NTPC Limited

(A Govt. of India Enterprise)

VINDHYACHAL SUPER THERMAL POWER STATION

P.O. VINDHYANAGAR-486885, DISTT: SINGRAULI (MP) CONTRACTS & MATERIALS DEPARTMENT

(DOMESTIC COMPETITIVE BIDDING)

REF: NIT No:060/MM/PUR/100102454

DATE: 05.09.2014

NTPC Limited - Vindhyachal invites applications from the eligible bidders for supply as per descriptions of materials furnished below.

a)Single stage two part on-line bidding through our SRM module of E- Procurement system, i.e. Part I should be consisting of technical bid along with Earnest Money Deposit. Bid Part-II consists of Price/commercial bid.

b)Price bids will be opened of those bidders only who will qualify in Bid Part -I .

DETAILS OF NIT: SRM-Bid Invitation no:40026773

S

NIT No

Brief Description

Tender Sale

Tender Fee

Last Date

Bid

N

 

of items

Start

&

& Time for

opening

 

 

 

date/Sale

EMD

Receipt of

date

 

 

 

close date

(Rs.)

Bid

 

 

 

 

 

 

 

 

 

 

 

 

Tender fee

 

 

 

100102454

Supply of PAPH &

12.09.2014

1700.00

 

 

01

/ M47 /

SAPH Baskets for

&

01.11.2014

01.11.2014

 

1018 /

500MW Boilers

To

 

14:30 Hrs

15:00 Hrs

 

10.10.2014

 

 

14-15

Vindhyachal- St-2

EMD

 

 

 

 

 

 

 

 

 

 

5,44,000.00

 

 

 

 

 

 

 

 

 

Note: Tender shall be processed through SRM Module i.e. e-procurement system, without Reverse Auction terms. Tenderer must send the enclosed format of e- procurement duly filled in all the information sought in the format.

DETAILS OF ITEMS : Supply of PAPH & SAPH Baskets for 500MW Boilers: Total 34 nos of items as per technical specification shetts & technical Data sheets and drawings/AQP attached with NIT & SRM tender.

1.0Qualifying Requirements:- The bidders are required to fulfill the following:

a)The average annual turnover of the bidder during the preceding three financial years as on the date of bid opening should not be less than INR 543.38 Lakhs.

b)i) The bidder should be a manufacturer of coal fired boilers and should have manufactured and supplied at least one no. of boiler having unit capacity of 200MW or above with Lunjstorm design Air Preheater.

OR

ii)The bidder should be a manufacturer of Air Pre-Heater (APH) baskets for coal fired boiler and should have manufactured and supplied atleast one set (one set consisting of hot end, hot intermediate end if applicable and cold end) of baskets required for one APH for coal fired boiler having unit capacity of 200MW or above, directly to, “PSU”/ “Joint venture of PSU” / “Govt. Department”/Quasi – Govt. department”/ “Public limited company “, during last two (02) years ending with bid opening date.

c)The bidder should own fully automated, cold forming line rolling machine for making profile of heating elements of all types of Air Pre Heater baskets. (hot end, hot intermediate end if applicable and cold end).

d)The bidder should have testing facilities for testing of air preheater heating elements or shall have tie-up with NABL approved labs.

e)The bidder should have executed the contract(s) as mentioned above (b), directly to “PSU”/”Joint venture of PSU” / “Govt. Department”/Quasi – Govt. department”/ “Public limited company “, during last seven (07) years ending with bid opening date, with following executed value(s) of contracts.

ÿ Single order of value not less than INR 217.35 lakhs. OR

ÿ Two orders each of value not less than INR 135.85 lakhs OR

ÿ Three orders each of value not less than INR 108.68 lakhs

Notes : Other income shall not be considered for arriving at annual turnover.

2.0Notwithstanding 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.

3.0General Requirements for above NIT:

3.1On line Tender Enquiry (e-bid) shall be issued to intending bidders on request. Issuance of

bid documents shall not be construe that the bidders are considered qualified. Pre-qualifications as per the terms of NIT will be reviewed at the time of bid evaluation.

3.2The soft copies of the following documents are to be submitted along with the offer:-

(a) Purchase Order/ Award Letter copy with awarded value and executed quantity, scope

of work and bill of quantity with rates. The proof of executed quantity shall be furnished by the bidders in form of MDCC/ Inspection Reports/Tax invoices/

Challans/GRs/Certificate of Purchaser .

(b) The proof of turnover to be furnished by the bidders should be duly certified by the Chartered Accountant for subject years or alternatively Audited Balance sheet may be furnished.

3.3 Small Scale Industries (SSI) registered with the National Small Industries Corporation (NSIC)/MPSSIDC and MSME shall be exempted from payment of Tender Fee and

Earnest Money Deposit. Small Scale Industries registered with NSIC/MPSSIDC and MSME shall be exempted from payment of Security Deposit up to the limit for which the unit is registered with MSME / NSIC / MP-SSIDC.

Tenderers seeking exemption should enclose an attested photocopy of valid registration certificate giving details such as validity, stores, monetary limit etc. failing which they run the risk of their bids being passed over as ineligible for this concession.

3.4The application for issue of tender enquiry (non-transferable) can be submitted to the

office of undersigned on any working day during the office hours by 10.10.2014, enclosing tender fee of ` 1700/- (non-refundable) in the form of D.D. drawn in favour of NTPC Ltd., payable at S.B.I. Vindhyanagar (Branch Code 7937) or Union Bank of India, Vindhyanagar (Branch Code No.543675) along with application.

3.5Tender documents (non-transferable through SRM shall be issued to vendors who will request for the same with required tender fee/ eligible exemption certificates. However, mere issuance of tender document shall not be construed as final qualification of the bidder.

3.6The entire credentials in support of qualifying requirements must be submitted through on-

line as well as in hard copy also along with offer on receipt of e-tender.

3.7NTPC will not be responsible for non-receipt / late receipt or loss of tender documents /

offers in any way or in postal transit.

3.8The bids shall be opened on the due date and time mentioned on pre-page of the tender

documents/ e – bid invitation.

3.9The detailed specifications of the items are mentioned in the tender documents/ e-bid

invitation.

3.10 Notwithstanding anything stated above NTPC reserves the right to assess the capability and capacity of the bidder to perform the contract, should the circumstances warrant such assessment in overall interest of NTPC at any Stage, whatsoever it may be.

4.0 Tenderer should submit their application along with enclosed Annexure - format of e- procurement duly filled in with all the information sought in format.

Address for Communication:

Addl. General Manager (C&M)

NTPC Limited,

VINDHYACHAL SUPER THERMAL POWER STATION

P.O. VINDHYANAGAR-486 885, DISTT: SINGRAULI (MP)

Phone No.07805- 247677 & Fax No.07805-247728