Sei sulla pagina 1di 11

JAYPEE POWERGRID LIMITED

Regd Office- JA House, 63 Basant Lok, Vasant Vihar, New Delhi-110057

INVITATION TO BID (NIT) FOR TRANSMISSION LINE TOWER PACKAGES A1, A2 & A3 ASSOCIATED WITH KARCHAM WANGTOO H.E.P. TRANSMISSION SYSTEM. Spec. Nos. :JPL/KW/TL/A1 (Pkg.-A1), JPL/KW/TL/A2 (Pkg.-A2) & JPL/KW/TL/A3 (Pkg.-A3) (DOMESTIC COMPETITIVE BIDDING) Dated: 08/10/2007 JAYPEE POWERGRID LIMITED (JPL) is a joint venture company , formed by Power Grid Corporation of India Ltd. (POWERGRID) and Jaiprakash Hydro Power Ltd. (JHPL),. JPL is executing Transmission system associated with 1000 MW Karcham Wangtoo HEP, located in Kinnaur District of Himachal Pradesh (H.P). JPL, therefore, invites sealed bids from eligible bidders, for aforesaid package(s). Bidding Documents are available for sale from 08/10/2007 to 30/10/2007 and may be purchased by paying Rs. 1,00,000/- (Rs. One Lakh only) in the form of demand draft in favour of JAYPEE POWERGRID LIMITED payable at New Delhi. A Pre-bid meeting will be held on 31.10.2007, in the office of POWERGRID at sector-29, SAUDAMINI, GURGAON, for any clarifications etc. Bids shall be received upto 1100 hrs. (IST) on 30/11/2007 and shall be opened on the same day at 1130 hrs. (IST) in Corporate Contract Department at POWERGRID office at GURGAON. The detailed Qualifying Requirements are given in the Bidding Documents of the subject package(s). The complete Bidding Documents including tender drawings are available on JAYPEE POWERGRID LIMITED website http://www.jaypeepowergrid.com. Interested bidders may download the Bidding Documents and commence preparation of bids to gain time. However, they will be required to purchase the Bidding Documents from JPL, (for submission of bid), which will be duly authenticated by the executive issuing the documents. In case of any discrepancy between the documents downloaded by the prospective bidder and the Bidding Documents (hard copy) issued by JPL official, the latter shall prevail. The concerned contact person for correspondence/communication including sale of Bidding Documents and all related correspondence is Shri. Suresh Chandra, President (Tech.), JVL, 64/4, Site IV, Industrial Area, Sahibabad, Distt. Ghaziabad -201010 Phone Nos.: 95120-2896705/740/807/808 Extn. 2258; 95120-2896757 (Dir.); Fax No.: 95120 2896726 / 2896777

INVITATION TO BID (NIT) (E-NIT) FOR TRANSMISSION LINE TOWER PACKAGES- A1, A2, A3 (as below), ASSOCIATED WITH KARCHAM WANGTOO HEP TRANSMISSION SYSTEM TOWER PACKAGE A1: TRANSMISSION LINE TOWER PACKAGE FOR (i) LILO OF 400 kV D/C (TRIPLE BUNDLE) BASPA NATHPA JHAKRI LINE AT KARCHAM WANGTOO (APPROX. 4 KMS.) AND (ii) 400 kV D/C (QUAD BUNDLE) KARCHAM WANGTOO ABDULLAPUR LINE PART I (APPROX. 80 KMS) INCLUDING SUPPLY OF EARTH WIRE, HARDWARE FITTINGS AND ACCESSORIES FOR CONDUCTOR AND EARTH WIRE; TOWER PACKAGE A2: TRANSMISSION LINE TOWER PACKAGE FOR 400 kV D/C (QUAD BUNDLE) KARCHAM WANGTOO ABDULLAPUR LINE PART II (APPROX. 85 KMS) INCLUDING SUPPLY OF EARTH WIRE, HARDWARE FITTINGS AND ACCESSORIES FOR CONDUCTOR AND EARTH WIRE; AND TOWER PACKAGE A3: TRANSMISSION LINE TOWER PACKAGE FOR 400 kV D/C (QUAD BUNDLE) KARCHAM WANGTOO ABDULLAPUR LINE PART III (APPROX. 65 KMS.) INCLUDING SUPPLY OF EARTHWIRE, HARDWARE FITTINGS AND ACCESSORIES FOR CONDUCTOR AND EARTHWIRE. SPECIFICATION NOs.: JPL/KW/TL/A1 (TOWER PACKAGE A1) JPL/KW/TL/A2 (TOWER PACKAGE A2) JPL/KW/TL/A3 (TOWER PACKAGE A3)
GUIDELINES TO BIDDERS 1.0 This invitation for bids shall appear in National and Regional Newspapers on 08.10.2007. This shall also be available on the same date on the website of Jaypee Powergrid Ltd. (JPL), a joint venture company between Power Grid Corporation of India Ltd. (POWERGRID) and Jaiprakash Hydro Power Ltd. (JHPL). The address of website of JPL is given at para 6.0 below. JPL, incorporated under the Companies Act, 1956, having its registered office at JA House, 63, Basant Lok, Vasant Vihar, New Delhi 110057 (hereinafter referred to as JPL/Owner) has decided to set up, as an Owner, Transmission System associated with Karcham Wangtoo Hydro Electric Power Project. The procurement activities in respect of the aforesaid Project shall be carried out by the Owner. For the purpose of all procurement activities, the Owner shall also be referred to as Employer.

