Sei sulla pagina 1di 9

Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.

Tel: +91-11-23368906 Fax: +91-11-23368729


J habua Pow er Lt d.
2nd Floor, Centrum plaza, Golf Course Road, Sector- 53, Gurgaon-122002
Ph.: +91-124-4392000 Fax: +91-124-4376496

NOTICE INVITING BIDS
BY
JHABUA POWER LIMITED (JPL)
2nd Floor, Centrum Plaza, Golf Course Road, Sector 53,
Gurgaon, Haryana 122 002.
India

For

MAIN PLANT (BTG) PACKAGE OF
2X 600 MW COAL BASED THERMAL POWER PROJECT



Telephone No. : +91-124-4392000
Fax No. : +91-124-4376496




TO : Date:






Dear Sirs,


1.0 INTRODUCTION

1.1 J habua Power Limited (J PL) a group company of Avantha Power & Infrastructure Limited
(APIL) is inviting Bids, for Main plant Package (BTG) for their 2x600MW J PL Seoni Project,
Madhya Pradesh, India. These Bid Documents are prepared considering 2x600 MW subcritical
units. However bidders can offer their nearest standard proven units in the range of (600 +20
%) MW, Subcritical /Supercritical.

1.2 Sealed bids in six copies (1 original +6 copies+1CD) are invited in the prescribed bid forms
and proforma, for the Scope of Work described in the Bidding Documents. The details of the
bid are given below:

a) Bid No : 3400830002MESPC100001 Rev0

b) Description of the Package : The scope includes the basic and detailed design,
engineering, manufacture, procurement, shop testing ,
marine insurance, supply of the plant, supply of spare
parts, supply of tools& tackles, ocean and inland
transportation to site, handling at Port ,project


Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729

management, unloading, storage, stores management,
site fabrication if any, inter-site loading and unloading,
erection works (excluding Civil works), installation, site
testing, training of Owners personnel, Tests on
Completion and Tests after Completion and till Owners
Taking Over of the complete Main Plant (BTG) Package
including warranty/availability Guarantee during Defects
Notification Period for 2x600 MW J PL-Seoni Project.
The scope shall be as detailed in the Bid specification.


c) Time for Completion : Bidder to propose subjected to a limit of 42 months for
first unit and 46 months for second unit.


d) Bid Fee : The bid fee is non-refundable; the same shall be remitted
in the form of Demand Draft.

i) Demand Draft drawn in favour of : J habua Power Limited.,

Payable at Gurgaon., India.

- Foreign bidder : US $ : 4500
- Indian bidder : Indian Rupees : 2,25,000

e) Bid Sale opening date and time : 08-06-2009 at 10 00 Hrs. IST at J PL office, Gurgaon,
India

f) Bid Sale closing date and time : 18-06-2009 at 16 00 Hrs. IST.
[On all working days only]

g) Last date & time for receipt of
query / clarification for bid
conference : 02-07-2009, 14.00 Hrs. IST

h) Pre Bid conference Venue
and date : On 09-07-2009 at

Avantha Power & Infrastructure Limited
2
nd
Floor, Centrum Plaza,
Golf Course Road,Sector 53,
Gurgaon, Haryana 122 002

OR

At a place in Gurgaon as declared at appropriate time
i) Last date and time for : 24.08.2009 at 10.00 Hrs. IST.
submission of Bids/
(both Unpriced & Priced)

Bid submission to : Avantha Power & Infrastructure Limited (APIL), 2
nd
Floor,
Centrum Plaza, Golf Course Road, Sector 53,
Gurgaon,Haryana 122 002.



Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729



j) Bid Opening date and time

1) Un priced Techno-commercial
Bid : 26.08.2009 at 14.00 Hrs. IST.

2) Price Bid : To be intimated later, after evaluation and short listing of
acceptable Unpriced techno-contractual Bids

k) Bid Security Bank Guarantee
(To be submitted with un priced
Techno -contractual Bid)

1) Foreign bidder : US $ 4.5 million

2) Indian bidder : INR 22,50, 00,000

l) Bid Security validity up to : Two hundred forty days (240) from the actual date of
opening of Un priced techno-contractual bid

m) Bid validity up to : One Hundred and Eighty (180) days from the date of
opening of Un priced techno-contractual bid.

n) Defects Notification Period

Unit 1 : Eighteen (18) months

Unit 2 : Eighteen (18) months

o) Performance Security : Successful Bidder shall submit Performance Security
within 28 Days of the Signing of the Contract Agreement
as per proforma given at Annexure-4 of Instruction To
Bidders, Section-1 of Volume-I of Bid Documents.

