NTPC Limited

( A Govt. of India Enterprises )

ANTA GAS POWER STATION

 

NOTICE INVITING TENDERS

( International Competitive Bidding )

NIT No. Anta/C&M/NIT/49                                                                                           DATE: 08.03.2014

NTPC invites sealed Bids/Tenders/Proposals from eligible bidders/parties for following works.

Package No

Description of Item work

EMD (Rs.) Lac

Cost of BID Docs. (Rs.)

Sale of BID Docs.

Last date/ time of Receipt of Tenders

BOD of Tech Part

 

From

To

 

AG/CS/49/7574

Supply, installation and commissioning of Gas turbine Inlet air cooling system at NTPC Anta

10.74

3375

10.03.14 10:00 Hrs

05.04.14 17:30 Hrs

19.04.14

17.30 hrs

23.04.14

15.30 hrs

 

Note:      1. Last date for submission of query (if any) is 12.04.14

2. Price bid opening shall be communicated separately only to qualified bidders.

 

QUALIFYING REQUIREMENTS:

In addition to the requirements stipulated under section ITB, the bidder should also meet requirements stipulated here under:

 

1.0 Technical criteria:

 

1.1(a) The bidder should have designed and supplied at least two (2) numbers of Evaporative Media type Inlet air cooling system for Gas turbines of Minimum ISO rating each of 50 MW, which should have been in successful operation for at least two (02) years prior to the date of Techno-Commercial bid opening.

 

1.1(b)   The bidder should have installed/supervised installation and commissioned/supervised commissioning of at least two (2) nos. of Evaporative Media type Inlet Air Cooling System for Gas turbines of minimum ISO rating each of 50 MW prior to the date of Techno-Commercial bid opening

OR

1.2       Bidders who do not fulfill the requirement in clause 1.1(a) above can also participate provided the bidder fully meets the requirements of clause 1.1(b) above and associates/collaborates with a party, fully meeting the requirements of clause 1.1(a) above.

OR

1.3       Bidders who do not fulfill the requirement in clause 1.1 (b) above can also participate provided the bidder fully meets the requirement of clause 1.1(a) above and associates /collaborates with a party, fully meeting the requirements of clause 1.1(b) above.

 

1.4       In case of clause 1.2 & 1.3, the bidder shall furnish a deed of joint undertaking jointly executed by him and his associate/Collaborator as per NTPC format enclosed in the bid document for the satisfactory performance of the Evaporative Media type Inlet Air Cooling system installed. The deed of joint undertaking shall be submitted along with the bid, failing which, the bidder shall be disqualified and his bid shall be rejected. Further in case of award, Bidder will be required to furnish an on demand Bank Guarantee for 1% (one percent) of the total contract price, in addition to the contact performance security to be provided by the bidder.

 

2.0       Financial Criteria:

 

2.1       The average annual turnover of the Bidder in the preceding three (3) completed financial years as on the date of Techno-Commercial bid opening shall not be less than Rs. 53.00 Million (Indian Rupees Fifty Three Million only) or in equivalent foreign currency.

 

2.2       The net worth of the Bidder as on the last day of the preceding financial year shall not be less than 25% of the paid up share capital.

 

2.3       Incase the Bidder is not able to furnish its audited financial statements on stand alone entity basis, the unaudited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder furnishes the following documents on substantiation of its qualification:

 

(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of the Holding company.

(ii) A certificate from CEO/CFO of the Holding Company, as per the format enclosed with the techno-Commercial bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated financial statement of Holding company.

 

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

 

2.4       In case a bidder does not satisfy the financial criteria, stipulated at Cl. 2.1 and/or Cl. 2.2 above on its own, the Holding company would be required to meet stipulated turnover requirement at Cl. 2.1 above, provided that the net worth of such holding company as on the last day of the preceding financial year is at least equal to or more than the paid up share capital of the Holding company. In such an event, the Bidder would be required to furnish along with its Techno-Commercial bid, a letter of undertaking from the Holding Company, supported by Board Resolution of the Holding Company, as per the format enclosed in the bidding documents, pledging unconditional and irrecoverable financial support for the execution of the Contract by the Bidder in case of award.