2.0

2.1

3.0

JPL, therefore, invites sealed Bids from eligible bidders for the following packages for this project on domestic competitive bidding basis:

Tower Package Transmission Line Tower Package for (i) A1 LILO of 400 kV D/C (Triple Bundle) Baspa Nathpa Jhakri Line at Karcham Wangtoo (approx. 4 Kms.) including supply of Earth Wire, Hardware fittings and accessories for (Triple Bundle) snowbird conductor and Earthwire and (ii) 400 kV D/C Karcham Wangtoo Abdullapur Line Part I (approx. 80 Kms.) including supply of Earth Wire, Hardware Fittings and Accessories for (Quad Bundle) Conductor and Earth Wire. Tower Package Transmission Line Tower Package for 400 A2 kV D/C (Quad Bundle) Karcham Wangtoo Abdullapur Line Part II (approx. 85 Kms.) including supply of Earthwire, Hardware Fittings and Accessories for Quad bundle Conductor and Earthwire Tower Package Transmission Line Tower Package for 400 A3 kV D/C (Quad Bundle) Karcham Wangtoo Abdullapur Line Part III (approx. 65 Kms.) including supply of Earthwire, Hardware Fittings and Accessories for Quad bundle Conductor and Earthwire 3.1 SCOPE OF WORK

3.1.1 The scope of work covered under respective packages shall include (i) detailed survey, profiling, tower spotting/optimization of tower locations, soil resistivity measurement, geo-technical investigation and check survey; (ii) fabrication and supply of all types of transmission line towers as per Owners design including all types of tower accessories; (iii) supply of Earthwire, Hardware Fittings and Conductor & Earthwire Accessories; (iv) selecting type of foundation for different type of tower and casting of foundation for tower footings, as per Owners foundation design; (v) erection of towers, fixing of insulator strings, stringing of conductor and earthwire along with all necessary line accessories; and (vi) testing and commissioning of the erected transmission lines, as covered under respective packages.

3.1.2 The above scope of work is indicative and the detailed scope of work is given in the Technical Specifications forming part of the Bidding Documents. 3.1.3 The completion period for each of the Tower Packages A1, A2 and A3 is 30 months from the effective date of respective Contract. 4.0 Bidding will be conducted through domestic competitive bidding procedures as per the Policy and Procedures of Procurement adopted in JPL. The detailed Qualifying Requirements (QR) are given in the Bidding Documents of the subject packages. The same are also attached herewith. However, only reputed bidders with proven credentials having fabrication, galvanizing and QA facilities will be allowed to participate in the bidding process. Assessment of financial and manufacturing capabilities may be done, if considered necessary. The complete bidding documents including tender drawings are available at JPLs website www.jaypeepowergrid.com. Interested bidders can download the Bidding Documents and commence preparation of bids to gain time. Interested eligible bidders may obtain further information / clarification at the office of JPL from the contact person mentioned at Para 14 below from 1500 hours (IST) to 1700 hours (IST). Interested Bidders will be required to purchase the Bidding Documents from JPL, (for submission of the bid), which will be duly authenticated by the executive issuing the documents. In such case, a complete set of Bidding Documents in English may be purchased by interested Bidder or Bidders authorised representative on the submission of a written application to the address below and upon payment of a nonrefundable amount of INR 1,00,000 /- (Rs. One Lakh only) in the form of demand draft in favour of JAYPEE POWERGRID LIMITED, payable at New Delhi on all working days up to 30/10/2007. JPL shall not be responsible for any postal delay in respect of request for issuance of Bidding Documents and/or despatch of Bidding Documents and/or submission of bids. In case of any discrepancy between the documents downloaded by the prospective bidder and the Bidding Documents (hard copy) issued by JPL official, the latter shall prevail. The Bidding Documents are meant for the exclusive purpose of bidding against this specification and shall not be transferred to

