thermal power station, faridabad tender · pdf filethermal power station, faridabad ......
TRANSCRIPT
Thermal Pow er Sta t ion , Fa r idabad
(A unit of Haryana Power Generation Corporation Limited)
TENDER DOCUMENT
For
Appointment of Consultant for valuation of cost for 3X 60 MW Coal based units no. I, II and III (BHEL make) on account of their De-
commissioning at Thermal Power Station, Faridabad
Place of deposition of Bids FARIDABAD
Office from where tender documents can be purchased
Executive Engineer/Works Faridabad Thermal Power Station, Bata Chowk, Faridabad.
Cost of Tender Document
Rs. 5656/- including S.T. in cash or in shape of DD in favour of Sr.Account Officer, Thermal, HPGCL, Faridabad payable at Faridabad
Last date for sale of tender document
Up to 15:00 hrs. Dated :17.09.2010
Time & Date of submission of Bid
Up to 15:00 hrs. Dated : 20.09.2010
Venue, Time & Date of opening of Bid
Faridabad Thermal Power Station At 15:30 hrs. On Dated :20.09.2010
Earnest Money
Rs. 1,00,000/- in shape of DD in favour of Sr.Account Officer, Thermal, HPGCL, Faridabad payable at Faridabad
Chief Engineer/Thermal, Thermal Power Station,
HPGCL, Faridabad
2
Index
Item No. Particulars Page No.
1. Background 3
2. Scope of Work 4
3. Qualifying Requirements 7
4. Time schedule for the assignment 8
5. Bid Process 9
6. Validity of Bid 10
7. Earnest money deposit 10
8. Terms & Conditions 11
9. Methodology of Valuation 17
10. Award of Contract 18
11. Liquidated Damages 18
12. Security Deposit 18
13. Release of Security Deposit 19
14. Standard Forms 20
15. Format for Quoting Financial Bid 21
3
BACKGROUND
The Faridabad Thermal Power Station is located in Faridabad town of
Haryana, about 30 km. south of Delhi. Faridabad New Town Railway Station
is adjacent to the Power Station. Main Delhi-Mathura road is just 0.5 km from
here. Faridabad Bus Stand near to Nahar Singh Cricket Stadium is just 2 km
away.
Faridabad Thermal Power Station had an installed capacity of 180 MW
comprising 3 Units of 60 MW each which were commissioned in 1974, 1976
and 1981. These Units were subsequently de-rated to 55 MW by the Central
Electricity Authority (CEA) on 11.01.1990 on account of technical constraints
like poor raw water quality, low condenser vacuum, high curtis wheel
pressure.
The turbines in these units are twin cylinder type impulse turbines
based on Skoda Czech design. The boilers of Unit-1 & 2 are based on
old/obsolete Czech design and are front fired refractory type, whereas boiler
in Unit-3 is tangentially fired, radiant type of Combustion Engineering
design. These Units are designed for coal firing.
4
SCOPE OF WORK
Subject: Appointment of Consultant for valuation of cost for 3X 60 MW Coal
based units no. I, II & III (BHEL make) on account of their De-commissioning
at Thermal Power Station, Faridabad.
Main equipments per unit and spares along with common auxiliaries
are listed below. Detailed list along with specifications of equipments at site
and spares available in stores can be seen by visiting FTPS. However, major
equipments installed at site are as under :-
Main equipments per unit of 60MW (Unit No. I, II & III) including pumps
and motors
Description Qty/Unit
1. Boiler 1
2. Air Pre-heaters 2
3. Forced Draft (FD) Fans 2
4. Induced Drafts (ID) Fans 2
5. Coal Mills 4
6. RC Feeder 4
7. Primary Air Fans 2 (only in Unit-III)
8. Turbine 1
9. Boiler Feed Pump 2
10. CW Pump 2
11. ACW pump 1
12. Condensate Extraction Pump 2
13. Condensing Unit 1
14. Steam Ejectors 2 +1
15. Generator 1
16. Generator Transformer 1
17. Auxiliary Transformer 1
18. Circuit Breakers for all the three units
HT 122
LT 160
19. Electro Static Precipitator 1 with 2 paths
20. ESP control room 1
21. AVR for Unit-III only 1
5
22. Excitor 1
Common Auxiliaries, Plants & Machinery:-
Description Qty (nos.)
