बीएचईएलपॉवर - nbpplnbppl.in/uploads/corr_file_pdf/e41046_corrigendum...bid...

14

Upload: others

Post on 31-Mar-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 1/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

ANNEXURE - 1

REVISED PRE QUALIFICATION REQUIRMENT FOR COAL HANDLING PLANTPACKAGE

A) Pre Qualification Requirement – Technical

Vendor shall meet the following proveness criteria (specified at 1.1 (a) or 1.1 (b) &1.2 below).

1.1 (a) The vendor should have designed, manufactured/ got manufactured, erectedand commissioned at least one number integrated bulk material handling plant(essentially comprising of conveying and crushing) including all associated structuralsteel works and electrical works of 1000 Metric tonnes per hour rated capacity orabove for coal or other minerals of equivalent volumetric capacity which should havebeen in successful operation for at least one (1) year and should have beencommissioned during last 10 years from the date of techno-commercial bid opening.

OR

(b) The Vendor should have designed, manufactured/got manufactured, erected/Supervised erection and commissioned/ Supervised Commissioning of at least oneintegrated bulk material handling plant (essentially comprising of conveying) of 1000Metric tonnes per hour rated capacity or above for coal / other minerals whichshould have been in successful operation for at least one (1) year and should havebeen commissioned during last 10 years from the date of techno-commercial bidopening and collaborates/associates with a design agency who has designed at leastone number integrated bulk material handling plant (essentially comprising ofconveying and crushing) of 1000 Metric tonnes per hour rated capacity or above forcoal or other minerals of equivalent volumetric capacity which should have been insuccessful operation for at least one (1) year and should have been commissionedduring last 10 years from the date of techno-commercial bid opening.

AND

1.2 The Vendor should have designed, manufactured, supplied, erected andcommissioned including all associated structural steel works and electrical works atleast one (1) number cantilever boom type, slewable and luffable, bucket wheel typetraveling Stacker-cum-Reclaimer suitable for stacking and reclaiming at a ratedcontinuous capacity of 1000 / 1000 Metric tonnes per hour (or above) for coal or othermineral of equivalent volumetric capacity which should have been in successfuloperation for at least two (2) years and should have been commissioned during last 10years from the date of techno-commercial bid opening.

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 2/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

1.3 The Vendor who meets the requirements of only para 1.1 above can alsoparticipate provided it collaborates / associates with a firm which fully meets therequirements specified at para 1.2 above.

1.4 In all cases where the vendor collaborates / associate as per paras 1.1 (b) and 1.3above, vendor shall furnish undertaking(s) jointly executed by it and itscollaborator(s)/associate(s) for successful performance of the relevant system as perthe format enclosed in bidding documents. The Deed(s) of joint Undertaking(s) shallbe submitted along with the bid failing which the vendor shall be disqualified and itsbid shall be rejected. In case of award, collaborator/associate of stacker-reclaimerwill be required to furnish on-demand bank guarantee for 0.30 % of (Zero point threepercent) of the total contract price (Complete CHP Package including mechanical,electrical & Instrumentation system and civil & structural works) in addition to thecontract performance security to be furnished by the vendor. Collaborator/associatefor vendor seeking qualification through para 1.1 (b) for design agency will berequired to furnish on-demand bank guarantee for 0.15 % of (Zero point one fivepercent) of the total contract price (Complete CHP Package including mechanical,electrical & Instrumentation system and civil & structural works)in addition to thecontract performance security to be furnished by the vendor.

1.5 Qualifying requirement for Civil Works:

The vendor shall enter into a Consortium Agreement with The Main Civil Sub-Vendor(In case primer vendor does not meet civil work qualification requirements) who willbe responsible for the Complete Civil job and The Main Civil Sub-Vendor / PrimeVendor shall essentially deploy a separate Civil Agency to carry out Civil Job as perpara V below. The Main vendor/Civil Sub-Vendor should have "executed" followingjobs in Power/Industrial projects during last 10 years, ending on latest due date ofoffer submission. Relevant supporting document shall be submitted.

i) Civil Works:Executed 16000 (Sixteen Thousands) Cum. of concreting within a period oftwelve consecutive months in a single contract.

(ii) Structural Work:

(a) Executed 4900 MT. (Four Thousands Nine Hundreds) of structural fabricationwithin a period of twelve consecutive months in any one single contract.

(b) Executed 7300 MT. (Seven Thousands Three Hundreds) of structural erectionwithin a period of twelve consecutive months in any one single contract.

