Vous êtes sur la page 1sur 18

BHAVNAGAR ENERGY COMPANY LIMITED 2 X 250 MW LIGNITE BASED THERMAL POWER PROJECT AT PADVA, BHAVNAGAR DISTRICT, GUJARAT, INDIA

NOTICE INVITING EXPRESSION OF INTEREST (EOI) THROUGH INTERNATIONAL COMPETATIVE BIDDING (ICB) FOR PRE-QUALIFICATION REQUIREMENTS (PQR)

FOR

220kV SWITCHYARD TCE.5403A-738-EOI-201

TATA CONSULTING ENGINEERS LIMITED 73/1, ST. MARKS ROAD BANGALORE 560 001 INDIA

SEPTEMBER 2010

TCE5403A-738EOI-201

SECTION: PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 1 OF 17

CONTENTS Sl. No. PURPOSE ABOUT BECL APPROACH TO SITE CONSULTANT I II III IV V SCOPE OF WORK PRE QUALIFICATION REQUIREMENTS (PQR) OTHER REQUIREMENTS PARTICIPATION FEE EOI DOCUMENT SUBMISSION AND OPENING ANNEXURES I II DOCUMENTS TO BE SUBMITTED AS PER PQR CHECK LIST FOR SUBMISSION OF DOCUMENTS FOR PQR 2 2 3 3 3 4 7 9 9 No. of Sheets 1 Sheet 4 Sheets Title Page nos.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE5403A-738EOI-201

SECTION: PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 2 OF 17

PURPOSE: Bhavnagar Energy Company Limited (BECL) invites Expression Of Interest (EOI) through International Competitive Bidding ( ICB) route for pre qualification requirements from bidders for 220kV switchyard equipment and transformers package for 2 x 250MW Lignite based Thermal Power Project at village Padva, Bhavnagar district, in the state of Gujarat, India as per the brief scope of work mentioned hereinafter.

ABOUT BECL: Bhavanagar Energy Company Limited, a joint venture company has been formed with GPCL, GSIL, GMDC, GIPCL, GNFC, GSFC & GACL as promoters. BECL has been promoted to exploit lignite resources in Bhavnagar District in Saurashtra region for power generation purposes. BECL is setting up 2 x 250 MW Lignite based Thermal Power Project at Village, Padva, Talula Ghogha, District Bhavnagar. The fuel Lignite for this project will be mined and supplied by Gujarat Mineral Development Corporation (GMDC). The power project of 2 x 250 MW is planned for implementation and the switchyard package shall be as per the following Schedule:

Zero Date

December 2010, Placement of order for 220kV switchyard

package.

Trail Operation Completion Date

15 months from issue of LOA.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 3 OF 17

APPROACH TO SITE

The project site details are: a) Site location Located at Village Padva, Taluka Ghogha, District Bhavnagar, is accessible by road b) Access by road ` c) d) e) Nearest railway station Nearest airport Nearest port Highway1.0 km from State highway (SH 25/1) 25 kms at Bhavnagar Domestic Airport at Bhavnagar Pipavav

CONSULTANT TATA Consulting Engineers Limited (TCE), Bangalore is the Consulting Engineers for the project, appointed by BECL. I. SCOPE OF WORK

1.0 The brief scope of work is as mentioned under: The scope of services under the specification shall include Design, Engineering, Manufacture/Procure , supply & delivery at Site of Plant & Equipment, steel structures, Civil & Building works, Storage, Handling at Site, Comprehensive Insurance, Erection, Painting, Testing,

Commissioning, Guarantee and warranty for new 220kV switchyard, for 2 X 250 MW Lignite based TPP and hand over to the Purchaser an operating

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 4 OF 17

plant and the package shall include Plant & Equipment and facilities within the defined battery limits as follows: New 220kV switchyard in Two main and transfer bus configuration consisting of two (2) Generator transformer bays, Two (2) ELHS,SWI and LMS Transformer bays, Six (6) Over head line bays, one (1) Bus transfer bay and one (1) Bus coupler bay including 220kV Circuit Breakers, 220kV Isolators, 220kV Current Transformers, 220kV Voltage transformers, 220kV Lightning Arrestors, 220kV insulators, 220kV conductors / busbars / clamps / connectors, 25MVA/12.5/12.5MVA, 220kV/36kV/6.9kV transformers for ELHS, SWI & LMS and associated switchyard automation system with SCADA controls, protection panels along with bay control units, 33 kV & 6.kV Switchgear panels and Busducts, Cables, Lighting system, earthing system, lightning protection system, DC system and UPS system, other electro-mechanical systems, civil and structural works etc. Bidder is responsible to develop, install, testing and commissioning of a tailor made ABT evaluation software equipped with required software architecture, features, communication modules, calculation modules, report trend module and hardware configuration to obtain Declared generation Capacity, Schedule Generation, Actual Generation, frequency based on the calculating the performance of individual units as well as performance for major auxiliary equipments.

