NTPC Limited

(A Government of India Enterprise)

Talcher Super Thermal Power

NOTICE INVITING TENDER (NIT)

FOR

AMC for C&I system of Stage-I for the year 2015-16. (Domestic Competitive Bidding)

NIT No: 40042144 Date:07/25/2015

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

hereinafter:

 

2.0

Brief Details

 

 

 

NIT No.

40042144

NIT Date

07/25/2015

Document Sale Commencement Date & Time

07/25/2015 11:30:00

Document Sale Close Date & Time

08/08/2015 17:00:00

Source of IFB/NIT

Talcher Super Thermal Power

Contract Classification

Services

Last Date and Time for Bid submission

08/24/2015 15:30:00

Technical Opening Date & Time

08/24/2015 16:00:00

Bid Opening Date & Time

08/24/2015 16:00:00

Cost of Bidding Documents in INR

1,125.00

EMD in INR

133000.00

Pre-Bid Conference Date & Time (if any)

 

Last

Query Date (if any)

08/18/2015

3.0Bid 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 Not Given. 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.

 

 

 

5.0 Brief Scope of Work & other specific detail SALIENT TECHNICAL FEATURES

PLANT OVERVIEW:

 

 

 

 

 

 

 

 

NTPC Talcher

Kaniha

(TSTPS)

plant is

located in Kaniha Block under

Talcher

sub-division of Angul district, in the state

of Orissa.

 

 

 

 

 

 

 

 

 

 

Nearest Town

:

Talcher

26Kms.

 

 

 

Nearest Railway Station

:

Talcher 29 Kms.

 

 

 

Nearest Airport

:

Bhubaneswar 180 Kms.

 

 

 

INSTALLED CAPACITY

 

 

 

 

 

 

 

STAGE-I -

2 UNITS EACH 500MW-

TOTAL -1000MW

 

 

STAGE-II-

4 UNITS EACH 500 MW # TOTAL -2000 MW

 

 

BRIEF SCOPE OF WORK

 

 

 

 

 

 

The work

will

involve

the

execution of

maintenance jobs related to the

C & I

systems of SG, TG,DDCMIS and offsite

of 2 X 500 MW stage I units of TSTPS. On the SG front the work will

involve doing preventive, predictive and

corrective maintenance

of

the equipments like Bailey

make FSSS system along

with Safe flame scanners, HEA igniters,

Task unit of raw coal

feeders ,SADC & Burner tilt Actuators, Vibration monitoring system & furnace flame TV. The

work will

also

involve

removal

and replacement and

reconnection of

various

general field instruments like Pressure /

Temperature / Level / Flow transmitters / switches, Vibration instruments, RTD's, Thermocouples, air filter regulators,

lubricators, air lock relays,

positioners, power

cylinders, control actuators, E / P converters,

hydraulic servos etc. On

the TG front the work will

involve maintenance

of the equipments like ABB make ProControl

P 13 system and various

hi-tech instruments like Turbo supervisory system of main turbine and TDBFP in addition

to all field equipments

mentioned above as in SG

area. On the DDCMIS front the work involve maintenance various

field instruments like all

types of transmitters for measurement of pressure, DP & flow etc., RTDs & thermocouples, and maintenance of control actuators. This will also involve maintenance of various online analyzers like oxygen analyzers, SOX, NOX, CO, Opacity and SWAS analyzers. Further the work will involve the maintenance of Keltron make UPS and general loop checking and

replacement of cables wherever necessary. Finally the

offsite area will involve maintenance of various field instruments

and the PLC system provided in

various

off sites

like

ASPH, CHP, DM plant, CWPH, FOPH,

PTP, AC plant, IAC /

PAC, Raw water pump house,

CT,Ash

Brick

Plant,

Ash Water Pump House etc. The jobs

mentioned above are

indicative and detail job description will be mentioned in the tender document

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:

FINANCIAL CRITERIA :

Turn over : The average annual turnover of the bidder in the preceding three (3) financial years as on the date of bid opening shall not be less than Rs.66.26 lakhs.

TECHNICAL CRITERIA:

The bidder must have executed similar works during last seven (7) years as on date of bid opening as below:

a)At least one contract of value not less than Rs.53.01 lakhs. OR

b)Two contracts, each of value not less than Rs.33.13 lakhs. OR

c)Three contracts, each of value not less than Rs.26.50 lakhs.

Similar Work means: Maintenance/ Erection/Commissioning/Renovation & Modernisation/ Overhauling of any C&I system OR C&I and Electrical System consisting C&I items of not less than Rs.26.50 lakhs, in unit size of 100 MW or more in a Thermal Power Plant.

NOTES :

The word #executed# means that the bidder should have achieved the progress specified in the QR even if the total

contract is not completed / closed. The same shall be supported by documentary evidence issued by the owner. Other income shall not be considered for arriving at annual turnover.

In cases where audited results of the

last preceding financial year are not available, certification of financial statements

from a practicing Chartered Accountant

shall also be considered acceptable.