1. Ash Handling Plant 1
2. Ash Slurry Pumps 3 series / 4 pumps in each
series
3. DM Pumps House 1
4. Ash disposal pipelines 2 lines/appox. 8 km each
5. Sump Pumps 5
6. Cooling Towers 3
7. Boiler Fill pumps 2
8. Boiler Fill Tanks 3
9. Water Treatment Plants
A). Old Water Treatment Plant 1
B). New Water Treatment Plant 1
C). Lamella Clarifier 1
10. Chemical pumps & blowers in WTP
Old 12 + 7
New 18 + 7
Lamella 15 + 4
11. Air Compressors 4
12. Fuel Oil Pump 2 x 2 = 4
13. Oil Tanks 3+2+1+2+1+1
14. DM Storage tanks 3 + 3
15. Make up Water pump house 1
A). Make Water Pump 4
B). Raw Water Pump 4
C). Fire Pump 2
D). Jockey Pump 1
16. Traveling Water Screen (TWS) 2
17. Chlorination plant at TWS 1
18. EOT Cranes 2
19. Air Conditioning System 3
20. Mechanical Work Shop 1
6
21. Diesel Pump House 1
22. 2 MW Diesel Generator Units 2
23. Transformers T-3 and T-4 2 at A-2 sub station
24. Coal Handling Plant
A). Wagon Tripler 1
B). Vibrater Feeders 6
C). Conveyor belts 14
D). Chutes 22
E). Magnet wiper assembly 5
F). Coal Crushers 2
G). Hoist on Crusher towers 1
H). Reclaim Hopper 4
I). Belt weigher 2
J). LT Control panels 2
25. Battery Bank -2V in each Unit.
Unit – I 110
Unit – II 110
Unit – III 24
26. Spare turbine rotor 1
27. Spare generator rotor 1
28. T&P installed items at site
29. Spares in stores I & II
7
QUALIFYING REQUIREMENTS
The tender document will be issued to only those companies/firms who
meet the under mentioned qualifying requirements:
(a) Must be a reputed company registered under the Companies Act-1956
(b) The company should have at least 5 years experience in transaction of
consultancy/valuation business on the date of issue of tender.
(c) The company should have handled at least 2 similar assignments
during the last 5 years (out of which one successfully completed in
Govt./Public/State/Central/PSU sector), for evaluation of cost of DE-
commissioned coal based units of minimum capacity 30 MW each.
(d) Annual turn-over of the company should not be less than Rs. 25 Cr for
the last 3 years through consultancy/valuation business.
(e) The firm should have sector specific experience and inhouse capability
to manage the assignment to avoid outsourcing of the job.
Note :- (i) Consortium of companies not allowed to participate.
(ii) Subletting of the job assigned will not be allowed.
8
TIME & PAYMENT SCHEDULE FOR THE ASSIGNMENT
The successful Bidder shall be required to complete the assignment
above within 90 days from the date of issue of acceptance/written order of
commencement of work. The schedule of assignment and terms of Payment
shall be as indicated below:-
Sr. No.
Milestone % of Payment of
the Bid amount
being due
Time schedule
1. On signing of the contract with the HPGCL
---- Max. 21 days from issue of
LOI
2. Submission of draft valuation report indicating quantitative list of inventory with basis of valuation methodology adopted without price/valuation part
50 With in 60 days from issue of LOI
3. Time to be taken by HPGCL for comments on draft report
----- 15 days after submission of draft report
4. Submission of final assets evaluation report (sealed)
30 With in 15 days after the receipt of comments on draft report from HPGCL
5. Balance Payment 20 After 30 days of acceptance of Final Valuation Report.
9
BID PROCESS
FTPS is issuing this Tender Document for Technical and Financial Bid
from the prospective consultants, so as to appoint a Consultant for the
aforesaid assignment.
