DETAILED INVITATION FOR BIDS

NATIONAL POWER TRAINING INSTITUTE, (NPTI) FARIDABAD

Through

NTPC LIMITED (CONSULTANCY WING)

INVITATION FOR BIDS

FOR

SUPPLY AND INSTALLATION OF TRAINING SIMULATORS FOR COAL BASED AND HYDRO POWER PROJECT OF VARIOUS CAPACITY FOR NPTI

AT

FARIDABAD, BADARPUR, NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI.

(International Competitive Bidding)

IFB No.:40036617

Date : 11/04/2015

1.0NTPC Ltd, Consultancy Wing for and on behalf of the NPTI, Faridabad Haryana invites

online bids, on two stage Bidding basis[i.e. Stage-I (Techno-commercial) Bid and Stage- II (Price) Bid] from eligible bidders for aforesaid package. NTPC Ltd., Consultancy Wing has been engaged as “Consultant” by NPTI, Faridabad for the above package.

2.0SCOPE OF WORK: The brief Scope of work is as under:

Design, engineering, material procurement, manufacturing, developing mathematical models, programming, system integration, training, pre-shipment testing at works, packing, delivery, unloading, storage, installation and commissioning, successful completion of facilities inclusive of supply of mandatory spares, performance and guarantee testing of complete Simulator system and AMC for Thermal and Hydro Simulator (for 5 (Five) years) at various location i.e Faridabad, Badarpur, Nagpur, Durgapur, Alappuzha & Shivpuri as per specifications and scope defined in the bidding documents.

3.0 NPTI Faridabad, intends to finance this Package through domestic funding and own resources.

4.0 Detailed specification and scope are given in the bidding documents, which are available for examination and sale at the address given below and as per the following schedule:

Bidding Document No.

:

CW-CM-9733-C-O-M-001

 

Document Sale Date &

:

From 13/04/2015 at 11.00 hrs (IST) to

 

 

 

 

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

 

PAGE

 

 

 

 

 

 

SECTION - I (IFB)

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

 

1 OF 7

 

 

DOCUMENT NO. CW-CM-9733-C-O-M-01

 

 

 

 

 

 

 

DETAILED INVITATION FOR BIDS

Time

:

11/05/2015 upto 15.00 hrs (IST)

Last date of receipt of query

:

14/05/2015

Techno-Commercial Bid (Stage-I)

Bid Receipt Date & Time

:

Upto 1030 hrs (IST) on 22/05/2015

Bid Opening Date, Time &

:

On 22/05/2015 at 1100 hrs. (IST) at

Venue

 

NTPC Ltd., Consultancy Wing, NTPC

 

 

Ltd, Room No. 205, Engineering

 

 

Office Complex Annexe, A-8A,

 

 

Sector-24, Noida-201301 (UP).

Cost of Bidding Document

:

USD500/-(US Dollar Five Hundred

 

 

Only) per set for Foreign Bidders

 

 

and Rs.22500/-(Rupees Twenty Two

 

 

Thousand Five Hundred Only) per set

 

 

for Indian Bidders.

Date of submission and opening of Stage-II (Price- bid) shall be intimated separately after opening of stage-I (Techno-Commercial) Bids.

5.0All bids must be accompanied by Bid Security for an amount of Rs11407000/- (Rupees One Crore Fourteen Lakh Seven Thousand only) or US$181160/- (US Dollars One Lakh Eighty One Thousand One Hundred Sixty Only) in the form as stipulated in bidding documents.

Any Bid not accompanied by the acceptable Bid Security in a separate sealed envelope shall be rejected by the Employer as being non-responsive and returned to the bidder without being opened.

6.0QUALIFYING REQUIREMENT FOR BIDDERS

In addition to qualifying requirements stipulated in Section-ITB, the following shall also apply:

6.1.1The Bidder should be a simulator supplier and a graphical user interface (GUI) based simulation modeling tool developer for coal fired thermal power plant and should have engineered, supplied, erected & commissioned, full scope Replica Training Simulator for a coal fired station having unit rating of 500 MW or above which should have been in successful operation for a period of not less than one (1) year prior to the date of Techno-Commercial bid opening.

6.1.2The Bidder who does not meet the requirements at clause 6.1.1 above can also par- ticipate provided it meets the requirements of clause 6.1.2.1 AND 6.1.2.2 below.

6.1.2.1The Bidder should be a manufacturer of Distributed Digital Control, Monitoring & Infor- mation system (DDCMIS) / Distributed Control System (DCS), who has engineered,

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

PAGE

 

 

SECTION - I (IFB)

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

2 OF 7

 

DOCUMENT NO. CW-CM-9733-C-O-M-01

 

 

 

 

 

DETAILED INVITATION FOR BIDS

manufactured, supplied, erected & commissioned a DDCMIS / DCS system for at least one (1) unit of a coal fired station having unit rating of 200 MW or above, which should have been in successful operation for a period of not less than one (1) year prior to the date of Techno-Commercial bid opening.