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

9.0NTPC 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

THE ADDL.GENERAL MANAGER (CS)

NTPC LIMITED

TALCHER SUPER THERMAL POWER STATION,

P.O. : DEEPSHIKHA - 759 147,

DISTRICT : ANGUL,(ODISHA)

DIAL : 06760-247244

FAX : 06760-243912/243232

WEBSITE: ntpctender.com OR ntpc.co.in

OR

THE DGM (CS)

NTPC LIMITED

TALCHER SUPER THERMAL POWER STATION, P.O. : DEEPSHIKHA - 759 147,

DISTRICT: ANGUL,(ORISSA)

DIAL : 06760-247243/244397

FAX : 06760-243232/243912 WEBSITE: ntpctender.com OR ntpc.co.in mbhattacharyya@ntpc.co.in

or pratapsahoo@ntpc.co.in

Initial Steps for participation in our e-tender Note:

#The agency can login e-tender site (SRM login site) for participation in our tender. The agency can reach our e-tender site SRM login site directly through below mentioned address.

#https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart#

They

can

also access

our

e-tender

site (SRM

login

site)

through www.ntpctender.com

and

clicking

on

Login

(e-Tender).

 

 

 

 

 

 

 

 

 

 

 

#NTPC takes no responsibility for any loss/delay/non-receipt of applications/ documents/ EMD sent by post.

 

 

Earnest money deposit (EMD):

 

 

 

 

 

 

 

 

A.Bid

Security/EMD

and

LOU shall

be submitted in a sealed

envelope, which should be superscribed #AMC

for C&I

system

of Stage-I for the year 2015-16#, NIT ref

no. 40042144 Due on date: --------- from _________________________

(Name

and

Address

of bidder).# ,

separately

offline

by the stipulated bid opening date

and

time at

the

address

mentioned above. Any bid without an acceptable Bid Security (if applicable) shall be treated as non-responsive by the

employer and shall not be opened.

 

 

 

 

 

 

B.The EMD offered shall, at bidders

option, be

in the form of (i) A

Crossed

Demand Draft/Pay

Order/Bankers Cheque

in favour of NTPC Limited

payable

at SBI, Telesingha (code-6257)

or UCO

Bank Kaniha (code-0909) or

UCO Bank

Deepshikha (code-1889). or (ii)

an unconditional

and irrevocable Bank

Guarantee

(BG) from any of

the banks

specified in

the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the #Proforma for BG# included in the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are

required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or equal to Rs.50,000.00 shall not be accepted in the form of bank guarantee. EMD shall not be accepted in any other form.

C.The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested

D.ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND BID SHALL NOT BE OPENED.

E.Benefits to MSEs : Micro and Small Enterprises (MSEs) registered

with

District Industries Centres or Khadi and

Village Industries Commission or Khadi and Village Industries Board

or

Coir Board or National Small Industries

Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, for goods produced and services rendered, shall be issued the bidding documents free of cost and shall be exempted from paying Earnest Money Deposit.

The benefit as above to MSEs shall be available only for goods / services produced & provided by MSEs for which they are registered.

MSEs seeking exemption and benefits should enclose a attested / self certified copy of valid registration certificate, giving details such as validity, stores/ services etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.

GENERAL TERMS AND CONDITIONS

 

 

 

 

 

 

 

 

 

 

 

1.DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID:

 

 

 

 

 

 

 

Legible copies

of the following documents duly signed by the authorised representative of

the

bidder are to

be

submitted

in support

of

the qualifying requirement

along

with

technical

bid.

 

 

 

 

 

 

 

A.Award

letter

/ Work Order / Purchase

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

Government / Large Industrial Organisations / Public Sector Enterprises.

 

 

 

 

 

C.Audited balance sheet and profit & loss account of preceding three (3)

financial

years as on

date

of bid

opening

(2011-12, 2012-13 & 2013-14).

 

 

 

 

 

 

 

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 Sales Tax registration/TIN, Service Tax registration & PAN.

 

 

H.In addition to the above the bidders have to fill in the enclosed check list and submit along with the bid.

 

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

 

2.Bids should

be

submitted by 3.30 pm on the scheduled date of

opening

(After 3.30PM system will not

allow) of

technical bid

and

shall be opened online at 4.00 pm, in presence of

bidders

or their authorised representative

who wish

to be present.

 

 

 

 

 

3.If the last date

of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the

next working day.

 

 

 

4.First EMD envelope shall be opened. Technical Bids of bidders who have submitted EMD in acceptable form to NTPC shall be opened online next. If the bidder qualifies as per the QR and terms and conditions of NIT, their price bid shall be opened on the scheduled date as notified in NIT or on the date to be intimated after evaluation of technical bids.

5.No deviation will be allowed on price basis, period of completion, deduction of security deposit and other statutory

deductions. Bids with such deviation shall be considered as non-responsive.

 

 

 

6.NTPC takes no responsibility for any loss/ delay/ non-receipt of tenders

sent by

post. Offers received

late/ incomplete

are liable for rejection. Sealed bids must be sent at the #address for communication# only.

 

7.Notwithstanding anything stated above, NTPC reserve the right to assess

bidder#s

capability and capacity

to perform the

contract, should the circumstance warrant such assessment in overall interest of the owner. 8.NTPC reserve the right to reject or accept any tender without assigning any reasons thereof.

9.Above details are only indicative. Other detailed terms and conditions shall be as per our tender documents. Interested

bidders are advised to visit the site and familiarize themselves with the site conditions.

 

10.Parties blacklisted / banned by any NTPC Unit / Corporate Centre as well as other

Public Sector / Government

Agencies are NOT eligible to participate.

 

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

www.ntpc.co.in