Each Bidder shall submit bid in two parts i.e. Part-I and Part-II. The
Part-I shall comprise Earnest Money to be enclosed in a separate envelop
super scribed as Earnest Money and tender documents & other quoted terms
and conditions in an other envelop. Both of these envelops should be placed
in the main cover which should be sealed and addressed to Executive
Engineer (Works), FTPS, HPGCL, Faridabad super scribed tender enquiry
no. D-1/2010-11 due on 20.09.2010 for the work of “Bid for Appointment of
Consultant for valuation of cost for 3X 60 MW Coal based units no. – I, II and
III (BHEL make) on account of their De-commissioning at Thermal Power
Station, Faridabad” and should also be super scribed as Part-I.
The Financial bid (Price Bid) shall contain the Schedule of Fee
charges for the assignment. The rate should be quoted both in figures and
words in English. The price part shall be duly signed and stamped on each
page and should be placed in another cover duly sealed and addressed to
Executive Engineer (Works), FTPS, HPGCL, Faridabad super scribed tender
enquiry no. D-1/2010-11 due on 20.09.2010 for the work of “Bid for
Appointment of Consultant for valuation of cost for 3X 60 MW Coal based
units no. – I, II and III (BHEL make) on account of their De-commissioning at
Thermal Power Station, Faridabad” and should also be super scribed as
Part-II.
Both of Part-I and Part-II envelops should then be placed in a single
envelop which should be sealed and addressed to Executive Engineer
(Works), FTPS, HPGCL, Faridabad super scribed tender enquiry no.
D-1/2010-11 due on 20.09.2010 for the work of “Bid for Appointment of
Consultant for valuation of cost for 3X 60 MW Coal based units no. – I, II and
III (BHEL make) on account of their De-commissioning at Thermal Power
Station, Faridabad”
10
Part-I should contain:-
(a) Proof of Mandate letter evidencing the similar work executed for
evaluation of cost of DE-commissioned coal based units by the bidder
(b) Company profile, experience and Resume of key personnels of the
company dealing in evaluation of power plant & machinery, financial
and legal expertise.
(c) Any other information that may be considered relevant.
The rate/price so quoted shall remain firm through out the contract
period.
VALIDITY OF BID
Bids submitted by the Bidder shall remain valid for a minimum period
of 180 days from the date of opening of Bid (Part-II).
EARNEST MONEY DEPOSIT
The bidder is required to submit along with his offer an Earnest Money
Deposit (EMD) of Rs. 1,00,000/- in the form of a Demand Draft drawn in
favour of “Sr. Accounts Officer, Thermal, HPGCL, Faridabad”. No other form
of deposit shall be accepted.
The bids submitted without EMD would be rejected. No interest shall
be payable on EMD. The EMD would be refunded to the un-successful
bidders on allotment of work and that of successful bidder shall be adjusted
towards security deposit.
11
TERMS & CONDITIONS
1. HPGCL may issue addenda / Corrigenda to the bid document prior to
opening of bid. Each bidder shall acknowledge receipt of the same and
attach a copy of addendum / corrigendum along with the bid after
signing and stamping on each page. All addenda / corrigenda shall form
part of the bid document.
2. The person signing the bid shall state his capacity and also the source
of his authorization to sign the bid & the power of attorney or
authorization or other document constituting adequate proof of the ability
of the signatory in this regard shall be annexed to the bid.
3. Chartered Accountant Certificate regarding the average annual turn-
over for the last three years should be submitted with the Bid.
4. Only authorized representative of the Bidder shall be allowed to attend
the bid conference and bid opening.
5. While submitting Part-I of the tender document, no deviation from the
commercial as well as technical specifications / terms and conditions is
allowed. Any deviation from the tender specifications / terms and
condition shall lead to rejection of bid and disqualification. The company
shall indicate methodology proposed to be adopted by them for
evaluation of various assets of 3x60 MW units at FTPS and during Part-I
discussion, only methodology shall be discussed and in case HPGCL is
not satisfied with the proposed methodology, the offer shall be rejected.
6. Cost of Bidding – The bidder shall bear all direct and indirect costs
associated with the preparation and delivery / submission of tender,
participation in discussions, including costs and expenses related to
visits.
7. Owner’s Rights – HPGCL reserve the right to accept or reject the bid in
whole or part, or to reject the bid with or without assigning any reason.
Such decisions by HPGCL shall bear no liability whatsoever consequent
upon such decisions.
