheaboveturnoverrequirement.

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
shallnotbelessthan100%ofthepaidupsharecapital.

9.0 QUALIFYING REQUIREMENTS FOR VARIOUS BALANCE OF PLANT SUB PACKAGES


FORSELECTIONOFSUBCONTRACTOR/CONSORTIUMPARTNER.

The bidder/JVC/Consortium leader shall comply with the following criteria for
selectionofSubcontractor/ConsortiumPartnerfortheindividualsubpackage.
Page7of22


9.1 COALHANDLINGPLANT:

Sub contractor/Consortium partner should have executedone number integrated


bulk material handling plant of minimum 1500 TPH of coal, other minerals or
cementofequivalentvolumetriccapacity (essentially comprising of conveying and
crushing) including mechanical and electrical works involving design,
manufacture/procurement, supply, erection / supervision of erection and
commissioning / supervisionof commissioning whichhasbeencommissioned
during last ten years and has been in satisfactory operation foraperiodofnot
lessthanoneyear asontheoriginalscheduleddateof EOIbid 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 operationincement/othermineralindustryforaperiodofnot
lessthan oneyear asontheoriginalscheduleddateof EOIbidopening. Insucha
case,thebiddershallfurnishtheLetterofConsentfromthedesignagencyinthe
formatenclosedintheEOIdocuments.

9.2 ASHHANDLINGPLANT:

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 commissioningcomprisingthefollowingsystemswhichshouldbein
satisfactory operation for a period of not less than one year as on the original
scheduleddateofEOIbidopening.

Page8of22

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/lignitefiredboilers.
and

b) Pneumatic Fly ash handling system for conveying fly ashfrompulverized


coal/lignite fired boilers, having capacity of not less than 80 TPH over a
distance ofnotlessthan500mincludingflyashstoragesilos.
and

c) Wet type ash (bottom ash & fly ash) disposal system comprising of ash
slurry pumps and piping for 600 TPH toadistanceofnotlessthan1000m.
OR
9.2.2The Subcontractor / Consortium partner who meets any one of the above
requirementscanalsoparticipateprovidedheassociateswiththefirmswhoin
turnmeettheothertworequirements.Insuchacase,thebiddershallfurnishthe
Letter of Consent from the associate(s) in the format enclosed in the EOI
documents.

9.3 DMPLANT:

Subcontractor/Consortiumpartnershouldhavedesigned,supplied,erected
/ supervised erection and commissioned / supervised commissioning during
last10yearsatleastonenumberDMplantofminimumcapacityof150m3/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
thanoneyearasontheoriginalscheduleddateofEOIbidopening.

Page9of22

9.4 CHIMNEY:

Subcontractor/Consortium partner should have designed, constructed and


commissioned during last10years at least one number RCC chimney using slip
form shuttering for at least275 mheight,whichisinsuccessfuloperationfora
period of not less than one year as on the original scheduled date of EOI bid
opening.

9.5 NATURALDRAFTCOOLINGTOWER:

Sub contractor/Consortium partner should have designed, constructed and


commissioned during last 10 years at least one number natural draft cooling
towerinRCCconstruction,withcoolingwaterflownotlessthan60,000m3/hr.
whichisinsuccessfuloperationforaperiodofnotlessthanoneyearasonthe
originalscheduleddateofEOIbidopening.

9.6 SWITCHYARD:

9.6.1Thesubcontractor/consortium
supplied,

erected/supervised

partnershouldhavedesigned,manufactured,
erection

and

commissioned/supervised

commissioningatleastonenumberGasInsulatedSwitchgear(GIS)Substationof
400KVClassorabovewithaminimumoffourBaysduringlasttenyearswhich
shouldhavecompletedsatisfactoryoperationforaperiodofnotlessthanone
yearasontheoriginalscheduleddateofEOIbidopening.
Or

9.6.2 The subcontractor/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


switchyardwithaminimumoffourBaysduringlasttenyears,whichshould
havecompletedsatisfactoryoperationforaperiodofnotlessthanoneyearas
ontheoriginalscheduleddateofEOIbidopening,canalsobidwithanAssociate
whointurnmeetstherequirementsofCl.96.1above.Insuchacase,thebidder
Page10of22

shallfurnishtheLetterofConsentfromtheassociateintheformatenclosedin
theEOIdocuments.

10.0 Documentary evidencetobesubmittedalongwithEOIbid:

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
threeconsecutive financialyears priortotheoriginalscheduleddateof
bidopening,tosatisfyclause8.5above.

