NTPC Limited

(A Government of India Enterprise)

Western Region HeadQuarters

NOTICE INVITING TENDER (NIT)

FOR

SUPPLY, INSTALLATION AND MAINTENANCE OF EFFLUENT QUALITY MONITORING SYSTEM FOR

NTPC STATIONS.

(Domestic Competitive Bidding)

NIT No: 40031682

Date:26.12.2014

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40031682

NIT Date

26.12.2014

Document Sale Commencement Date & Time

26.12.2014 16:27:06

Document Sale Close Date & Time

12.01.2015 17:00:00

Source of IFB/NIT

Western Region HeadQuarters

Contract Classification

Supply + Erection + Civil + O&M

Last Date and Time for Bid submission

23.01.2015 14:30:00

Technical Opening Date & Time

23.01.2015 15:00:00

Bid Opening Date & Time

06.02.2015 15:00:00

Cost of Bidding Documents in INR

7,875.00

EMD in INR

4279000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

16.01.2015

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 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 MUMBAI 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 three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail

Supply, erection and commissioning of Effluent Quality Monitoring System (EQMS) Comprising of 01 No BOD Analyser, 01 no COD Analyser, 01 No PH meter, 01 No Conductivity Meter, 01 No Oil in Water Analyser, 01 No TSS Analyser, 01 No Flow measurement system, 01 No Temp measurement system, and other items like DAS , DCS enclosures etc to complete all the scope as per Part-A Sub Section-II scope of supply and services of Technical specifications at 31 locations all across NTPC stations and thereafter comprehensive Maintenance of all systems for a period of 4 years after warranty period of 2 years.

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0 Qualifying Requirements for Bidders:

7.0 Qualifying Requirements

7.0.1In addition to satisfactory fulfillment of the requirements stipulated in section ITB (Instructions to Bidder), the following shall also apply:

7.0.2Bidder should have supplied, installed and commissioned at least three(3) analyzers amongst COD/BOD, TSS, OIW, pH and conductivity analyzers which must be in successful operation for a period of not less than six (6) months prior to the date of Techno-Commercial bid opening.

7.1 Financial criteria for Bidder:

7.1.1The average annual turnover of the Bidder, in the preceding three (03) financial years as on the date of Techno-Commercial bid opening should not be less than Rs.2139 Lacs (Rupees Twenty One Crores Thirty Nine Lacs only).

7.1.2The net worth of the Bidder as on the last day of the preceding financial year should not be less than 25% of the paid-up share capital.

7.1.3In case 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 further 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 the CEO/CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the unaudited unconsolidated financial statements form part of the Consolidated Annual Report of the company.

7.1.4In 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.

7.1.5In case the bidder does not satisfy the financial criteria, stipulated at Cl. 7.1.1 and/or Cl. 7.1.2 above on its own, it#s holding company would be required to meet the stipulated turnover requirements at Cl. 7.1.1 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, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder in case of award.

7.1.6The 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 Techno-Commercial bid opening, duly certified by the Bankers should not be less than Rs. 791 Lacs (Rupees Seven Crores Ninety One Lacs only). In case certificates from more than one bank are submitted, the certified unutilized limits shall be of the same date from all such banks.

7.1.7Where 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 the bankers, the

Bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 7.1.6 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 bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder in case of award.

7.1.8 In case the Bidder's unutilized line of credit for fund based and non-fund based limits specified at Cl. 7.1.6 above is not sufficient, a comfort letter from one of the bankers specified in the bid 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 to the bidder or to the Treasury Management 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 the assets, write back of 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.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0Address for Communication

NTPC LIMITED WESTERN REGION -1 HEADQUARTERS, 2ND FLOOR,

SAMRUDDHI VENTURE PARK, MIDC, MAROL, ANDHERI (EAST),

MUMBAI - 400 093 , INDIA.

PHONE NO :- 0091-022-28206655,

FAX NO :- 0091-022-28348334,

E-mail : arunprasad@ntpc.co.in / jatinwasnik@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in