II.

PRE QUALIFICATION REQUIREMENTS (P.Q.R)

1.0 The Bidder should have designed, supplied/Procured, erected, tested and commissioned at least one (1) switchyard with a minimum of three (3) numbers of Circuit Breaker Bays of Voltage level of not less than 220 KV on a turnkey basis and the above switchyard should be in satisfactory

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 5 OF 17

operation for a minimum period of atleast Two (2) years as on the scheduled date of EOI document opening.

2.0 FINANCIAL REQUIREMENTS:

The Bidder shall be financially sound and shall have adequate financial resources to execute the contract concurrently with his other commitments and shall meet the following conditions. a) The Bidder shall have Positive Net Worth as per their latest Audited Financial Statement. b) The Bidder shall have an average Annual Turn Over of not less than Rs. 200 million during the last three (3) financial years. c) Bidder shall furnish his audited profit and loss account and balance sheet for the last three (3) years.

The Bidder shall submit documentary evidence for meeting the qualifying requirements mentioned in Clause 1.0.

3.0 The bidder shall provide satisfactory evidence that the bidder/consortium partner.

a)

has adequate capability and capacity to perform the work properly and expeditiously within the time period specified. Evidence shall specifically cover with written details, the installed manufacturing and/or fabrication capabilities to meet the requirements appropriate to the works covered in his bid, the details of alternative arrangements to be organized by the
ISSUE R0

TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 6 OF 17

bidder for this purpose and which shall meet the Purchasers approval, shall be furnished.

b)

has an adequate field service organization to provide necessary field erection and management services required to successfully erect, test and commission the equipment / systems as required by the bidding documents.

4.0

In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

5.0

In case a bidder does not satisfy the financial criteria stipulated in clause 3.0 above on its own, the holding company would be required to meet the stipulated turn over requirements at Clause 3.0 above. In such an event, the bidder would be required to furnish along with its bid, a Letter of undertaking from the holding company supported by Board Resolution, pledging unconditional and irrevocable financial support for execution of the contract by the bidder in case of award.

6.0

Notwithstanding anything stated above, the Purchaser reserves the right to assess the capabilities and capacity of the bidder / his collaborators/ associates to perform the contract, should the circumstances warrant such assessment in the overall interest of the purchaser.

7.0

The bidder shall furnish documentary evidence to satisfy the Qualifying requirement Clauses 1.0 to 6.0.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 7 OF 17

III. OTHER REQUIREMENTS

1.0

The successful Bidder shall furnish a Contract performance guarantee for a value of 10% of the total contract price in the form of an on demand Bank Guarantee for the faithful performance of the contract after the LOA.

2.0

The scope of work of the Bidder shall be on the basis of single Bidder responsibility. The contract will be entered into only with the successful Bidder. Thus the Bidder shall be solely responsible and liable for all the technical, management and all other services required to complete the entire scope of work detailed in the tender specification.

3.0

The Bidder shall ensure the following requirements, while selecting the manufacturers for the following critical components/equipments. a. SCADA system manufacturer should have designed, manufactured, supplied, tested and commissioned at least one (1) no. of SCADA system with state of art Switchyard Automation system consists of bay control and protection units for a switchyard which should be in satisfactory operation for a period of two (2) years as on the scheduled date of EOI document opening.

b. ABT software developers should have supplied, installed, tested and commissioned the ABT evaluation software to generate schedule of generation in any power plant with the capacity not less than 250MW and the same should be in satisfactory operation for a minimum period of at least six (6) months as on the scheduled date of EOI document opening.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 8 OF 17

c. The transformer manufacturer should have designed, manufactured and supplied at least two (2) nos. of 3 winding transformers of rating 25MVA and above, which should be in successful operation for a period of two (2) years as on the scheduled date of bid opening. 4.0 Bidder should have capability to carry out civil, electrical and mechanical works on his own or along with reputed civil and electro-mechanical contractors who has carried out works for switchyards.