11.0 OTHERREQUIREMENTS:
Bidder to note the following clauses and furnish confirmation in the EOI
documents foracceptance oftheseclauses.
11.1

The bidder meeting the Qualifying Requirement condition mentioned in


theCl.8.4asaconsortium should enclose theLetter OfConsent (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 technocommercial bidthebidder(consortium leader)shall
furnish the consortium agreement confirming the constitution of the
consortium restricting the number of Partners toonlySix(6)choosinghis
partners only from whowerequalifiedinEOIbyNLC/NUPPLand no new
partnerswillbeallowed.

11.2

The successful bidder on issue of Letter Of Award (LOA) shall furnish


ContractPerformance Guarantee (CPG) intheform ofanondemand Bank
Guarantee asunder:
Page11of22

i) Incaseofindividualfirm:CPGfor10%ofContractValue.

ii)Incase ofJVC:In addition to theCPG of 10 % of contract valueto be


furnished by the JVC, each promoter company having the equity share
holdingof26%ormoreshallberequiredtogiveseparatebankguarantee
for an amount equal to 1% of the total contract price.

Iii)In case of consortium: Consortium leader shall give CPG for avalueof
10 % of Contract Value. In addition, the Consortium Partners shall
furnishabackupBankGuaranteefor5%oftheirportionofwork.

11.3 Nonewconsortiumpartner,(otherthanthequalifiedconsortiumpartners
through EOI) will be permitted at the time of submitting the Techno
commercial Bid.Theconsortium leadershallnotbeaconsortiumpartnerin
other consortium. The firm having experience under clause 9.0 can be
consortium partnerinmorethanoneconsortium.

11.4 The Scopeof work of the Biddershall be on the basis of singlebidder


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
liablefor all the technical,management andallotherservices required to
completetheentirescopeofworkdetailedinthetenderspecification.

11.5 The bidder /JVC/ Consortium leader shall comply with the following criteria
forselectionofsubcontractor:
(a) The bidder who is getting qualified under Route 1/ Route 2/ Route 3
can engagethe subcontractors as required who satisfy the QR
stipulatedinCl.9.0forthosesystemsmentioned inCl.9.0.

Page12of22

(b) The qualifying requirements for the Subcontractors to be appointed


by the successful bidder / JVC/ Consortium leader for executing the
systems/workotherthanthosementionedinCl.9.0willbestipulated
in the tender documents which will be issued to the short listed
bidders. The selection of subcontractors 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


Purchaserandshouldbeonlyfromthereputedmanufacturers /suppliers/
subvendors.

11.7 Thecertificate(s) submitted by the bidder orJVCor consortium leaderor


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 orAssociatetoConsortiumpartneras the case maybe,
will not only be disqualified for the tender but also would be
blacklisted/debarredbythePurchaser.

11.8 Thebidder/ JVC / consortiumleaderandconsortium partner shall not


Subcontract the work back to back for the performance of this
contract.

11.9TIMESCHEDULE:

The Balance of Plant package is to be commissioned to match with the


various requirements of the main plant commissioning. Thus, the tentative
timescheduleforcommissioningofthevarioussubpackagesrangesfrom25
monthsto52months for all the 3 units fromthedateofLOA.Theexact
timescheduleshallbefurnishedinthetenderspecificationdocuments.

Page13of22

11.10 INTEGRITY PACTPROGRAMME.

a. NLC is committed to have most ethical business dealing with the


Vendors,BiddersandContractorsofgoodsandservicesanddealwith
theminatransparent mannerwithEquityandFairness.

b. NLC being a signatory in implementing the Integrity Pact


Programme with Transparency International India, all the bidders /
contractors a r e required to sign the Integrity Pact during the
submission oftheTechnoCommercial bids/offers.

12.0 The bidder /JVC/ Consortiumleader to note the followingclausesalso


whilesubmitting theEOIdocuments:

i) Otherincomewillnotbeconsidered forarriving oftheAnnualturn


over.

ii) For calculating the average Annual Turnover, given in Foreign


Currency, the B.CSelling exchange rate prevailing at the end of
accountingyearwillbeconsidered.

iii) Notwithstanding anythingstatedabove,NLCreserves theright


toverifyallstatements /information submitted toconfirmthe
bidders/JVCs/Consortium leaders&ConsortiumPartnersclaim
on experience and to assess the Bidders /JVCs / Consortium
leaders & Consortium Partners capability and capacity to
perform the contract, should the circumstances warrant such an
assessmentin the overallinterestof theproject.

