You are on page 1of 12

ATTACHMENT - 3A PAGE 1 OF 1 "CW SYSTEM AND MAKEUP WATER SYSTEM CIVIL WORKS" PACKAGE FOR NABINAGAR SUPER THERMAL

POWER PROJECT (3X660 MW) BID DOCUMENT NO. CS-0370-318A-9 (Certificate of Compliance on Qualifying Requirement) Bidder's Name and Address : To Nabinagar Power Generating Co. Pvt. Ltd. C/o NTPC Limited, Contract Services (CS-II) 6th Floor, Engg. Office Complex, Plot A-8A, Sector-24, Noida-201301

Dear Sir, 1.0 With Reference to our Bid Proposal No. . Dated for "CW System and Makeup Water System Civil Works" Package for Nabinagar Super Thermal Power Proejct (3X660MW), Bid Document No. 0370-318A-9, we hereby confirm that the number of reference works quoted by us in Attachment No.-3 in the bid, for establishing compliance to the specified Qualifying Requirement (QR), are not more than three (3) number of reference works against each work as specified in Qualifying Requirement. We also confirm that the reference works declared more than three (3) number of reference works against each work as specified in Qualifying Requirement shall not be considered for evaluation/establishing compliance to Qualifying Requirement (QR). We further confirm that no change or substitution in respect of reference works (as declared in our bid) by new/additional plant for meeting the specified Qualifying Requirement (QR) shall be offered by us.

2.0

3.0

Date Place

: :

(Signature of the Bidder).................. (Printed Name).................................... (Designation)...................................... (Common seal)...................................

ATTACHMENT - 3B PAGE 1 OF 2 "CW SYSTEM AND MAKEUP WATER SYSTEM CIVIL WORKS" PACKAGE FOR NABINAGAR SUPER THERMAL POWER PROJECT (3X660 MW) BID DOCUMENT NO. CS-0370-318A-9 (Details of Available Bid Capacity)

Bidder's Name and Address :

To Nabinagar Power Generating Co. Pvt. Ltd. C/o NTPC Limited, Contract Services (CS-II) 6th Floor, Engg. Office Complex, Plot A-8A, Sector-24, Noida-201301

Dear Sirs,

Details of maximum value of works performed during the last 7 (Seven) years as on the date of bid opening of Techno-Commercial bids and details of existing commitments and works to be completed during the next 3 years as on the date of bid opening of Techno-Commercial bids are as under: (A) Maximum value of works performed during the last 7 years as on the date of bid opening of Techno-Commercial bids

----------------------------------------------------------------------------------------------------------------------------Sl.No. Financial Year Maximum value of works performed in Rs. (Crores) ----------------------------------------------------------------------------------------------------------------------------1. 2012 - 2013 ----------------------------------------------------------------------------------------------------------------------------2. 2011 - 2012 ----------------------------------------------------------------------------------------------------------------------------3. 2010 - 2011 ----------------------------------------------------------------------------------------------------------------------------4. 2009 - 2010 ----------------------------------------------------------------------------------------------------------------------------5. 2008 - 2009 ----------------------------------------------------------------------------------------------------------------------------6. 2007 - 2008 ----------------------------------------------------------------------------------------------------------------------------7. 2006 - 2007 -----------------------------------------------------------------------------------------------------------------------------

ATTACHMENT - 3B PAGE 2 OF 2 (B) Maximum value of existing commitments and works to be completed during the next 3 years as on the date of bid opening of Techno-Commercial bids

----------------------------------------------------------------------------------------------------------------------------Sl.No. Financial Year Value of existing commitments and Works Rs. (Crores) ----------------------------------------------------------------------------------------------------------------------------1. 2013 - 2014 ----------------------------------------------------------------------------------------------------------------------------2. 2014 - 2015 ----------------------------------------------------------------------------------------------------------------------------3. 2015 - 2016 -----------------------------------------------------------------------------------------------------------------------------

Date Place

: :

(Signature of the Bidder).................. (Printed Name).................................... (Designation)...................................... (Common seal)...................................

ATTACHMENT - 3C Page 1 of 1 "CW SYSTEM AND MAKEUP WATER SYSTEM CIVIL WORKS" PACKAGE FOR NABINAGAR SUPER THERMAL POWER PROJECT (3X660 MW) BID DOCUMENT NO. CS-0370-318A-9

Bidder's Name and Address :

To Nabinagar Power Generating Co. Pvt. Ltd. C/o NTPC Limited, Contract Services (CS-II) 6th Floor, Engg. Office Complex, Plot A-8A, Sector-24, Noida-201301

We hereby confirm that we do not anticipate any change in ownership during pro posed period of execution of work (if such a change is anticipated, the scope and effect thereof shall be defined). The relevant document for same(i.e. in case of change of ownership) is enclosed to Annexure.............. to this Attachment-3C.

Date Place

: :

(Signature of the Bidder).................. (Printed Name).................................... (Designation)...................................... (Common seal)...................................