(iii) Piling Work:

Installation of minimum 14000 (Fourteen Thousands) running meters of cast-

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 3/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

in-situ bored piles of minimum 600 (Six Hundred) mm dia. in any one (1) year ina single contract using rotary hydraulic rigs. Alternatively Installation of at least3500 (Three Thousands Five Hundreds) running meters of cast-in-situ boredpiles of minimum 760 (Seven Hundred Sixty) mm dia. in any one (1) year in asingle contract using rotary hydraulic rigs.

(iv) Assessment of Capacity of vendor to execute the work as per NIT clause No. 9.For Civil job Vendor (be it the prime vendor or the Mani Civil vendor) theassessment will be done as per the computerised on-line vendor assessmentsystem of BHEL / Power Sector.

(v) Main Civil Sub-vendor/Prime vendor has to necessarily engage a separate Civilagency for the civil works pertaining to interconnection works of stage-II tostage-IV plus TP-28 to travelling tripper, with the prior approval fromNBPPL/NTPC.

(vi) The Prime vendor shall enter into consortium agreement only with those whohave executed the works in the respective areas as listed in 1.5.(i), 1.5.(ii) & 1.5.(iii)above.

.

(vii) The No. of Consortium partners shall not be more than 1 (One) for civil works.

(viii)The vendor should furnish along with bid an undertaking jointly executed by italong with its consortium partner for the successful performance of the part of thecontract for which consortium partner is responsible in which the consortium partner andthe bidder shall be jointly & severely liable to NBPPL/NTPC to perform all contractualobligations limited to the scope of work for which the consortium partner is responsible.The bidder’s consortium partner shall be required to furnish additional bank guaranteefor a value equal to 0.5 % (Half percent) of the total contract price (Complete CHPPackage including mechanical, electrical & Instrumentation system and civil & structuralworks) in addition to the contract performance security to be furnished by the bidder

1.6 Sub-vendors qualifying requirement for Mechanical Items:

a) COAL SAMPLING SYSTEM

The vendor shall source coal sampling system from a manufacturer / supplierwho has engineered and supplied two (2) numbers of coal sampling systems forsampling coal / other bulk mineral from conveyor of 1000 MTPH and above andworking successfully for two (2) years and should have been commissionedduring last 10 years from the date of techno-commercial bid opening.

b) WAGON TIPPLER

The vendor shall source side discharge wagon tipplers from a Manufacturer /supplier who should have supplied minimum two (2) nos. of side discharge

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 4/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

wagon tipplers suitable for tippling Indian Railway Wagons used fortransportation of coal or other minerals and which should have been insuccessful operation for at least two (2) years and should have beencommissioned during last 10 years from the date of techno-commercial bidopening.

c) Air Conditioning System

The Sub-vendor should have designed, supplied, erected and commissionedatleast two (2) numbers of Air conditioning systems each having a total installedcapacity of 300TR or more, which should have included atleast one chilling unitwith a minimum capacity of 60TR at each reference system in power plants /refinery / steel / process industries. The systems should be in successfuloperation for atleast two (2) years and should have been commissioned duringlast 10 years from the date of techno-commercial bid opening.In addition, the chiller unit(s) proposed to be supplied for this package shall besourced from the manufacturer(s) who have manufactured and supplied atleasttwo (2) nos. of similar type of chiller units each having a capacity of not less than

200 TR, which are in successful operation for atleast two (2) years and shouldhave been commissioned during last 10 years from the date of technocommercial bid opening.

d) Ventilation System

The Sub-vendor should have engineered, supplied, erected, and commissionedatleast two (2) numbers ventilation systems including air washer units havingindividual fan capacity of 1,25,000 Cum./Hr. or more at each ventilation system,in power plants / refinery / steel / process industries. The systems should havebeen in successful operation for atleast two (2) years and should have beencommissioned during last 10 years from the date of techno-commercial bidopening.

1.7 Sub-vendors qualifying requirement for Electrical Items:

1.01 MEDIUM VOLTAGE BUSDUCTThe sub-vendor should have designed, manufactured, type tested, supplied,erected and commissioned at least 400 meters of 11 kV/ 6.6kV/3.3kV classbusducts of 1600A or a higher continuous current rating in a single contract,which must be in successful operation for a period of not less than two (2) yearsand should have been commissioned during the last 10 years from the date oftechno-commercial bid opening.