1) Amount : 10 % of the Contract Price.

2) Validity : shall be valid up to Issue of Performance Certificate by
the Owner for the second unit plus sixty (60) days.








p) Correspondence



JPL

Name Mr. Mahanand J ha,


Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729

Head, Projects

Address : Avantha Power & Infrastructure Limited (APIL), 2
nd

Floor, Centrum Plaza, Golf Course Road, Sector 53,
Gurgaon,Haryana 122 002.

Telephone No. : +91-124-4392000
Fax No. : +91-124-4376496
E-mail ID : m.jha@avanthapower.com



FICHTNER India

Name : Mr. R.Narayanan,
Deputy-General Manager,

Address : FICHTNER Consulting Engineers (India) PVT Ltd,
#731,7th cross, 3rd block Koramangala Bangalore-
560034, India.
E-mail: r_narayanan@blr.fichtner.co.in

Telephone Nos. 91-80-4016 3666(B) /
91-80-4016 3608 (D),
Fax No. 91-80-2550 3239
www.fichtner.co.in


Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729


2.0 ORGANISATION OF THE BID DOCUMENTS

This Bid Documents consist of following separate parts along with amendments issued if any:

i) Notice Inviting Bids
ii) Volume I : Commercial Specification

Section Description
1 Instructions to Bidders (ITB)
2 Conditions of Contract for EPC/Turnkey Projects by FIDIC
3 Special Conditions of Contract (SCC)

iii) Volume II : Technical Specification
Section Description
1 General Technical Specification
2 Detailed Technical Specification Mechanical
3 Detailed Technical Specification Electrical
4 Detailed Technical Specification Control & Instrumentation
5 Detailed Technical Specification Civil
6 Specific Design Data
7 List of Bid Drawings
8 Technical Data Sheets & Schedules to be furnished with the bid
9 Price Schedule


3.0 BENEFITS /EXEMPTIONS FOR MEGA POWER PROJECT

The project will be eligible for Mega Power Project status as provided by the Ministry of
Power of the Government of India and owner is in the process of obtaining the necessary
approval from the Government of India. Mega Power Project status will enable the project to
get various fiscal benefits. Accordingly, supplies of goods for this package will be eligible for
benefits/exemptions as per provision of relevant notifications of the Govt. of India.


Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729

4.0 BIDDERS QUALIFICATION REQUIREMENTS

The Bidder should also meet any one of the Qualifying Criteria stipulated hereunder:

I EXPERIENCE CRITERIA
The Bidder should meet the experience requirements stipulated hereunder in clauses 4.1 or
4.2 or 4.3 as the case may be:

4.1. Experience Criteria 1
4.1.1 Bidder shall be either a Steam Generator manufacturer or Steam Turbine manufacturer
meeting the requirements as below.
a) If Bidder is a Steam Generator manufacturer, he should have designed, manufactured,
supplied, erected, tested and commissioned at least two (2) Steam Generator of unit
capacity of 500 MW or higher, and of at least 80% rating of the offered Steam Generator
which are in successful operation for a period of at least two (2) years, as on the Bid
Submission Date.
b) If Bidder is a Steam Turbine manufacturer, he should have designed, manufactured,
supplied, erected, tested and commissioned at least two (2) Steam Turbine of unit capacity
of 500 MW or higher, and of at least 80% rating of the offered Steam Turbine which are in
successful operation for a period of at least two (2) years, as on the Bid Submission Date.
4.1.2 If the bidder is a manufacturer of Steam Generator only and not the Steam Turbine, then he
shall furnish along with the bid an undertaking as per the format (Attachment-VI of Annexure-5
of ITB, Section-1, Volume-I of Bid Documents) jointly executed by him and the manufacturer of
Steam Turbine (which he proposes to supply), who on his own fully meets the requirement of
the above Clause 4.1.1(b).
4.1.3 If the bidder is a manufacturer of Steam Turbine only and not the Steam Generator, then he
shall furnish along with the bid an undertaking as per the format (Attachment-VII of Annexure-
5 of ITB, Section-1, Volume-I of Bid Documents) jointly executed by him and the manufacturer
of Steam Generator (which he proposes to supply), who on his own fully meets the
requirement of the Clause 4.1.1(a).
4.1.4 In case of the Steam Generator manufacturer or Steam Turbine manufacturer is not fulfilling
criteria in 4.1.1(a) and/or 4.1.1 (b) he can offer the respective matching equipment in
association with technical collaboration and a valid licensing agreement with an authorization
to manufacture from a manufacturer who on his own fully meets the requirement of the above
Clause 4.1.1 (a) and/or 4.1.1 (b) respectively. In the event the Bidder shall, together with his
Bid, furnish a deed of joint undertaking in the form prescribed in the proforma enclosed in the
Attachment- VIII and IX of this annexure, jointly executed by Bidder and the Qualifying Steam
Generator and Steam Turbine manufacturer pursuant to which Bidder and the Qualifying
Steam Generator and Steam Turbine manufacturer are jointly and severally liable to OWNER
for the successful performance of the Steam Generator and/or Steam Turbine offered by
Bidder pursuant to its Bid and their integral auxiliaries. The deed of joint undertaking shall be
submitted along with the Bid, failing which OWNER may disqualify Bidder and reject such
Bidders Bid.