5.0

The following Details of the Bidder shall also be furnished.

a. Contracts in hand/pending jobs and their status along with Value. b. Major legal cases and their statutory liabilities. c. Recent 220KV Switchyard along with SCADA system orders and their value. d. Installation of ABT evaluation software and its performance details. e. Details of installation of 3 winding transformers rating 25MVA and above. 6.0 Documentary evidence for meeting the EOI clause II and III shall be furnished covering the details indicated in Annexure-I.

7.0

TIME SCHEDULE: The design, manufacture, supply, erection, testing and commissioning of 220 KV Switchyard shall be completed in 15 months from the date of issue of Letter of Award (LOA).

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 9 OF 17

8.0

Not withstanding anything stated above BECL reserves the right to verify all statements/information submitted to confirm the bidders claim on experience and to assess the bidders capability and capacity to perform the contract should the circumstances warrant such an assessment in the overall interest of the project.

9.0

BECL reserves the right to reject any or all EOIs or cancel/ withdraw the invitation for EOI without assigning any reason whatsoever and in such case no bidder/ intending Bidder shall have any claim arising out of such action.

10.0 In case, certificate(s) submitted by the bidder is found to be a forged one / bogus one, the bidder will not only be disqualified for the tender but also would be blacklisted / debarred by BECL and the matter would be informed to other PSUs / Statutory Bodies. 11.0 The payment will be made in Indian Rupees only.

IV.

PARTICIPATION FEE: The participation fee (non-refundable) for an amount of Indian Rupees 25,000.00 (Twenty five thousand) in the form of Demand Draft drawn from Nationalised Bank or Pay Order in favour of Bhavnagar Energy Company Limited, or US $ 550 payable at Gandhinagar is to be submitted along with the EOI documents. EOI documents received with out the Participation fee will be rejected.

V. 1.0

EOI Documents submission and Opening The EOI documents shall be submitted in one original and Three identical copies indicating clearly as original and copy.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 10 OF 17

2.0

LANGUAGE The EOI documents prepared by the Bidder, and all correspondence and documents relating to the EOI shall be in the English language.

3.0

SIGNATURE OF THE EOI

3.1

The EOI must contain the name and place of business of the person or persons making the EOI and each page of the EOI must be signed and sealed by the Bidder with his usual signature. The name of all persons signing should be typed or printed below the signature.

3.2

Satisfactory evidences of authority of the person signing on behalf of the Bidder shall be furnished with the Bid.

3.3

The Bidders name stated on the proposal shall be the exact legal name of the firm.

4.0

The EOI documents (one original and Six identical copies) bearing the tender reference no. shall be submitted in SEALED COVERS / ENVELOPES to

Managing Director Bhavnagar Energy Company Limited Block No. 8, 3rd Floor, Udyog Bhavan, Sector -11, Gandhinagar 382017, Gujarat, India.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 11 OF 17

5.0

The outside of the covers should indicate clearly the name of the Bidder and his address. In addition, the envelope or container should indicate the "Tender No. and Name of the work for which the EOI is submitted, EOI opening date and time". EOI with no indication given on the outside of the envelope to indicate that it is a EOI which therefore gets opened before the due date shall be liable to be disqualified. All the pages of the EOI shall be serially numbered. The Bidders are instructed to properly paste the covers before applying wax seal and it is warned that failure to do so would result in rejection of such EOI.

6.0

Submission of EOI documents through Fax, Telex and E-mail will not be accepted.

7.0

EOI submitted without the proper documentary evidence to substantiate fulfilment of the qualifying requirements as specified are liable for rejection without assigning any reason.

8.0

BECL takes no responsibility for delay loss or no-receipt of documents or any letter sent by post either way.

9.0

TIME FOR RECEIPT OF EOI DOCUMENTS EOI Documents must reach this office on or before 17.00 Hours (IST) on 18.10.2010. Any EOI offer received after the expiry of the time specified for receiving the EOI documents is liable for rejection.

10.0 EOI OPENING The EOI documents received from the bidders as above will be opened at BECL registered office at Gandhinagar on 19.10.2010 at 15.00 Hours (IST).
ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 12 OF 17

11.0

The documents shall be opened on the date set for opening of the EOI in the presence of such bidders who may be present. The bidders are at liberty to be present or authorise their representatives not more than one to be present at the time of opening of EOI.

12.0

Bidders clarifications if any shall reach BECL registered office on or before 05th October 2010. For any clarification, please contact. Managing Director, Bhavnagar Energy Company Limited, Block No. 8, 3rd Floor, Udyog Bhavan, Sector -11, Gandhinagar -382 011, Gujarat, India.