8. Bids received after the due date and time or received telegraphically or
not in proper sealed cover shall not be entertained.
9. Conditional offers are liable to be rejected.
12
10. Rate shall be quoted in ink only. Rates shall be indicated in figures as
well as in words. In case of any discrepancy/ ambiguity, the cost of work
shall be worked out as under:
(i) No cognizance of amount shall be considered and only the unit
rates quoted shall be considered.
(ii) In case of dispute/ambiguity, rates quoted in words shall be
considered as correct and final.
11. The bidder must sign all papers of the tender document and should also
initial all corrections in his document as regards rates, completion period
etc. Non compliance shall result in rejection of the bid.
12. This shall be a firm rate contract.
13. The item wise evaluation of assets shall be carried out and draft report /
write-up without value and indicating category vis a vis evaluation based
on scrap value, net realizable value or workable / market value shall be
submitted by the company for consideration of HPGCL authorities. The
final evaluation report shall be submitted in a proper sealed cover.
14. Confidentiality: The consultant shall not disclose any proprietary or
confidential information relating to the contract without prior written
permission of HPGCL.
15. Ownership of material: The petition or other material, graphics, software
prepared by consultant in respect of the contract shall belong to and
remain the property of HPGCL. The consultant may retain a copy of
such documents and software but shall not, except with prior approval of
HPGCL, use for any purpose other than work of HPGCL.
16. All the safety appliances, if required to carry out the job, are to be
arranged by the consultant for his staff.
17. The right of entry of the consultant and his workmen in the power station
will be reserved with HPGCL.
18. Consultant shall be fully responsible for any injury which the consultant
or his workmen or any other person may sustain during the performance
of the work of evaluation.
19. The scope given in the tender shall be treated as one unit for execution
and shall be awarded to one party alone to the overall lowest bidder.
13
20. The bidder whose bid is accepted shall have to sign the contract
agreement on non-judicial stamp paper of appropriate value within a
maximum period of 21 days of the receipt or intimation of acceptance of
tender. Failure on his part to do so shall result in invalidation of the
contract and forfeiture of the earnest money. Stamp fee shall be borne
by the consultant. The payment shall be made only after having
executed the contract agreement.
21. Successful bidder will comply with all applicable prevailing Labour Laws
and statutory rules affecting the employees/ workers employed by him,
and shall form a part of contract. He will have to indemnify the
department against any liability that may be imposed upon at any stage
by law or by the Government for non-observance of any of the act of
statutory rules which applies or affects the employees/workers
employed by the bidder. He will be fully responsible for the breach of
any applicable law/rule and its consequence. While seeking refund of
security, the bidder shall have to submit an affidavit duly sworn in by his
authorized representative before Magistrate first class or notary public
stating that there was no dispute pending with the contract
labour/employees employed by him on the work against which refund of
security was being claimed. It is further to be stated in the said affidavit
that in case of any dispute or liability in respect of contract
labour/contract employees employed by him, he would be liable for the
same and the Corporation shall not be liable.
22. The performance of the consultant will be reviewed by the authorities of
HPGCL from time to time and if found un-satisfactory, the work awarded
to him shall be terminated after giving notice as prescribed in clause
29(e) and security deposit shall be forfeited.
23. The successful bidder will be responsible for any or all losses of material
and damage to unfinished work as a result of any natural act. The
HPGCL will not be responsible for payment of any compensation as a
result of such damage or loss to the consultant and he shall be liable to
set right such damages at his own cost to the satisfaction of HPGCL.
24. Any bidder, who imposes any condition after the opening of tenders,
may invite invalidation of his tender and forfeiture of earnest money.
14
25. The bidder shall not be permitted to revise the prices on any account
after submission of the bid.
26. A. Income Tax - As applicable from time to time will be deducted at
source from the bills.
B. EPF - The successful bidder will deduct and deposit EPF of his
contract labour/labour/staff/worker as applicable from time to
time in his own EPF A/c code and then produce a photocopy of
documentary evidence of EPF Challan with each Running
Account Bill for the concerned period.
C. Public Liability Cover – The successful bidder is liable for the
Public liability cover/Group Insurance for the labour/worker
engaged by him.