4.2. Experience Criteria 2
4.2.1 Bidder shall have an association with a Qualifying Steam Generator and Steam Turbine
manufacturer(s). The Qualifying Steam Generator and Steam Turbine manufacturer(s) shall be
the manufacturer(s) of the Steam Generator and Steam Turbine who meets the requirement of
4.1.1 (a) and 4.1.1 (b) respectively. In such an event, Bidder shall, together with his Bid,


Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729

furnish a deed of joint undertaking in the form prescribed in the proforma enclosed in the
Attachment X and XI of Annexure-5 of Instructions To Bidders Section-1 of Volume-I, jointly
executed by Bidder and the Qualifying Steam Generator and Steam Turbine manufacturer(s),
in and pursuant to which Bidder and the Qualifying Steam Generator and Steam Turbine
manufacturer(s) are jointly and severally liable to OWNER for the successful performance of
the Steam Generator and Steam Turbine offered by Bidder pursuant to his Bid and their
integral auxiliaries. The deed of joint undertaking shall be submitted along with the Bid, failing
which OWNER may disqualify Bidder and reject such Bidders Bid.

And

4.2.2 Bidder on his own should have Engineered, Supplied and Commissioned of Main Plant (BTG)
Package, the scope of such package shall be similar to those specified in this specification for
at least two (2) coal fired power plants of capacity 500 MW or higher which is in successful
operation for a period of at least two (2) years as on the Bid Submission Date.

4.3. Experience Criteria 3
4.3.1 Bidder (or if Bidder is a Consortium, at least one Consortium Member) shall be a turnkey
management and contracting company who has executed at least two (2) coal fired power
plant of 500 MW capacity or above, which is in successful operation for a period of at least two
(2) years, as of the Bid Submission Date.

And

4.3.2 Bidder shall have an association with an organisation that has engineered at least two (2) coal
fired power plant of capacity 500 MW or higher which is in successful operation for a period of
at least two (2) years as of the Bid Submission Date (such contractor hereinafter referred to as
a Qualifying Engineering Consultant). In such an event, Bidder shall, together with its Bid,
furnish a deed of joint undertaking in the form prescribed in the proforma enclosed in the
Attachment-XII of Annexure-5 of Instructions To Bidders Section-1 of Volume-I, as
enclosed. J ointly executed by Bidder and the Qualifying Engineering Consultant pursuant to
which Bidder and the Qualifying Engineering Consultant are jointly and severally liable to
OWNER for the successful performance of the engineering services included in the scope of
the Qualifying Engineering Consultant. The deed of joint undertaking shall be submitted along
with the Bid, failing which OWNER may disqualify Bidder and reject such Bidders Bid.

And

4.3.3 Bidder shall have an association with a Qualifying Steam Generator and Steam Turbine
manufacturer(s). The Qualifying Steam Generator and Steam Turbine manufacturer(s) shall be
the manufacturer(s) of the Steam Generator and Steam Turbine who meets the requirement of
4.1.1 (a) and/or 4.1.1 (b) respectively.. In such an event, Bidder shall, together with his Bid,
furnish a deed of joint undertaking in the form prescribed in the proforma enclosed in the
Attachment XIII and XIV of Annexure-20 of Instructions To Bidders Section-1 of Volume-I,
jointly executed by Bidder and the Qualifying Steam Generator and Steam Turbine
manufacturer(s), in and pursuant to which Bidder and the Qualifying Steam Generator and
Steam Turbine manufacturer(s) are jointly and severally liable to OWNER for the successful
performance of the Steam Generator and Steam Turbine offered by Bidder pursuant to his Bid
and their integral auxiliaries. The deed of joint undertaking shall be submitted along with the
Bid, failing which OWNER may disqualify Bidder and reject such Bidders Bid.