5.0

6.0

7.0 8.0

any other party or reproduced or used otherwise for any purpose other than for which they are specifically issued. 9.0 A Pre-Bid meeting will be held at the office of POWERGRID, SAUDAMINI sector -29, Gurgaon, India on 31/10/2007to clarify the bidders the exact scope of work, the extent of surveys and investigations carried out by JPL and the basic data available and other issues raised with reference to the provisions of the Bidding Documents.

10.0 Bidders are permitted to quote for maximum two tower packages, consisting of one tower package from snow zone area and one tower package from non snow area. However, bidders can quote for any one tower package as well, as per their choice and the same shall be considered for evaluation. Based on such evaluation, award of contracts would be made to one bidder for one or two package(s) on the basis of least evaluated cost by the Employer. 11.0 Bids must be delivered to the address below at or before 1100 hrs on 30/11/2007. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders representatives who choose to attend in person at the address below at 1130 hrs on 30/11/2007. All bids must be accompanied by bid security amount of INR 2,85,00,000/- for Package-A1, INR 2,83,00,000/- for Package A2 and INR 1,31,00,000/for Package-A3. Power Grid Corporation of India Ltd. Corporate Contracts Deptt. SAUDAMINI, sector-29, Gurgaon, Haryana-122001 12.0 Bids not accompanied with valid Bid Security in accordance with clause 24.0, Section INB of the Bidding Documents, in separate envelop shall not be entertained and shall be returned to the Bidder without being opened. 13.0 JPL reserves the right to cancel/withdraw this invitation for bids without assigning any reason and shall bear no liability whatsoever consequent upon such a decision. 14.0 All future correspondence following address. (By Post/In Person) Shri. Suresh Chandra President (Tech.) JVL64/4, Site IV, Industrial Area relating to the Bid shall be to the

Sahibabad, Distt. Ghaziabad-201010 Tel: 95120 -2896757 Fax: 95120-2896726, 2896777 Email: suresh.chandra@jalindia.co.in For more information on JPL, Please visit our website at below mentioned link http://www.jaypeepowergrid.com

Appendix A (SCC)

QUALIFICATION OF THE BIDDER


Qualification of bidder will be based on meeting the minimum pass/fail criteria Specified in part-A bellow regarding the Bidders technical experience, manufacturing facilities and financial position as demonstrated by the Bidders responses in the corresponding Bid Schedules. The Bidder shall also be required to furnish the information specified in part-B in their Bid. Subcontractors technical experience and financial resources shall not be taken into account in determining the Bidders compliance with the qualifying criteria. An individual firm only that fully meets the qualifying requirements and has its own tower parts manufacturing and quality assurance facilities or has got assured access to these facilities, as per 1.2 (b) below, can submit the bid. The owner may assess the capacity and capability of the bidders, to successfully execute the scope of work covered under the stipulated completion period. The assessment shall, inter-alia, include (a) document verification (b) bidders work and manufacturing facility visit (c) manufacturing capacity, details of work executed,works in hands, anticipated in future & the balance capacity available for the present scope of work (d) details of plant and machinery, manufacturing and testing facilities, manpower and financial resources (e) details of quality system in place (f) past experience and performance (g)customer feedback (h) bankers feedback etc. Owner reserves the right to wave minor deviations if they do not materially affect the capability of the Bidder to perform the contract. 1.0 PART-A

1.1

Technical Experience The bidder shall have satisfactorily completed as a prime contractor 345/400 kv or higher voltage class transmission line(s),within the last seven (7) years, as on date of bid opening. The bidders experience should include the following:

The bidder should have surveyed, optimised tower locations, erected and strung not less than the following cumulative route length of the transmission lines of 345/400kv or higher voltage class involving bundle conductors. For Package-A1 : 100 Kms

For Package-A2 : 100 Kms

For Package- A3 :