D. Payment of Service Tax will be reimbursed only on production
of proof of payment of service tax.
27. Jurisdiction: Irrespective of the place of dealing, the place of
performance or place of payment under contract it shall be deemed to
have been made at the place from which the acceptance of the tender
has been issued. As such, the Courts of the Faridabad from where
acceptance of this has been issued shall have jurisdiction to decide any
dispute arising out or in respect of contract.
28. Arbitration: The arbitration proceedings shall be governed by the
Arbitration and Reconciliation Act 1996 or any statutory modification or
re-enactment thereof and the rules made there under.
29. Forfeiture and termination: If the consultant fails to take-
up/start/complete the work of evaluation within the period prescribed,
the HPGCL shall be entitled at his option either to evoke any of the
following option:
a) To recover damages through appropriate method/court law as
per relevant clause provided the aforesaid delay is not covered
by the force majeure reason.
b) To get the work done departmentally or from any other agency
at the risk and Cost of the consultant after serving a notice of 3
days to the consultant without prejudice to other provisions of
the contract work order.
15
c) To cancel the contract and forfeit the security in the event of
action being taken under clause-(b) above. The consultant shall
not be entitled to any gain on such work and the manner and
method of carrying out the work shall be worked out by HPGCL.
d) In the event, the consultant is not able to settle his dispute with
labour within a period of 3 days; HPGCL shall have the right to
get the work done from some other agency at his risk & cost.
e) Even during the execution of work, if the consultant continues to
give poor progress and quality of work as brought to his notice
from time to time or he shows persistent disregard to the
instructions in writing given by HPGCL or the consultant
becomes insolvent, the HPGCL reserves the right to terminate
his contract after a notice of 3 days in writing and forfeit his
security deposit in addition to the invoking of clause (b) above.
30. Water and electricity required for the work shall be arranged by the
department free of cost for bona-fide use at work and the same shall be
provided at site at single point and further arrangements if required shall
be made by the bidder himself at his own cost.
31. The bidders are advised to visit the site before and to acquaint
themselves fully about the work involved and the prevailing conditions
before submission of tender. The list of plant/machinery /equipments
/spares /building structures, etc. is available in the office of Xen/Works
and the same can be seen by the prospective bidder before quoting for
the tender in question. No claim whatsoever shall be entertained from
the consultant afterwards for conditions being difficult and scope of the
work not known properly.
32. FORCE MAJEURE:
32.1 “Force Majeure” means any event or circumstance or a
combination of events and circumstances referred to herein,
which or any consequences of which materially and adversely
affects the performance of any Party (the “Affected Party”) of its
obligations under this Agreement and which are beyond the
reasonable control of the Affected Party and which the Affected
16
Party could not have prevented by the exercise of reasonable
skill and diligence such as but not limited to:
(i) Act of GOD, natural phenomena, including but not limited to
storms, floods, droughts, earthquakes, lightning, cyclones and
epidemics;
(ii) Public Blockade, revolution, riot or civil commotion; and
(iii) Wars and hostilities (declared or undeclared) involving India.
32.2 For the purpose of meeting funding obligations under this
Agreement, no Affected Party shall claim Force Majeure unless
the entire banking system becomes inoperative or it is
restrained from making payment, by an act of the Government.
32.3 Upon the occurrence of any such event of Force Majeure, the
Affected Party shall, within three days, notify the other Party
specifying the nature of event, the effect of the event on the
Affected Party’s performance and the estimated duration of the
event. The Affected Party shall notify the other Party promptly
(and in any case within three days) upon the cessation of the
Force Majeure event.
32.4 In case the Force Majeure event continues for more than 30
(thirty) days, the Parties will mutually discuss and decide the
future course of action.
32.5 No Party shall be liable for any claim for any loss, damage or
compensation whatsoever arising out of failure to carry out the
terms of this agreement to the extent such failure has been
caused or contributed to by one or more events of Force
Majeure.
32.6 Where such impossibility of performance is partial, the said
Party shall not be relieved of the performance of that part which
is not so rendered impossible.