6.1.2.2The Bidder should associate with a party, who fully meets the requirement of clause 6.1.1 above. In such a case, the Bidder should furnish along with its Techno-Commer- cial bid, a Deed of Joint Undertaking (DJU), jointly executed by it along with its Col-

laborator/ Associate for full responsibility of the performance of entire contract as per the format enclosed with the bidding documents in which the Collaborator/ Associate and Bidder shall be jointly and severally liable to the Employer to perform all Contrac- tual obligations for the entire contract. This Deed of Joint Undertaking should be submitted along with the Techno-Commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected. In case of award, the Collaborator/ Associate shall be required to furnish an on-demand bank guarantee as per the format enclosed with the bidding documents for a value equal to 2% (two percent) of the total con- tract price in addition to the contract performance security to be furnished by the Bidder.

6.2.0Financial Criteria

6.2.1Financial Criteria of Bidder

a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno-Commercial bid opening, should not be less than Indian Rupees 460 million ( Indian Rupees Four hundred Sixty million only) or in equivalent foreign currency.

b)The Net Worth of the Bidder as on the last day of the preceding financial year

should not be less than 25% of its paid-up share capital.

c)In 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

docu-

ments

for substantiation

of its qualification:

 

i.Copies of the unaudited unconsolidated financial statements of the Bid

der 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 with the bidding documents, stating that the unau- dited unconsolidated financial statements form part of the Consolidated financial statements of the Holding Company.

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

PAGE

 

 

SECTION - I (IFB)

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

3 OF 7

 

DOCUMENT NO. CW-CM-9733-C-O-M-01

 

 

 

 

 

DETAILED INVITATION FOR BIDS

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

d) In case a Bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1(a) and/ or Cl.6.2.1(b) above on its own, it’s Holding Company would be required to meet the stipulated turnover requirements at Cl.6.2.1(a) 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 its Holding Company, supported by Board Resolution 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.

e)The Unutilised 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 its Bankers should not be less than Indian Rupees 297 million (Indian Rupees Two hundred Ninety seven million only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits should be of the same date from all such banks.

f)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 unutilised 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 should certify that out of the aforesaid limits certified by its

banker’s, the Bidder shall have access to the line of credit of a level not less than the specified amount at Cl.6.2.1(e) above. In proof of this, the Bidder would be re- quired 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 with the bidding documents, pledg- ing unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

g)In case the Bidder’s unutilized line of credit for fund based and non-fund based limits

specified at Cl.6.2.1(e) above is not sufficient, a comfort letter from one of the bank- ers 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 6.2.1(e) above to the Bidder or to the Treasury Centre as the case may be, shall be accept- able.

6.2.2Financial Criteria of Collaborator/ Associate

a. For Bidder seeking qualification through clause no. 6.1.2.1 & 6.1.2.2 above, the average annual turnover of its Collaborator/ Associate (meeting requirement of

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

PAGE

 

 

SECTION - I (IFB)

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

4 OF 7

 

DOCUMENT NO. CW-CM-9733-C-O-M-01

 

 

 

 

 

DETAILED INVITATION FOR BIDS

clause 6.1.1 above), in the preceding three (3) financial years as on the date of Techno-Commercial bid opening, should not be less than Indian Rupees 460 million (Indian Rupees Four hundred sixty million only) or in equivalent foreign cur- rency.

b.The Net Worth of the Collaborator/ Associate as on the last day of the preceding

financial year should not be less than 25% of its paid-up share capital.

c.In case the Collaborator/ Associate is not able to furnish its audited financial statements on stand alone entity basis, the unaudited unconsolidated financial

statements of the Collaborator/ Associate can be considered acceptable provided the Collaborator/ Associate further furnishes the following documents for substantia- tion of its qualification:

i.Copies of the unaudited unconsolidated financial statements of the Collaborator/ Associate along with copies of the audited consoli- dated financial statements of the Holding Company of Collaborator/ Associate.

ii.A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed with the bidding documents, stating that the unaudited unconsolidated financial statements form part of the Con- solidated financial statements of the Holding Company of Collabora- tor/ Associate.