MANAGING DIRECTOR FOR BHAVNAGAR ENERGY COMPANY LIMITED

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 13 OF 17

ANNEXURE - I Documents to be submitted by the bidder as per Qualifying requirements Clause (II and III ) The Documentary evidence to be submitted by the bidder in the form of performance certificate, work completion certificate, supply order copy etc., must contain the following details: 1. Performance Certificate should be in the letterhead of the issuing firm and should be dated 2. 3. It should be dated. Name and designation of the signing person should be Clearly discernable. 4. The number of Circuit breaker bays, Voltage level of the switchyard & Year of Installation. 5. Satisfactory operation of the switchyard with a minimum of 3 nos of Circuit Breaker Bays of voltage level not less than 220 KV along with SCADA system for switchyard and ABT evaluation software from.... to ... 6. Location, Name of the owner and details of the switchyard mentioned above. 7. Bidders shall furnish the Contact address, Fax No. Phone No., Contact person etc of the User for clarifying any of the details

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 14 OF 17

ANNEXURE - II CHECK LIST FOR SUBMISSION OF DOCUMENTS FOR PQR Bidder is requested to fill this check list and ensure that all details / documents have been furnished as called for in the tender document along with duly filled in, signed & stamped Checklist with each copy of the Unpriced Part of his bid.

SI. No.

PQR SI. No.

PQR REQUIREMENT

BIDDER TO CONFIRM WITH TICK MARK

Page no.

1.

I / 1.0

The Bidder should have designed, supplied, erected, tested and commissioned at least one (1) switchyard with a minimum of three (3) numbers of Circuit Breaker Bays of Voltage level of not less than 220 KV on a turnkey basis. The Bidder shall have positive net worth as per the latest audited financial statements. The Bidder shall have an average Annual Turn Over of not less than Rs. 200 million during the last three (3) financial years. Bidder shall furnish his audited profit and loss account and balance sheet for the last three (3) years. Bidder while furnishing the documentary evidence to satisfy Qualifying Requirements shall furnish the same covering the details as per the enclosed Annexure-1.

2.

II / 2.a

3.

II / 2.b

4.

II / 2.c

5.

II / 7.0

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 15 OF 17

6.

III / 1.0 The successful Bidder shall furnish a Contract performance guarantee for a value of 10% of the total contract price in the form of an on demand Bank Guarantee for the faithful performance of the contract after the LOA. III / 2.0 The scope of work of the Bidder shall be on the basis of single Bidder responsibility. The contract will be entered into only with the successful Bidder. Thus the Bidder shall be solely responsible and liable for all the technical, management and all other services required to complete the entire scope of work detailed in the tender specification. III / 3.a SCADA system manufacturer should have designed, manufactured, supplied, tested and commissioned at least one (1) no. of SCADA system with state of art Switchyard Automation system consists of bay control and protection units for a switchyard. III / 3.b ABT software developers should have supplied, installed, tested and commissioned the ABT evaluation software to generate schedule of generation in any power plant with the capacity not less than 250MW. III / 3.c The transformer manufacturer should have designed, manufactured and supplied at least two (2) nos. of 3 winding transformers of rating 25MVA and above.

7.

8.

9.

10.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 16 OF 17

11.

III / 4.0 Bidder should have capability to carry out civil, electrical and mechanical works on his own or along with reputed civil and electro-mechanical contractors who has carried out works for switchyards. II & III The system(s) in clause II and III should have been in satisfactory operation for a minimum period of two (2) years as on the scheduled date of submission of Tender documents.

12.

13.

III / 5.0 The bidder shall furnish the following details also along with QR documents: a. Contracts in hand/pending jobs and their status along with Value. b. Major legal cases statutory liabilities. and their

c. Recent 220KV Switchyard along with SCADA system orders and their value. d. Installation of ABT evaluation software and its performance details. e. Details of installation of transformers rating 25MVA and above. 14. IV Bidder shall submit the participation fee (non-refundable) for an amount of Indian Rupees 25,000.00 (Twenty five thousand) in the form of Demand Draft drawn from Nationalised Bank or Pay Order in favour of Bhavnagar Energy Company Limited, payable at Gandhinagar.

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

TCE.5403A-738EOI-201

SECTION: :PQR

2 X 250 MW LIGNITE BASED TPP AT PADVA, BHAVNAGAR DIST. 220kV SWITCHYARD

SHEET 17 OF 17

SIGNATURE NAME COMPANY SEAL DESIGNATION COMPANY DATE

ISSUE R0 TATA Consulting Engineers Limited

TCE FORM NO. 329

Vous aimerez peut-être aussi