1.02 LT OUTDOOR TRANSFORMERSSub-vendor should have manufactured & supplied at least two numbers (oneeach at two different installations) of 16 MVA, 11KV or higher rating oil filledtransformers which must be in successful operation for a period of at least two(2) years and should have been commissioned during the last 10 years from the

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 5/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

date of techno-commercial bid opening.Sub-vendor should have his own facilities for conducting all routine and typetests as per IS: 2026 (except short circuit test).

16 MVA, 11 KV or higher rated oil filled transformer manufactured by sub-vendor should have been successfully short circuit tested as on date of techno-commercial bid opening.

1.03 LT SWITCHGEARSub-vendor should have manufactured and supplied at least a total of fourhundred & fifty (450) nos. draw out type Air circuit breaker panels and/or drawout motor control centre panels complete in all respects with fault rating of atleast 45 kA for 1 sec. and 105 kA (peak) under a single order and these panelsshall be in successful Operation for a period of not less than two (2) years andshould have been commissioned during the last 10 years from the date oftechno-commercial bid opening.Sub-vendor should have manufactured and supplied at least one hundred & fifty(150) nos. of draw out circuit breaker panels with Air circuit breakers having faultrating of at least 45kA for 1 second, 105 kA MAKING and 45 kA BREAKING, whichare in successful operation for a period of not less than two (2) years and shouldhave been commissioned during the last 10 years from the date of techno-commercial bid opening.

1.04 HT SWITCHGEAR1.1 Sub-vendor should have manufactured and supplied on an average onehundred (100) numbers of 11KV and/or 6.6KV Switchgear panels per annumduring the last three years prior to date of techno-commercial bid opening.

1.2 Sub-vendor should have designed, manufactured and supplied at least onehundred (100) numbers of 11 KV and/or 6.6KV Switchgear panels complete in allrespects with fault rating of at least 40KA for one (1) second and 100KA (peak),which are in successful operation for a period of at least two (2) years andshould have been commissioned during the last 10 years from the date oftechno-commercial bid opening.

1.3 Sub-vendor should have manufactured and supplied at least one hundred(100) numbers of Vacuum Circuit breakers for 11KV and/or 6.6KV panels with arating of 40KA rms BREAKING, 100KA peak MAKING and 40KA withstand for one(1) second, which shall be in successful operation in 6.6KV or higher voltageapplication for a period of at least two (2) years and should have beencommissioned during the last 10 years from the date of techno-commercial bidopening.

1.05 LT CONTROL CABLESSub-vendor should have manufactured and supplied as on date of techno-commercial bid opening the following:

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 6/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

a) At least 300 km of PVC insulated, PVC sheathed stranded copper conductor1.1kV grade cables in one single contract

b) At least one (1) km of Flame retardant low smoke cables.

1.06 LT POWER CABLESSub-vendor should have manufactured and supplied as on date of techno-commercial bid opening the following:

a) At least 100 km of aluminium conductor, XLPE insulated, PVC sheathed powercables of 1.1 kV or higher grade in one single contract(b) At least 100 km of aluminium conductor, PVC insulated, PVC sheathed powercables of 1.1 kV or higher grade in one single contract(c) At least one (1) km of flame retardant low smoke cables(d) 1.1 kV or higher grade power cable of minimum 630sq.mm Conductor size.

1.07 HT CABLESSub-vendor should have manufactured and supplied following cables, as on dateof techno-commercial bid opening

(a) At least 50kms of XLPE insulated power cables of 6.35/11 KV or highervoltage grade, executed in one or more orders.

(b) At least one (1) Km of flame retardant low smoke cables of any voltage level.

1.08 CablingThe Sub-vendor should have executed atleast one (1) contract in which he hasinstalled power cables including 6.6KV unearthed or higher grade cables andControl cables (not less than 1.1 KV grade) alongwith associated accessories andcable trays for an industrial installation, which must be in successful operationfor a period of two (2) years as on date of techno-commercial bid opening. Thetotal quantity of Power and Control Cables laid in above contract should be 400Kms or more.

1.09 DC BATTERIESSub-vendor should have manufactured and supplied at least two (2) numbers ofminimum 220V, 1000AH rating high discharge type plante positive plate typebattery (in case sub-vendor offers Lead Acid plante type battery) or minimum220V, 600AH rating high discharge type Nickel Cadmium battery (in case sub-vendor offers Nickel Cadmium battery), at least one (1) each at two (2) differentindustrial installations, which should be in successful operation for at least two(2) years and should have been commissioned during the last 10 years from thedate of techno-commercial bid opening.