NLC reserves the right to ask the bidder/JVC / Consortium


leadertoprovidethecertifiedcopiesofexperiencecertificates.
For installations outside India, experience certificate is to be
Page14of22

authenticated by the Indian Embassy in the country and within


India experience certificate is to be attested by a Notary Public.
NLCalsoreservestherighttoconsideranyforeigninstallationsas
experience,onlyifthebidderfacilitatesnecessaryinspectionof
suchinstallationbyNLCoritsauthorisedagency.However,cost
pertaining to NLCs or its authorised agencys personnel, shall be
bornebyNLCoritsauthorisedagency.

iv)NLCreserves therighttorejectanyorallEOIsorcancel/withdraw
theInvitationforEOIwithoutassigninganyreasonwhatsoeverand
in such case,no bidder / J V C / C o n s o r t i u m shallhaveany
claimarisingoutofsuchaction.

v) The bidder /JVC/ Consortiumleader,asthecasemaybe, shall


furnishthefollowingdetailsalso,alongwithhisEOIdocuments:

a. Contracts in hand / pending jobs and their status along with


value.
b. Majorlegalcases.

c. Recent coal / lignite based power projects including BOPs


executedandtheirvalue.

13.0PARTICIPATIONFEE:
Theparticipationfee(nonrefundable)foranamountofIndianRupees2,00,000/
(RupeesTwoLakhsonly)orUSD3,300orEURO2,400intheformofDemandDraft
drawn in favour of Neyveli Lignite Corporation Limited,payableatNeyveli is to
besubmittedalongwiththeEOIdocuments.EOIdocumentsreceivedwithoutthe
Participationfeewillberejected.

Page15of22

14.0

LANGUAGEOFTHEBID:

Thebidpreparedbythebidderandallcorrespondenceanddocumentsrelatingto
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
shallgovern.

15.0

EOIDOCUMENTSSUBMISSIONANDOPENING:

15.1

The EOI documents shall be submitted in one original and ten identical copies
indicatingclearlyasORIGINALandCOPY

15.2

SIGNATUREOFTHEEOI:

15.2.1 The EOI must contain the name and place of business of the person or persons
makingtheEOIandeachpageoftheEOImustbesignedandsealedbytheBidder
/JVC/Consortiumleaderwithhisusualsignature.Thenameofallpersonssigning
shouldbetypedorprintedbelowthesignature.

15.2.2 Satisfactory evidences of authority(ies) of the person(s) signing on behalf of the


Bidder/JVC/ConsortiumshallbefurnishedwiththeBid.

15.2.3 The name(s) stated on the proposal of the Bidder/JVC / Consortium shall be the
exactlegalnameofthefirm.

15.3

METHODOFSUBMISSION:

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.
Page16of22

Failure to do so would result in rejection of such EOI offers. All offers shall be
preparedinEnglishlanguageonlybytypingorprinting.TheEOIoffers,completein
allrespectssubmittedbytheBidder/JVC/Consortiumleader,mustbereceived
by/deposited/deliveredtotheofficialsandaddressmentionedbelow.

15.4

1) Smt.D.Jayalakshmi,DeputyChiefEngineer/Contracts.
2) Shri.V.Dekshinamoorthi,Manager/Contracts
3) Shri.C.Venkatraman,DeputyManager/Contracts

H.GeneralSection
O/oTheExecutiveDirector/PBD&Contracts
CorporateOffice,Block1,
NeyveliLigniteCorporationLimited
Neyveli607801.CuddaloreDistrict,
TamilNadu,INDIA.

TheoutsideoftheEOIoffercovershouldindicateclearlythenameoftheBidder
/JVC/ConsortiumLeaderandtheiraddress.Inaddition,theenvelopeorcontainer
shouldindicatethe"EOITenderNo.andNameoftheworkforwhichtheEOIis
submitted,EOIopeningdateandtime".EOIOfferwithnoindicationgivenonthe
outside of the envelope to indicate that it is an EOI Offer which therefore gets
openedbeforetheduedateshallbeliabletobedisqualified.Allthepagesofthe
EOIOffershallbeseriallynumbered.

15.5

SubmissionofEOIoffersthroughFax,Telex,emailwillnotbeaccepted.

15.6

EOI Offer submitted without the proper documentary evidence to substantiate


fulfillment of the qualifying requirements as specified are liable for rejection
withoutassigninganyreason.

15.7

Neyveli Lignite Corporation Limited takes no responsibility for delay, loss or non
receiptofdocumentsoranylettersentbyposteitherway.

15.8

LATESTHOURFORRECEIPTOFEOIOFFERS:EOIoffersmustreachthisofficeon
orbefore14.30Hours(IST)on20.12.2013.AnyEOIofferreceivedaftertheexpiry
ofthetimespecifiedforreceivingtheEOIOffersisliableforrejection.