 

2.5       The unutilized line of credit for fund based and non fund based limits with cash and bank balances including fixed deposits of the Bidder as on a date not earlier than 15 days prior to the date of bid opening, duly certified by its bankers shall not be less than Rs 19.00 Million (Indian Rupees Nineteen million only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits shall be of the same date from all such banks.

 

2.6       Where another company of the group acting as the Treasury centre is responsible for Treasury Management of the Bidder having combined credit/guarantee limit for the whole group, the Bidder would be required to provide a Banker's certificate regarding the unutilized line of credit for fund based and non fund based limits together with cash and bank balances including fixed deposits available to such Treasury centre. Further, Treasury Centre shall certify that out of the aforesaid limits certified by its bankers, the Bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 2.5 above. In proof of this, the bidder would be required to furnish along with its techno-Commercial bid, a letter of Undertaking from the Treasury Centre, supported by a Resolution passed by the Board of Directors of the Holding company, as per the format enclosed in the bidding documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

 

2.7       Incase the Bidder's unutilized line of credit for fund based and non fund based limits specified at Cl. 2.5 above is not sufficient, a comfort letter from one of the bankers specified in the bidding documents unequivocally stating that in case the bidder is awarded the contract, the Bank would enhance  line of credit for fund based and non fund based limits to a level not less than the specified amount at clause 2.5 above to the bidder or to the Treasury Centre as the case may be, shall be acceptable.

 

Notes :

i)              Net worth means the sum total of the paid up share capital and free reserves. Free reserves means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of assets, write back off depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from Reserves and Surplus.

ii)             Other income shall not be considered for arriving at annual turnover.

iii)            For unutilized line of credit for fund based and non fund based limits and turnover indicated in foreign currency, the exchange rate as on seven (7) days prior to the date of Techno-Commercial bid opening shall be used.

 

2.8       Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder/his Collaborators/Associates/Subsidiaries/Group Companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

 

Note: The bidder must submit all the documents like details of order, proof of completion, audit balance sheet of last three years, VAT registration, PAN, Service tax registration etc. to establish their credential in the line of the qualifying requirements.

 

GENERAL TERMS AND CONDITIONS:

1.1       DOCUMENT TO BE SUBMITTED WITH TECHNICAL BID:

Legible copies of the following documents duly signed by the authorized representative of the bidder are to be submitted (attached in e-tender) in support of the qualifying requirements along with technical bid.

a)      i) Award letter/work order with bill of quantities ii) proof of value of work executed as mentioned at (b) below :

b)      Documentary evidence issued by the employer as proof of value of work executed clearly indicating i) the executed value of the work and ii) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate/final deviation order/copies of measurement book (R/a bills). An employer means Public Sector Undertaking/Government/Semi-Government Organization or a reputed Private Organization/Company.

c)      Audited balance sheet and profit and loss account of last three financial years ending 31st March of previous financial year.

d)     Partnership deed/affidavit for proprietorship/certificate of incorporation/articles of association etc. with latest changes, if any.

e)      Copy of Power of Attorney of Authorized Signatory (if applicable).

f)       The bidder should have independent P.F. code number allotted by Regional Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.

g)      Copy of Permanent Account Number.

h)      NTPC if so desire may verify the performance of the bidder from their respective clients.

 

1.2       A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at ANTA/KOTA in RAJASTHAN or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least five working days prior to Document Sale Close date along with duly filled in questionnaire and the requisite demand draft for issue of vendor code and SRM user id/password. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

However the firms registered with NSIC and SSIC (in the state where the contract is being made) are exempted from furnishing Cost of Tender Document, provided the monitory limits fixed by the NSIC/SSIC authority is not below the quoted value.

The cost of bidding documents is inclusive of 5% VAT. Cash payment/money order will not be accepted. Requests received after the last date as mentioned, due to delays of postal/courier services or requests without requisite cost of tender documents shall not be entertained.