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.

d.In case the Collaborator/ Associate does not satisfy the financial criteria, stipu- lated at Cl. 6.2.2(a) and/ or Cl.6.2.2(b) above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl.6.2.2(a) 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 Collaborator/ Asso- ciate would be required to furnish along with Bidder’s Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by Board Resolution of the Holding Company, as per the format enclosed with the bidding documents, pledging unconditional and irrevocable financial support to the Collaborator/ Associ-

ate to honour the terms and conditions of the Deed of Joint Undertaking in case of award of the Contract to the Bidder with whom Collaborator/ Associate is as- sociated.

e.For Bidders seeking qualification through clause no 6.1.2.1 & 6.1.2.2 above, the unutilised line of credit for fund based and non-fund based limits with cash and bank balances including fixed deposits of its Collaborator/ Associate (meeting re-

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

PAGE

 

 

SECTION - I (IFB)

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

5 OF 7

 

DOCUMENT NO. CW-CM-9733-C-O-M-01

 

 

 

 

 

DETAILED INVITATION FOR BIDS

quirement of clause 6.1.1 above) as on a date not earlier than 15 days prior to the date of Techno-Commercial bid opening, duly certified by Collaborator/ Associ- ate’s Bankers should not be less than Indian Rupees 297 million (Indian Rupees Two hundred ninety seven million only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits should be of the same date from all such banks.

f.Where another Company of the group acting as the Treasury Centre is responsi- ble for Treasury Management of the Collaborator/ Associate having combined credit/guarantee limit for the whole group, the Collaborator/ Associate would be required to provide a Banker’s certificate regarding the unutilised line of credit for fund based and non-fund based limits together with cash and bank balances in- cluding fixed deposits available to such Treasury Centre. Further, Treasury Centre should certify that out of the aforesaid limits certified by the bankers’, the Col- laborator/ Associate shall have access to the line of credit of a level not less than the amount specified at Cl.6.2.2(e) above. In proof of this, the Bidder would be required to furnish along with its Techno-Commercial bid, a Letter of Under- taking from the Treasury Centre, supported by a Resolution passed by the Board of Directors of the Collaborator/ Associate’s Holding Company, as per the format enclosed in the bidding documents, pledging unconditional and irrevocable financial support to the Collaborator/ Associate to honour the terms and conditions of the Deed of Joint Undertaking, in case of award of the contract to the Bidder with whom the Collaborator/ Associate is associated.

g.In case the Collaborator/ Associate’s unutilized line of credit for fund based and non-fund based limits specified at Cl.6.2.2(e) above is not sufficient, a comfort let- ter from one of the bankers specified in the bidding documents unequivocally stating that in case of award of the contract to the Bidder with whom Collabora- tor/ Associate is associated, 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 Cl.6.2.2(e) to the Collaborator/ Associate or to the Treasury Centre as the case may be, shall be acceptable.

NOTES FOR CLAUSE 6.2.1 AND 6.2.2:

(i)Net worth means the sum total of the paid up share capital and free reserves. Free reserve 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.

(iii)For unutilised line of credit for fund based and non-fund based limits and Turno-

ver indicated in foreign currency, the exchange rate as on 7 (seven)

days prior

to the date of Techno-Commercial bid opening shall be used.

 

 

 

 

 

 

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

 

PAGE

 

 

 

 

 

SECTION - I (IFB)

 

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

 

6 OF 7

 

 

DOCUMENT NO. CW-CM-9733-C-O-M-01

 

 

 

 

 

 

 

 

DETAILED INVITATION FOR BIDS

 

 

6.3.

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 as-

 

sessment in the overall interest of the Employer.

7.0

Employer reserves the right to reject any or all bids or cancel / withdraw the Invitation

 

for Bids without assigning any reason whatsoever and in such case no bidder / in-

 

tending bidder shall have any claim arising out of such action.

8.0A complete set of Bidding Documents may be Downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned at clause 4.0 above in the form of a crossed a/c payee Demand Draft in favour of "NTPC Ltd., Consultancy Wing" payable at New Delhi / NOIDA or directly through the payment gateway at our SRM site (https://etender.ntpclakshya.co.in). For logging on to the SRM site, the bidder would require vendor code and SRM login 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 questionnaire for issue of vendor code and SRM user Id/password.

Note: No hard copy of the Bidding documents shall be issued.

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

Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified to bid. Bids shall be submitted online and opened at the address given below in the presence of Bidder's representatives who choose to attend the bid opening. Bidder shall furnish Bid security, intigrity pact, power of attorney and deed of joint undertaking (if applicable) to be executed by the bidder alongwith associate/collaborator separately offline as detailed in bidding document by the stipulated bid submission closing date and time at address given below.

9.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

10.0 ADDRESS FOR COMMUNICATION:

Dy. General Manager (C&M),

Consultancy Wing, NTPC Ltd,

Room No. 205,

Engineering Office Complex Annexe,

A-8A, Sector-24,

Noida, (UP).

India, PIN:201301

Tel. No. 0120-4947323/ 9650998040, 9650990382

 

Fax No. 0120-2410645.

 

 

 

 

 

 

SIMULATOR FOR NPTI FARIDABAD,BADARPUR,

 

PAGE

 

SECTION - I (IFB)

NAGPUR, DURGAPUR, ALAPPUZHA & SHIVPURI

7 OF 7

 

DOCUMENT NO. CW-CM-9733-C-O-M-01