Post on 23-Dec-2015
description
1
NEYVELI LIGNITE CORPORATION LIMITED
(A Navratna Government of India Enterprise)
OFFICE OF THE GENERAL MANAGER / CONTRACTS
CORPORATE OFFICE, NEYVELI – 607 801
NOTICE INVITING BID
GLOBAL EXPRESSION OF INTEREST (EOI) TENDER
1.0 M/s Neyveli Lignite Corporation Limited, Neyveli, a NAVRATNA Government of
India Enterprise registered under Indian Companies Act, 1956, hereinafter referred to
as NLC or Client on behalf of Neyveli Uttar Pradesh Power Limited (NUPPL)
invites bids in English, one original and its six copies from technically and financially
sound Bidders from India and abroad with relevant experience in Coal Mining, for the
Work “Phase 1 – DGPS Survey, Detailed Exploration, Preparation of Reports such as
FR, Mining Plan, EIA/EMP, SIA & obtaining Pre-Development clearance for
Pachwara South Coal Block, Dumka District of Jharkand State”
1.1 Tender No. CO CONTS./0005C/MDO – Ph 1/ PACHWARA SOUTH /2015
Dt. 11.03.2015 1.2 SCOPE OF WORK
The scope of work covered under this “WORK” consist of activities such as carrying
out DGPS Survey, Detailed Exploration, Preparation of Geological Report, Feasibility
Report, Mining Plan, EIA/EMP Report, carrying out additional studies like Hydro-
Geological studies, SIA studies etc. and obtaining all statutory clearances from the
State/Central Governments for opening the mine. The detailed scope of work is
covered in Section-F of Tender Document.
Ministry of Coal (MoC) has allocated Pachwara South Coal Block in Jharkhand State
to NUPPL for the end use plant at Ghatampur, Uttar Pradesh. (3 X 660 MW)
1.3 Price of Tender Document Rs.10,000/- or USD 159 or Euro 149
1.4 . Bid Guarantee Amount (EMD) Rs.14,00,000/- or USD 22313 or Euro 20865
1.5 . Tender document Sale Period From 10.00 hrs on 18.03.2015 to 17.00 hrs on
06.05.2015
1.6 . Last Date & Time for receipt of bids Upto 14.30 hrs (IST) on 07.05.2015
1.7 . Date & Time of Bid opening Part – I At 15.00 hrs (IST) on 07.05.2015
1.8. Pre-Bid Conference* On 16.04.2015 at 11.00 hrs. (IST)
*The points for discussion may be furnished in advance both in hard and soft copy to
the undersigned and also to the below E-mail ID for clarification
Note: i) For further details such as Qualifying Requirements, Detailed scope of work
etc., please visit our website: www.nlcindia.com / CPP Portal (www.eprocure.gov.in)
or contact the General Manager / Contracts, Corporate Office, Neyveli Lignite
Corporation Limited, Neyveli-607801, Cuddalore District, Tamil Nadu, India.
Telephone No. : 04142-252210 252215 & 251620
Fax No. 91-04142-252026, 252645/252646
E-mail: gmconts_co@nlcindia.com
cgmconts_co@nlcindia.com
cgmconts_co@rediffmail.com
cgmconts_co@yahoo.co.in
2
ii) The Tender documents can be had from the above address on payment of cost of
tender documents by Demand Draft (DD) drawn in favour of Neyveli Lignite
Corporation Limited (NLC) and payable at Neyveli or through NEFT/RTGS mode to
NLC’s Account No.10895129204, Beneficiary Name: NLC Ltd., Estt.A/c in State
Bank of India, Branch: Neyveli Main (IFS Code No. SBIN0000958).
iii) The Tender documents may also be downloaded from NLC website
www.nlcindia.com / CPP Portal (www.eprocure.gov.in) during tender document sale
period. In such case, the cost of tender document shall be paid by way of DD drawn
in favour of NLC Limited, Neyveli, payable at Neyveli or NEFT/RTGS mode to
NLC’s Account No.10895129204, Beneficiary Name: NLC Ltd., Estt. A/c in State
Bank of India, Branch: Neyveli Main (IFS Code No. SBIN0000958) and the DD / the
remittance details with UTR No. shall be furnished along with the bid in Part I failing
which the offer shall be rejected. The Bidder is to note that the Bank Commission
charges will be to the account of the bidder and the net amount transferred to NLC’s
account shall be equal to the cost of the Tender document.
iv) Amendments / Errata / Corrigendum / Clarifications if any issued for the tender shall
form part of the tender document. Amendments / Errata / Corrigendum / Clarifications
will also be posted in NLC’s website. Firms are requested to visit NLC’s website/ CPP
Portal and note the Amendments / Errata / Corrigendum / Clarifications before
submission of offer. Any ignorance on the part of the firms in not seeing the website will
not be an excuse. NLC is not responsible if any Bidder omits to notice any Amendments /
Errata / Corrigendum / Clarifications. The Amendments / Errata / Corrigendum /
Clarifications will be numbered consecutively. The bidders are requested to sign all the
Amendments / Errata / Corrigendum / Clarifications issued for the tender and enclose
along with the bid as these form part and parcel of tender document.
2.0 QUALIFYING REQUIREMENTS:
2.1 The bidder
(a) Should have drilled 6000 meters in one or more coal/lignite in a year and prepared
geological report for the same block/deposit. Out of the 6000 meters drilling in a year,
at least 10% quantity of drilling i.e 600 meters should be more than the depth of 300
meters.
and
(b) Should have prepared Feasibility Reports (or) prepared Mining Plans for a
coal/lignite mine of Capacity of 4 Million Tonnes Per Annum (MTPA) (from one or
more mines) with a minimum of 2 MTPA capacity from at least one coal/lignite mine.