Page17of22

15.9

EOIOPENING:

15.9.1 The EOI offers received from the bidders as above will be opened at Corporate
Office,NLCLimited,Block1,Neyveli607801on20.12.2013at15.00Hours(IST).

15.9.2 TheoffersshallbeopenedonthedatesetforopeningoftheEOIinthepresence
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
openingofEOI.

15.9.3 AccreditedAgents/representativesofforeignbiddersinIndiaarealsopermitted
to submit the EOI offers on behalf of the foreign bidders with due Authorization
Letter.
16.0

REQUESTSFORCLARIFICATION:
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,
shouldbeaddressedto
TheExecutiveDirector/PBD&Contracts
CorporateOffice,Block1,
NeyveliLigniteCorporationLimited
Neyveli607801.CuddaloreDistrict,
TamilNadu,INDIA.

PhoneNos:914142252215/252210,
FaxNos:914142252026/252645/252646,
E.mail:cgmconts_co@nlcindia.com
ed.pc@nlcindia.com

EXECUTIVEDIRECTOR/PBD&CONTRACTS

Page18of22

GUIDELINESFORSUBMITTINGTHEDOCUMENTS

1. Formeetingthequalifyingrequirements,

a) The bidder/JVC/ Consortiumleadershallfurnish Documentary evidence to

satisfy the Qualifying Requirementsmentioned inCl.8.1toCl.8.4andCl.9.0


asapplicable.

b) The bidder/JVC/ Consortiumleadershallfurnishhisaudited profitandloss


account and balance sheet for the preceding three consecutive financial
yearspriortotheoriginalscheduleddateofbidopening,tosatisfyclause8.5.

2. Thedocumentaryevidenceshallbesubmittedintheformofperformancecertificate
fromtheenduserintheirletterheadanditshouldbedated.

3. Nameanddesignationofthesigningpersonshouldbeclearlydiscernable.

4. LocationofthePowerplantorindustries(Steel/Aluminium/ZincorCopperplant/
Gas or Nuclear plant) as applicable shall be clearly mentioned in the Performance
certificate.

5. BiddersarerequestedtofurnishContactaddress,FaxNo.,emailID,PhoneNo.ofthe
ContactPersonetc.withrespecttotheenduser.

6. The Purchaser may ask for additional documents such as copies of Purchase
Order/workorder/LOA,ifrequiredinsupportoftheclaimbythebiddertosatisfythe
QualifyingRequirements.

Page19of22

LETTEROFCONSENTTOBEFURNISHED BYTHECONSORTIUM
PARTNERS/ASSOCIATETOTHECONSORTIUMPARTNER

(SAMPLEFORMAT)

We hereby declare that the undersigned firm (Name and


Complete address oftheConsortium Partner/AssociatetotheConsortiumPartner)
hereby agree to associate with (Name and Complete address of the
Bidder/Consortium Leader) forthesuccessfulcompletionof part scope of work
as enclosed in the attachment (authenticated by the Consortium Partner) of
Balance ofPlantPackage forthe
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
applicabletotheplaceofwork/OwnersProjectsite.

OnawardofLOA,theConsortium Partneragreestofurnishanondemandbackup
bankguaranteefor5%forourportionofwork.

ForConsortiumPartner
:

ForConsortium
Partner
Signature of the
AuthorizedSignatory

Designation:

Name

OfficeAddress

Designation:

SealoftheCompany

WITNESS

Signature:

Page20of22


ForBidder

WITNESS

Signature:

Designation:

ForBidder
Signature of the
AuthorizedSignatory
Name

OfficeAddress

Designation:

SealoftheCompany

ForAssociate(ifapplicable)

WITNESS

:
:
:

Signature:

Designation:

ForAssociate
Signature of the
AuthorizedSignatory
Name

OfficeAddress

Designation:

SealoftheCompany

Page21of22

:
:

ATTACHMENT TOTHELETTEROFCONSENT

ScopeofWorkoftheConsortium L e a d e r / Consortium Partner/


AssociatetotheConsortiumPartner(ifapplicable):

ForBidder

ForConsortium Partner

ForAssociate
(Ifapplicable)

Signature ofthe
Authorized Signatory

Signature ofthe
Authorized Signatory

Signature ofthe
Authorized Signatory

Name

Name

Name

Designation:

Designation:

Designation:

SealoftheCompany

SealoftheCompany

SealoftheCompany

Page22of22

You might also like