1.10 BATTERY CHARGERSub-vendor should have manufactured and supplied at least two (2) numbers ofstatic automatic voltage regulator type Battery Chargers rated for four

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 7/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

hundred(400)A or more, at least one (1) each at two (2) different industrialinstallations, which should be in successful operation for at least two (2) yearsand should have been commissioned during the last 10years from the date oftechno-commercial bid opening.

1.11 TYPE-A FIRE PROOF CABLE PENETRATION SEALING SYSTEMSub-vendor should have supplied and installed at least 65sq.m of silicon foamtype (in case sub-vendor offers silicon foam type) or at least 65sq.m of individualblock type (in case sub-vendor offers individual block type) fire proof cablepenetration sealing system in a single contract as on date of techno-commercialbid opening.

1.12 TYPE-B FIRE PROOF CABLE PENETRATION SEALING SYSTEMSub-vendor should have supplied and installed at least 360 sq.m of offered typeof fire proof cable penetration sealing system in a single contract as on the dateof techno-commercial bid opening.

1.13 LT INDOOR TRANSFORMERS (DRY TYPE)Sub-vendor should have designed, manufactured and supplied at least two (2)Numbers of cast resin / resin encapsulated dry type transformer of 11 KV voltagerating or above and of at least 2000KVA capacity, which must be in successfuloperation, in at least one (1) number each at two (2) different installations for aperiod of at least two (2) years and should have been commissioned during thelast 10 years from the date of bid opening.

1.14 STATION LIGHTINGThe Sub-vendor should have also supplied, installed and commissioned at leastone lighting system for industrial installation of contract value of at least Rs. 10million (Rupees Ten million) or in equivalent foreign currency, which includesassociated cabling as on date of bid opening.

NOTES :-

Applicable for all Prime Vendor & its Consortium Partner:-

The Vendor shall submit the documents related to requirements from Sl. No.- 1.1 toSl. No. – 1.5 above along with the bid and documents required to supplement /substantiate the original ones may be accepted afterwards also at the sole discretionof NBPPL.

However, for the sub-vendors i.e. from Sl. No.- 1.6 to Sl. No.-1.7, the documents maybe submitted by the successful vendor after award of contract during finalization of sub-vendors or sub-vendor approval stage.

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 8/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

For establishing above, the supplier has to submit the following supporting documents:

a) Vendor shall submit supporting documents to substantiate technical parametersspecified in PQR, if the same is not mentioned in performance certificate fromend user/purchase order. Vendor or his sub vendor, as applicable, should haveexecuted the work in coal or other mineral handling plant for Sl. No. 1.1 to 1.4and in the field of power plants / refinery / steel / mining / process industries forSl. No. 1.5, 1.6 & 1.7.

b) In case documents submitted for meeting PQR are in language other thanEnglish, notarized English translation shall also be submitted by vendor.

c) If the vendor has either worked or presently working with any of the promotercompanies of NBPPL for similar type of job, then the vendor assessment may bedone depending upon the feedback / assesment from the concern promotercompanies. “Notwithstanding anything stated above, NBPPL reserves the right toassess the capabilities and capacity of the Bidder / his sub-vendor/collaborators/ consortium/ partners/ licenser/ sub-contractors to perform thecontract, as per BHEL evaluation procedure or by NBPPL, should thecircumstances warrant such assessment in the overall interest of NBPPL”.

d) Successful vendor (contractor) needs to submit supporting documents for subvendor QRs before placing order on them.

e) Cutoff date for establishing sub vendor QRs shall be the opening date of techno-commercial bid for this package.

f) Two different installations mean two different project sites or two differentcontracts.

g) All Items/systems mentioned above should have been commissioned during last10 years from the date of techno-commercial bid opening.

h) Certificates are required to be issued by the End Customer / Owner of the Plantwhere the bidder has worked.

B) Pre Qualification Requirement – Financial

1.0 Prime vendor should have average minimum annual turnover of Rs. 66.00 (SixtySix) Crores during t he last 3 (three) years ending on 31-03-2014 and must haveearned profit in any one of last 3 (three) financial years ending on 31-03-2014 &should have positive net worth as on 31-03-2014. Audited Balance Sheet and Profit &Loss Account of the company need be submitted for last 3 (three) financial yearsending on 31-03-2014 in support of this requirement.