1.3       Two part bidding system shall be followed for the subject package.

Bid Security (EMD), in original, for the requisite amount as stipulated above shall be submitted prior to stipulated bid submission closing date and time at the address given herein below. If Bid Security in hard copy, in a separate sealed cover is not received or bids for which Bid Security of inadequate value is received the same shall not be entertained and in such cases bids shall not be opened.

Vendor has to ensure that EMD should reach before the bid submission date & time positively. NTPC has no responsibility for non receipt of EMD due postal delay or any other reason before bid submission time. Any bid not accompanied by an acceptable Bid Security shall be rejected by the employer as being non responsive and shall not be opened/considered. The Bid Security shall, at Bidders option, be in the form of a Demand draft or Banker's cheque drawn in favour of NTPC Ltd. payable at Anta/Kota (Raj.), or a Bank Guarantee from any of the banks specified in the bidding documents. However the firms registered with NSIC and SSIC (in the state where the purchase is being made) are exempted from furnishing Earnest Money, provided the monitory.

 

1.4       EMD, Letter of undertaking and No deviation certificate shall be received upto 3:00 PM hours on the scheduled date of opening of technical bid and shall be opened at 3:30 PM in the Contract Services department/AnGPP.  If the date of opening happens to be closed holiday, the tenders shall be received and opened on the next working day.

1.5       NTPC takes no responsibility for any loss/delay/non receipt of tender sent by post.  Offers received late/incomplete are liable for rejection.  Sealed bids must be sent at the "Address for Communication" only.

1.6       First EMD, Letter for undertaking and no deviation certificate envelope shall be opened.  Technical Bid (e-tender bids) of bidders who have submitted EMD and LOU in acceptable form to NTPC shall be opened next.  If the bidder qualifies as per the QR and terms and conditions of NIT, their price bid (e-tender bids) shall be opened on the date to be intimated after evaluation of technical bids.

1.7       The Bids not accompanied with the requisite EMD or with Bid Security of inadequate value or EMD/Bid Security in unacceptable form and /or Letter of Undertaking and/ or No Deviation Certificate shall not be entertained and in such cases bids shall be rejected by the Owner as being non-responsive and will be not opened in e-tender.

1.8       In the evaluation and comparison of bids, NTPC reserves the right to allow purchase preference to Central Public Sector Enterprises (CPSEs) and Joint Ventures with CPSEs as admissible under the existing policy of the Govt. of India.

1.10     Notwithstanding anything stated above, NTPC reserve the right to assess bidder's capability and capacity to perform the contract, should the circumstances warrant such assessment in overall interest of the owner.

1.11     NTPC reserve the right to reject or accept any or all the tenders without assigning any reasons thereof.

1.12     Alternations or erasures in the bidding documents shall be over the initials of the person signing the bid.

1.13     The contracting agencies shall also comply and meet all the requirements of SA -8000-2001 standard.  NTPC will verify the same through planned monitoring.

1.14     Above details are only indicative.  Other detailed terms and conditions shall be as per our tender documents.  Interest bidders are advised to visit the site to familiarize themselves with the nature and quantum of work and the site conditions.

1.15     The bidder must submit all the documents like details of order, proof of completion, audit balance sheets of last three years, VAT registration, PAN, Service Tax Registration etc. to establish their credentials in line with the qualifying requirements.

1.16     Tender should be submitted/dropped in the tender box placed in the below mentioned address.  However, in case of any difficulty for tender submission, below mentioned officer(s) may be contacted.

 

1

Location of Tender box

Contract Services, First Floor, C&M Department, Administrative Building, NTPC, Anta

2

Address

Shri H. S. Dilvaria

DGM (C&M)

First Floor

Contracts & Materials Department

Administrative Building

Anta Gas Power Station

NTPC Limited

Anta - 325 209

Dist. Baran (Rajasthan)

3

Name of the officers to be contacted (if required)

Shri C. S. Chouhan

Sr. Manager (C&M)

 

 

Address for communication:

DGM (C&M)

Anta Gas Power Station

NTPC Limited

Anta - 325 209

Dist. Baran (Rajasthan)

Phone Nos.: 07457-246034

Fax No. : 07457-246041/07457-246036