ATTACHMENT 6 (REV.01) Page 1 of 6

CW SYSTEM AND MAKEUP WATER SYSTEM CIVIL WORKS PACKAGE FOR NABINAGAR SUPER THERMAL POWER PROJECT, (3X660 MW) BIDDING DOCUMENT NO. CS-0370-318A-9 (EQUIPMENT/ MACHINERY DEPLOYMENT SCHEDULE) Bidder's Name & Address To, Nabinagar Power Generating Company Private Limited C/o NTPC Limited, Engineering Office Complex, Plot A-8A, Sector 24, Noida-201301, Distt. Gautam Budh Nagar, State of U.P., India
Min Nos required as indicated in Appendix-II of Part-A of Technical Specs. 2 No proposed to be deployed No already available for immediate deployment Period by which balance eqpt will be deployed Place from where balance eqpt will be bought Number intended to be purchased Period by which New T&P can be deployed Quantum of work that can be achieved during peak period/shift

Sl No

Equipment Type/Capacity

1.

Concrete batching plant (minimum one of 40 cum/hr capacity & other of 30 cum/hr capacity) Concrete pumps Bull Dozer (Heavy Duty) Poclain (Shovel) (minimum 1 cum capacity each)

2. 3. 4.

6 5 4

ATTACHMENT 6 (REV.01) Page 2 of 6 Sl No Equipment Type/Capacity Min Nos required as indicated in Appendix-II of Part-A of Technical Specs. 24 2 1 1 2 2 2 No proposed to be deployed No already available for immediate deployment Period by which balance eqpt will be deployed Place from where balance eqpt will be bought Number intended to be purchased Period by which New T&P can be deployed Quantum of work that can be achieved during peak period/shift

5. 6. 7. 8. 9. 10. 11.

Dumpers Trucks Rollers (10T capacity) Sheep Foot roller Vibro Compactor/ Roller Water Tankers Diesel Power Generator 60 KVA capacity Diesel Power Generator 5 KVA capacity Survey equipment: Total Station Lab equipment for testing of soil, concrete etc. Vibrators Needle type Vibrator (Float, Plate etc.)

12.

13.

14.

As per requirement 18 4

15. 16.

ATTACHMENT 6 (REV.01) Page 3 of 6 Sl No Equipment Type/Capacity Min Nos required as indicated in Appendix-II of Part-A of Technical Specs. No proposed to be deployed No already available for immediate deployment Period by which balance eqpt will be deployed Place from where balance eqpt will be bought Number intended to be purchased Period by which New T&P can be deployed Quantum of work that can be achieved during peak period/shift

17.

Dewater pumps i) ii) 5 HP 10 HP to 50 HP 6 6

18.

Service compressor with hose Jack Hammers Heavy capacity trailer with drive units for material shifting (10 - 15 T capacity) Transit mixers Plate bending machine i) ii) 25 x 2500mm 20 x 2500mm

19. 20.

4 3

21. 22.

2 2

23.

Plate straightening machine i) 20 x 2500mm 2

ATTACHMENT 6 (REV.01) Page 4 of 6 Sl No Equipment Type/Capacity Min Nos required as indicated in Appendix-II of Part-A of Technical Specs. 5 No proposed to be deployed No already available for immediate deployment Period by which balance eqpt will be deployed Place from where balance eqpt will be bought Number intended to be purchased Period by which New T&P can be deployed Quantum of work that can be achieved during peak period/shift

24.

Automatic submerged arc welding machine M/C Semi automatic submerged arc welding machine Welding transformer Welding generator Pug cutting machine Radiographic testing machine Bench grinder Hand grinder Shuttering material Chipping hammers Mobile Crane (Min. 10 T capacity) 60 mm Nozzles for vibrators

25.

26. 27. 28. 29.

12 6 4 4

30. 31. 32. 33. 34.

2 8 5000 m2 6 3

35.

25

ATTACHMENT 6 (REV.01) Page 5 of 6 Sl No Equipment Type/Capacity Min Nos required as indicated in Appendix-II of Part-A of Technical Specs. 1 No proposed to be deployed No already available for immediate deployment Period by which balance eqpt will be deployed Place from where balance eqpt will be bought Number intended to be purchased Period by which New T&P can be deployed Quantum of work that can be achieved during peak period/shift

36.

Mechanical Excavator of 0.9 Cu.M capacity Loaders Plate vibrator Grab of 0.75 cubic yard capacity with adequate spares Air compressor of 250 cfm capacity Complete set of divers equipment along with divers helmet etc. Chisel Kentledge and structural steel supports for kentledge Passenger boat Bridge work enabling structure Hydra type crane

37. 38. 39.

1 2 1

40.

41.

1 Set

42. 43.

1 1 Set

44. 45.

1 1 Set

46.

ATTACHMENT 6 (REV.01) Page 6 of 6 Sl No Equipment Type/Capacity Min Nos required as indicated in Appendix-II of Part-A of Technical Specs. 2 No proposed to be deployed No already available for immediate deployment Period by which balance eqpt will be deployed Place from where balance eqpt will be bought Number intended to be purchased Period by which New T&P can be deployed Quantum of work that can be achieved during peak period/shift

47. 48.

Gas cutting sets Equipment required for geotechnical investigations a) b) Rotary mud circulations rigs Menard pressure meter or equivalent setup with limit pressure of 80kg/cm2

49.

Any other major equipment proposed to be used for the satisfactory completion of the work

Notes :

These requirements and capacity of the equipment are indicative only and not exhaustive and deployment of equipment, machinery and labour shall be suitably augmented to achieve the timely completion of the work as per the programme and direction of the Engineer-in-Charge, without any additional liability to NTPC.
Signature .......................................................................... Printed Name of authorised person having power of attorney.................................................. Designation.......................................................................... Date and Place..................................................................... Common Seal of firm ........................................................

You might also like