In case the audited financial statements for the last financial year i.e. ending31.03.2014 are not available, audited financial statements for last three years ending31.03.2013 are required to be submitted for evaluating average minimum annualturnover, profit & net worth accordingly.

2.0 Prime vendor should have valid PAN, Service Tax and/or Sales Tax Registration;

बीएचईएल पॉवरNTPC BHEL Power Projects Private Limited

(A Joint Venture Company of NTPC & BHEL)

Page No. 9/9Corporate Identity Number: U40102DL2008PTC177307Delhi Office: 4th Floor, Core 3, Scope Minar, Laxmi Nagar, New Delhi – 110092 Tel. # 011-43001854 / 1894Plant: Y.S.R. Puram, Village Mannavaram, Srikalahasti Mandal, Distt. Chittoor – 517620 (A.P.) Tel. # 91-877-2233701Registered Office:NTPC Bhawan, SCOPE Complex, 7 Institutional Area, Lodhi Road, New Delhi-110003Website: www.nbppl.in

relevant supporting document shall be submitted.

The Prime vendor should have executed jobs as specified in “(A) PQR

Technical” and value of which shall be either of following. In case of ongoing

jobs, the value of executed portion of the job as on latest due date of

offer submission shall correspond to at least to the respective values

specified below. Relevant Supporting document shall be submitted.

a. The total value of 01 ( single ) job by the vendor& a 01 ( single ) job by the

Consortium civil vendor (may be at different locations) should not be less than

Rs. 176 Crores out of which The vendor should have done at least Rs. 95 Crores.

b. The total value of 02 ( Two ) jobs by the vendor & 02 (Two ) jobs by the

Consortium civil vendor (may be at different locations) should not be less than

Rs. 220 Crores out of which The vendor should have done at least Rs. 119

Crores.

c. The total value of 03 ( Three ) jobs by the vendor & 03 ( Three ) jobs by the

Consortium civil vendor (may be at different locations) should not be less than

Rs. 264 Crores out of which The vendor should have done at least Rs. 143

Crores.

REVISED LD & ADDITIONAL LD

ANNEXURE-2

27.0 COMPENSATION FOR DELAY/LIQUIDATED DAMAGES

27.1 If the bidder fail to maintain the required progress of work which results in delay in the

Completion of the following works as per the contractual completion period indicated for

individual areas indicated below, NBPPL shall have the right to impose Liquidated Damage at the

rate of 0.5 % of the contract value, per week of delay or part thereof subject to a maximum of

ceiling specified below. For this purpose, the period of delay shall be the delay attributable to

contractor for the completion of work as per contract. Contract Value for this purpose, shall be

the final executed value.

27.2 ADDITIONAL LD DEPENDING UPON THE FOLLOWING MILESTONES:

27.2.1 If handing over of major Milestone Jobs of the following areas goes beyond the time as

specified below from the date of LOA and if the delay is attributed to contractor, amount of LD

shall be imposed as follows:

Completion Schedule for CHP

Area I

S.No Description Completion Period from the date of LOI

Milestone LD in %

1 Mobilization 01st Month

2 Completion of Engineering 5th month 0.5 % of contract value

3 Completion of Procurement of BOI 8th Month 0.5 % of contract value

4 Readiness of TP 28 14th Month

5 Readiness of TP 29 14th Month

6 Readiness of TP 30 14th Month

7 Readiness of TP 31 16th Month

8 Readiness of TP 32 16th Month

9 Readiness of TP 33 16th Month

10 Readiness of TP 14 Extension 14th Month

11 Readiness of Main MCC and Control Room

17th Month

12 Readiness of Conveyor including Equip Erection

18th Month 0.5% of contract value

13 Readiness of Interconnection Conveyor 14

16th Month

14 Readiness of Conveyor 35 A/B 15th Month

15 Readiness of Conveyor 36 A/B 15th Month

REVISED LD & ADDITIONAL LD

ANNEXURE-2

16 Readiness of Conveyor 37 A/B 15th Month

17 Readiness of Conveyor 38 A/B 17th Month

18 Readiness of Conveyor 34 A/B 17th Month

19 Readiness of Tripper Floor 17th Month

20 Readiness of Tripper 17th Month 0.5% of contract value

21 Readiness of Electrical and Inst Work 17th Month 0.5% of contract value

22 Trial Run and Commissioning Stream 1

18th month 1.0% of contract value

23 Trial Run and Commissioning Stream 2

19th month

Total 3.5 % of contract value

Area II

S.No Description Completion Period Milestone LD in %

1 Readiness of Wagon Tippler

Foundation and underground

structure up to TP 23

13th month 0.5 % of contract

value

2 Readiness of Conveyor Tunnel works

up to PH 41

18th month

3 Readiness Crusher House 13th month

4 Readiness of Conveyor Structure 31

A/B

16th month

5 Readiness of Stacker

Reclaimer Foundation

12th month

6 Readiness of DSPH - 1&2 15th month

7 readiness of balance Conveyor

Structure &TP's

19th month 0.5 % of contract

value

8 Completion of Total facility 21th month

Total 1.0 % of contract

value

Completion of Equipment Erection

S.No Description Completion Period Milestone LD in %

1 Wagon Tipper 20th month 0.5 % of contract

value

2 Apron Feeder 18th month

REVISED LD & ADDITIONAL LD

ANNEXURE-2

3 Stacker Reclaimer 18th month 0.5 % of contract

value

4 Crusher House Equipment 19th month 0.5 % of contract

value

5 Conveyor Erection 20th month

6 Dust Extraction System 18th month

7 Dust suppression 18th month 0.5 % of contract

value

8 Trial Run and Commissioning 21th month

Total 2.0 % of contract

value

27.2.2 If the completion time taken is more than 22 months from LOI date, maximum LD amount

of 10% shall be imposed.

27.2.3 In case of simultaneous imposition of LD (Pertaining to clause No.27.2.1 and 27.2.2 above)

for the complete job, the ceiling limit for LD (Combining LDs from clause No.27.1 and 27.2 above)

shall be limited to 10% of total contract value.

27.2.4 Contract value for imposition of LD shall be the Total contract value of both the supply &

services contract added together excluding Taxes, Duties and Freight and not the derived value

for individual areas.

AMMENDMENT-1TECHNICAL SPECIFICATIONS

COAL HANDLING PLANT PACKAGEFGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR

AMMENDMENT-1 NBPPL-004-101-27-P1G-A R0

Annexure - 3

AMMENDMENT No. 1 TO COAL HANDLING PLANT PACKAGE TECHNICALSPECIFICATION No. NBPPL-004-101-27-P1G-A R0

Sl.No.

Specificationreference

Existing Modified

1. Volume-I(TECHNICALENQUIRYSPECIFICATION)Clause No 4.0General TechnicalInstructions, Pageno 6 & 7 of 53.

The prime bidder should enter into aconsortium agreement with a Main CivilSub-Vendor for the complete civil job ofcoal handling plant, before submission ofbid. Qualifying requirements of the MainCivil Sub-Vendor is as mentioned in thePQR for this job. The prime bidder is toensure that this Main Civil Sub-Vendoremploys a separate Civil Agency aftertaking prior approval from NBPPL/NTPC.The entire civil works of the coalhandling plant is in the scope of the MainCivil Sub-Vendor. For the civil job frominterconnection between Stage-II &Stage-IV, TP- 28 and finally up to CoalBunker area will be in the scope of thiscivil agency. All other civil jobs arerequired to be done by the Main CivilSub-Vendor. However, the overallresponsibility lies with the successfulbidder for execution of civil works in twoparts (as mentioned above). NBPPL/NTPCreserves the right to approve /disapprove any such Main Civil Sub-Vendor or Civil Agency whichNBPPL/NTPC deems not fit for executingthe civil job of this contract.

The prime vendor should enter into aconsortium agreement with a Main Civil Sub-Vendor (In case the prime vendor does notmeet civil work qualification requirements) forthe complete civil job of coal handling plant,before submission of bid. Qualifyingrequirements of the prime vendor / Main CivilSub-Vendor is as mentioned in the PQR forthis job. The prime bidder is to ensure that thisMain Civil Sub-Vendor employs a separate CivilAgency after taking prior approval fromNBPPL/NTPC. The entire civil works of the coalhandling plant is in the scope of the primevendor / Main Civil Sub-Vendor. For the civiljob from interconnection between Stage-II &Stage-IV, TP- 28 and finally up to Coal Bunkerarea will be in the scope of this civil agency. Allother civil jobs are required to be done by theprime vendor / Main Civil Sub-Vendor.However, the overall responsibility lies withthe successful bidder for execution of civilworks in two parts (as mentioned above).NBPPL/NTPC reserves the right to approve /disapprove any such Main Civil Sub-Vendor orCivil Agency which NBPPL/NTPC deems not fitfor executing the civil job of this contract.