100 Kms

The bidder should have constructed at least 50 km of 132 kv or above voltage level line in mountainous region (Applicable for packages A-1 &A-2 only). Manufacturing Facilities a) The bidders should have its own manufacturing facilities for the transmission line towers and tower parts having the following minimum manufacturing capacities and manufacturing experience. (i) Manufacturing capacity per financial year: 20,000 Metric Tonnes for Package A1 20,000 Metric Tonnes for Package A2 10,000 Metric Tonnes for Package A3 (ii) Manufacturing Experience Average Quantity of Lattice steel structure (Transmission Line tower parts), manufactured per financial year, during the last three financial years should not be less than: 10,000 Metric Tonnes for Package A1 10,000 Metric Tonnes for Package A2 5000 Metric Tonnes for Package A3 b) Alternatively, the bidder should have assured access (through hire, lease, purchase agreement or other means to be submitted in the Bid) from tower manufacturers meeting the requirement of Para 1.2(a) (i) &(ii) above. In such a case, the bidder shall furnish a joint deed of undertaking (format enclosed as Appendix-c to this section) along with the manufacturers in the bid to guarantee quality & timely supply of tower parts and confirming to furnish a performance guarantee of 5% of the cost of such tower parts from such manufacturer. This will be in addition to 10.0% contract performance guarantee to be submitted by the contractor on award of contract. However, such manufacturers should have established manufacturing, testing facilities and quality assurance

1.2

system for transmission tower line parts. Also, the Bidder / Contractor shall furnish an undertaking in the bid to source tower supply from an established manufacturer meeting the requirement of 1.2 (a) & (b) above. For bidders to qualify for more than one package, the manufacturing facility shall not be less than the sum of requirements stipulated for the packages ,he proposes to qualify for. 1.3 Financial position A. Minimum Average Annual Turnover (MAAT) for best years out of last five financial years of the bidder should be:INR 1500 Million for Package A1 INR 1500 Million for Package A2 INR 1000 Million for Package A3 B. Bidders shall have liquid assets(LA) or / and evidence of access to or availability of the credit facilities of not less than:INR 250 Million for Package A1 INR 250 Million for package A2 INR 100 Million for Package A3 For bidders to qualify for more than one package, their financial position shall not be less than the sum of the requirements for the packages, they propose to qualify for. Incase the bidder is a holding company, MAAT and LA refer to in clause 1.3 A and B above shall be of that holding company only ( i.e. Excl. its subsidiaries / group companies). Incase bidder is a subsidiary of a holding company, MAAT & LA refer to inclause (1.3 A & 1.3 B) above shall be of that subsidiary company only (i.e Excl. its holding company). 2.0 2.1 PART-B Equipment Capabilities

The bidders should own or have access to the following key erection equipments:Tension Stringing Equipment of 15 tonnes capacity : = Minimum one No. Incase the bidders are proposing above facilities from other agencies, they shall furnish the details of such agencies alongwith their consent letter.

2.1.1 The bidder shall also furnish the following documents/ details with its bid : i.) A certificate from banker (as per format) indicating various fund based / non-fund based limits sanctioned to the bidder and the extent of utilisation as on date. Such certificate should have been issued not earlier than 3 months prior to the date of bid opening. Wherever, necessary owner may make queries with the bidders bankers. ii) The complete annual reports together with Audited statement of accounts of the company for last five years of its own (separate) immediately preceding the date of submission of bid. [Note: I. In the event the bidder is not able to furnish the information of its own (i.e separate), being a subsidiary company and its accounts are being consolidated with its group/holding/parent company, the bidder should submit the audited balance sheets, income statements, other information pertaining to it only (not of its group/holding/parent company) duly certified by any one of the authority [ (i) Statutory Auditor of the bidder /(ii) Company Secretary of the bidder or (iii) A certified Pubic Accountant] certifying that such information / documents are based on the audited accounts as the case may be. II. Similarly, if the bidder happens to be a Group/Holding/Parent Company,the bidder should submit the above documents/ information of its own(i.e exclusive of its subsidiaries) duly certified by any one of the authority mentioned in Note-I above certifying that these information/ documents are based on the audited accounts,as the case may be.

2.2

Litigation History:

The bidder should provide detailed information on any litigation or arbitration arising out of contracts completed or under execution by it over the last five years. A consistent history of awards involving litigation against the bidder or any partner of JV may result in rejection of bid). End of Appendix- A (SCC)-

Potrebbero piacerti anche