Mining Plan should have been approved by Ministry of coal.
2.2 A bidder who does not meet the above qualifying requirement as cited in 2.1 (a) and
(b) combined can also participate, if he has experience of either 2.1 (a) or 2.1 (b). In
such case, if the aforesaid bidder has relevant experience as cited in 2.1 (a), he shall
form a consortium with a firm who has the relevant experience as cited in 2.1 (b) or
vice versa. The bidder should furnish a valid Consortium Agreement between the
bidder and the consortium partner that fully meets the qualifying requirements
stipulated as in Clause-2.1(a) and (b) above respectively.
Note: In such a case as in Clause 2.2 above, the bidder shall along with the bid
furnish a letter of consent/Expression of Intentions signed jointly with the consortium
partner for undertaking the work jointly for the successful performance and
completion of the contract. If the bidder becomes successful, prior to the issue of
3
LoA, he has to furnish a Joint Deed of Undertaking executed with the consortium
partners as the case may be in the format prescribed by NUPPL, for under taking the
work jointly and for the successful performance and completion of the contract and it
should be kept valid till the completion of all the obligations under this contract in
which the consortium partner and the bidder are jointly and severally liable to
perform all the contractual obligations. In case of award, the consortium partner will
also be required to furnish back up guarantee in the form of bank guarantee, for 5% of
the contract value in addition to the 10% of the total contract price as contract
performance guarantee by the bidder and should be kept valid till the completion of
all the obligations under this contract.
2.3 The bidder shall have positive net worth as per their latest audited financial statements
individually. The consortium partner shall also have the same, as the case may be.
2.4 Average Annual Turnover of the Bidder or the combined average annual Turnover of
the consortium partners shall be more than Rs.4.00 Crores or equivalent foreign
currency in the last three consecutive financial years as on the original schedule date
of EOI opening.
3.0 TIME SCHEDULE:
3.1 The subject work shall be completed in all respects by 39 Months as per the Time
Schedule indicated in SECTION-C, Clause 3.0 of Tender Document
4.0 SUBMISSION OF BID AND OPENING:
Bids duly signed in all pages with date are to be submitted in TWO PARTS IN
SEPARATE SEALED COVERS clearly mentioning the Part No., Bid reference No.
on top of the each cover as follows:
Part I Form of Bid (Part-I), Bid guarantee, Technical and commercial aspects and
Part II –Form of bid (Part-II) & PRICES ONLY (price schedule)
and should be addressed to the General Manager / Contracts, Corporate Office,
Block-1, Neyveli Lignite Corporation Limited, Neyveli-607801, Tamil Nadu, India.
5.0 SPECIAL NOTE AND INFORMATION REGARDING THE TENDER
5.1
a) The Tender Documents (Non-Transferable) can be had from the General Manager
/Contracts, Corporate Office, Neyveli Lignite Corporation Limited, Neyveli-607
801, Tamil Nadu, India on payment either by crossed Demand Draft drawn in
favour of Neyveli Lignite Corporation Limited, payable at Neyveli or Banker’s
Cheque or on remitting payment to NLC’s Account No.10895129204
Beneficiary Name: NLC Ltd., Estt. A/c in State Bank of India, Branch: Neyveli
Main (IFS Code No. SBIN0000958). through RTGS / NEFT and by indicating the
UTR No.
b) The Tender documents can also be downloaded from NLC website
www.nlcindia.com / CPP Portal (www.eprocure.gov.in) during tender document
sale period and the cost of tender document shall be paid through (i) crossed
Demand Draft drawn in favour of Neyveli Lignite Corporation Limited, payable
at Neyveli, and shall be enclosed in Part I bid or (ii) RTGS / NEFT and the UTR
No. shall be indicated in the Part – I bid.
c) No other mode of payment will be accepted.
4
5.2 The remittance and forwarding letter should bear Tender Reference No. and be
addressed to Accounts Manager, F&A Branch, Corporate Office, Neyveli-607 801
with a copy marked to the General Manager / Contracts, Corporate Office, Neyveli
Lignite Corporation Limited, Neyveli-607 801, Cuddalore District, Tamil Nadu,
India.
5.3 Accredited agent/Representative of Foreign Bidder in India is also permitted to
purchase the tender document on behalf of the Foreign Bidder by furnishing
authorisation letter from their Foreign Bidder. However, the offer will be accepted
only from the Foreign bidder on whose name the tender document are purchased.
5.4 All other terms and conditions along with technical details, regarding Qualifying
requirements, Time schedule, validity of Bid and Instruction to Bidders, etc. are
contained in Tender documents.
5.5 Any offer received after the expiry of the time specified for receiving the offers is
liable for rejection.
5.6 Issuance of tender documents does not mean that the bid/offer of such Bidder would
be automatically considered.
5.7 NLC reserves the right to reject any bid or all bids received at its discretion without
assigning any reason what so ever.
5.8 Consortium partner of a bidder for this tender cannot be a bidder for this tender.
5.9 NLC shall not be responsible for any delay, loss or non-receipt of the Tender
document, any letter or Bid which is sent through post/courier either way.
5.10 The bidders have the option of sending the bid by registered post or courier or
submitting in person. Bids submitted by Fax/Email will not be accepted. The
Purchaser shall not entertain any request by the Bidder to collect the bid proposals
from airlines or cargo agents etc.
5.11 Bids must be received by the Purchaser at the address specified not later than the time
and date specified in the Invitation to the Bid.
5.12 Request for issue of Tender Documents received after the last date of sale of tender
document will not be considered even if the demand draft is dated on or before the
last date of sale of tender document.
GENERAL MANAGER/ CONTRACTS.