17
33 Methodology of Valuation
The Buildings, structures, equipments & material available at site/
store will be verified by technical team members of the firm along with
HPGCL officials for evaluation of technical aspect like:-
i. The present condition, make, composition of material, type of
construction, etc.
ii. The company shall carry out item wise evaluation of the assets.
iii. Maintenance level, estimation of degree of depreciation to which
the equipment and buildings are subjected to, for evaluation of
realizable value.
Category wise item description is as below :- S.N Item Description Basis of Valuation
01. Valuation of Cost of BHEL Make 60 MW Unit No. 1, 2 & 3 of Faridabad Thermal Power Station including buildings and civil structures :
Boiler & its Auxiliaries
Turbine & its Auxiliaries
Net Realizable value/ market value
02. Valuation of cost of Common Auxiliaries including buildings and civil structures of Unit-1, 2 & 3 of FTPS :
Water Treatment Plant-I, II
Lamella Clarifier Water Treatment Plant
Ash Handling Plant
Traveling Water Screen
Make up Pump House
Fuel Oil Pump Houses
Compressor House-I,II
Coal Handling Plant & its Auxiliaries
Cooling Towers I,II & III
DM Tanks and Oil storage tanks
Net Realizable value/ market value
03 Valuation of cost of Electrical Equipments :
Generator Transformers
Station Transformers
Unit Auxiliary Transformers
HT/LT Breakers
6.6 KV Breakers
HT/LT spare motors
Net Realizable value/ market value
04 Control Room Equipments :
C&I Panels
Electrical Panels
Instruments
Communication equipments
VDDC Room
Associated Relays
Control cables
Net Realizable value/ market value
05 Valuation of Cost of Spares available in F.T.P.S. Stores I & II.
Net Realizable value/ market value
18
34. AWARD OF CONTRACT: The contract shall be awarded to the
successful Bidder by issuance of Letter of Intent. The selected Bidder
shall sign a contract agreement on Non Judicial Stamp (NJS) paper of
appropriate value after completing all the formalities within 21 days of
issuance of the LOI.
35. LIQUIDATED DEMAGES
A) If the consultant fails to complete the work within the stipulated
completion period, he shall be liable to pay one half of 1% of the
amount of the contract value per week or part thereof for the period of
delay subject to the maximum of 10% of the contract price as
damages unless prior approval of the extension of the completion
period is granted by this office.
B) Consultant requiring extension of time in completion of any of the
deliverable, shall apply in writing to HPGCL for the same immediately
after the Consultant becomes aware of the eventuality but not after the
stipulated date of completion of work.
C) Extension in period may be granted by HPGCL with or without
liquidated damages. The maximum amount of liquidated damages
shall be 10% of the contract value.
36. SECURITY DEPOSIT: The successful bidder shall deposit a security
deposit @ 10% of the value of the work awarded to him in shape of
demand draft in favour of Sr. A.O./Thermal, HPGCL, Faridabad for
faithful execution of work. The Earnest money already deposited along
with the tender documents will be adjusted towards this security deposit.
All compensation for other sums of money payable by the firm
under the term of this contract will be deducted from any sum which may
be due to or may become due to the consultant by the Corporation on
any account whatsoever and in the event of his security deposit being
reduced by the reasons of any such deduction the consultant shall
within 10 days make good in cash any sum or sums which may have
been deducted from his security deposit or any part thereof. The
19
security deposit shall be collected from the running bill of the consultant
@ 10% of the value of the work and earnest money will be treated as
part of security deposit.
37. RELEASE OF SECURITY DEPOSIT: Security deposit shall be released
only after expiry of one month from the date of successful completion of
the order. No interest shall be paid on security deposit.
38. PROCESS TIMELINES : Tender Documents can be had upto
17.09.2010 during office hours on working days against a payment of Rs
5656/- (Non Refundable) in the form of cash or D.D. in favour of Senior
Accounts officer, Thermal, HPGCL, Faridabad payable at Faridabad.
Bids will be received up to 3.00 p.m. on 20.09.2010 and Bids will be
opened at 3.30 p.m. on the same day. The bidder or their authorized
representative may attend the Bids opening.