II FINANCIAL CRITERIA

4.4 The average annual turn over of the bidder during the last three financial year should be equal
to or more than the Annualized bid value i.e. the price quoted by the bidder including duty and
taxes if any which is considered for evaluation. A financial year shall be a period of twelve
Gregorian calendar months.



Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729

4.5 If the bidder associates himself with an organisation or forms a Consortium as described in the
above clauses 4.1 to 4.3, then the annual turn over of the bidder and his
partner/associate/members shall be equal to annualised bid value of their portion of the scope
of works.

5.0 Hence the bidders in their own interest are advised to submit their bids complete in all
respects conforming to all terms and conditions of the bid document.

6.0 Bids shall be evaluated based on the information / documents available in the bid. Hence
bidders are advised to ensure that they submit appropriate and relevant supporting
documentation along with their proposal in the first instance itself. Bids not complying
significantly with the requirements of bid documents are liable to be rejected without any
further opportunity.

7.0 Bidder to ensure that after award of Contract and during execution, the Contractor shall not
seek to alter any agreed contractual terms, conditions & Specifications.

8.0 All Bids must be accompanied by a Bid Security for an amount in the form and manner as
specified in the Bid Documents.

9.0 Two part Bid System shall be followed for this tender. Bidders should take due care to submit
Bids in accordance with the requirements in sealed covers. Bid Evaluation Criteria at
Annexure -20 of the Instruction To Bidders, Section -1 of Volume-I shall be the basis for
evaluation of Bids.

10.0 This Notice Inviting Bids, in original, issued along with Bid Documents, shall be submitted by
the bidder along with Bid duly signed by the bidder as the token of acceptance. Offer sent
without having the prescribed Bid Documents of Owner and without complying with the terms
and conditions for submission of Bid Documents will be ignored.

11.0 The Bidder is required to complete the Acknowledgment Letter in the format provided at
Annexure-1 of the Instruction To Bidders, Section -1 of Volume-I and send the same to the Bid
Inviter within two weeks of issue of the Bid Documents.

12.0 PRE-BID CONFERENCE

12.1 Pre-bid conference will be held at Avantha Power and Infrastructure Limited (APIL), 2
nd
Floor,
Centrum Plaza, Golf Course Road, Sector 53, Gurgaon 122 002. Haryana OR at a place
in Gurgaon as declared at appropriate time, for the purpose of clarification, if any on technical
and commercial issues relating to the Bid Documents. The Bidder is requested to submit any
query/ clarification on Bid Documents in writing as per the format Annexure-6 of the Instruction
To Bidders, Section -1 of Volume-I to reach the Bid Inviter for the purpose of discussion in pre-
bid conference. No further queries/ clarification on bidding documents shall be entertained/
accepted by Bid Inviter thereafter.

12.2 Bidders are advised to depute their authorized representative to attend Pre-Bid Conference to
take decisions across the table.

12.3 Any modification to the Bid Documents listed in Clause 2.0 above, which may become
necessary as a result of the Pre-Bid Conference, shall be made by the Owner exclusively
through the issuance of an amendment of the Bid Documents and not through the minutes of
the Pre-Bid Conference.

12.4 Non attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.


Corporate Office: Thapar House, 124, Janpath, New Delhi 110 001, India.
Tel: +91-11-23368906 Fax: +91-11-23368729


13.0 Issuance of this Bid Document does not construe that the bidder has been short-listed or
qualified, neither it is an assurance that the bidding process will not be terminated in the mid
way.

14.0 If the Bid Documents are required to be sent by courier an additional amount of Rs. 6,000.00
FOR COURIER CHARGES in India or US$ 600.00 for courier charges outside India has to be
sent well in advance in addition to the cost of bid documents. However, J PL will not take any
responsibility for loss or delay if any in the transmission of the document sent by courier.
Bidders are advised to collect the Bid Documents from


Name of the Bid Inviter: Mr. Mahanand Jha,
Head-Projects,

Address of the Bid Inviter : Jhabua Power Limited (JPL), 2nd Floor, Centrum Plaza,
Golf Course Road, Sector 53, Gurgaon,Haryana 122
002 India.
E-mail: m.jha@avanthapower.com,

Telephone Nos. +91-124-4392000
Fax No. +91-124-4376496







Yours faithfully


Mahanand Jha
Head-Projects

Potrebbero piacerti anche