Tender Documents can also be viewed from the HPGCL’s
website www.hpgcl.gov.in
20
STANDARD FORMS
A. Letter of Proposal
Superintending Engineer,
Thermal Power Station
Bata Chowk, Faridabad-121005,
Haryana, India
Contact no. : 0129-2234277, 0129-2445222
Subject :
Dear Sir,
We, the undersigned, offer to provide the consulting Assignment/job
for Appointment of Consultant for valuation of cost for 3X 60 MW Coal based
units no. – I, II and III ( BHEL make) on account of their De-commissioning at
Thermal Power Station, Faridabad we are hereby submitting our proposal,
which includes this offer and a Price Bid in sealed envelope.
We also understand you are not bound to accept any Proposal you receive
we agree to abide by all the terms & conditions of the bid document.
We remain,
Yours sincerely
Authorized signature in full and initials
Name and title of signatory
Name of firm
Address:
21
FORMAT FOR QUOTING FINANCIAL BID (PRICE BID) PART-II
Name of the Assignment:
Appointment of Consultant for valuation of cost for 3X 60 MW Coal based units no. I, II and III (BHEL make) on account of their De-commissioning at Thermal Power Station, Faridabad
Name and Address of Bidder ;
……………………………………………………………
……………………………………………………………
S.No Items Qty Unit Rate Amount
1. Valuation of Cost of BHEL make 60 MW Unit no. I, II & III of FTPS, Faridabad
3 units
2. Valuation of Cost of Common Auxiliaries of Unit no. I, II & III, Electrical equipments and Control room equipments
L.S.
3. Valuation of Cost of Spares at Sites and available in stores I & II of FTPS, Faridabad including all other items such as scrap etc.
L.S.
TOTAL AMOUNT
(Total amount quoted in figure ____________________________________)
The Service Tax on the above quoted rates shall be paid separately as
applicable as per clause no 26D.
The out of pocket expenses incurred by the consulting/evaluating
company for travel, lodging, boarding etc. shall be included in the above
quoted rates. We hereby confirm that the price bid is unconditional and shall
be binding upon us up to the expiration of the assignment period.
We also understand that HPGCL is not bound to accept any bid
proposal received by it. We are agreeable to all the terms and conditions of
the Bid Document.
Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm:
22
NOTICE INVITING TENDER
THERMAL POWER STATION, FARIDABAD
(A UNIT OF HPGCL) Regd. Off. : Urja Bhawan, Sec-6, Panchkula
1. Name of work Appointment of Consultant for
valuation of cost for 3X 60 MW Coal
based units no. I, II and III (BHEL
make) on account of their de-
commissioning at Thermal Power
Station, Faridabad
2. Tender Enquiry No : D-1/2010-11
3. Last date for sale of tender documents : 17.09.2010
4. Due date for submission of tender : 20.09.2010 (upto 3.00 P.M)
5. Date of opening of tender : 20.09.2010 (at 3.30 P.M)
6. Cost of tender Documents : Rs. 5656/- including S.T.
7. Earnest money Deposit : Rs. 1,00,000/-
Chief Engineer/Thermal, Faridabad invites tender on behalf of HPGCL for
the above work. Tender documents can be purchased from the office of Executive
Engineer/Works on any working day on payment of cost of tender documents (non-
refundable) in cash or by demand draft in favour of Sr. A.O./Thermal, HPGCL,
Faridabad.
Tender documents shall be issued to only those companies who (a) are
registered under the Companies Act-1956 (b) must have at least 5 years experience in
transaction of consultancy/valuation business (c) must have handled at least 2 similar
assignments during the last 5 years (out of which one successfully completed in
Govt./Public/State/Central/PSU sector), for evaluation of cost of decommissioned
coal based units of minimum capacity 30 MW each (d) must have Annual turn-over
not less than Rs. 25 Cr for the last 3 years through consultancy/valuation business (e)
must have sector specific experience and inhouse capability to manage the
assignment by themselves.
Chief Engineer/Thermal, Faridabad reserves the right to reject any or all
tenders without assigning any reason. Deposit of cost of tender documents alone shall
not give the company right for issuance of tender documents until it fulfils the
qualifying requirements.
The detailed terms and conditions can be seen in the tender documents.
For Details, visit www.hpgcl.gov.in
Executive Engineer/Works,
For Chief Engineer/Thermal,
HPGCL, Faridabad.