NTPC Limited
(A Government of India Enterprise)
Talcher Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
AMC for C&I system of
NIT No: 40042144 Date:07/25/2015
1.0 NTPC invites
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 |
|
|
||
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 |
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
(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 |
|||||
of Orissa. |
|
|
|
|
|
|
|
|
|
|
Nearest Town |
: |
Talcher |
26Kms. |
|
|
|
||||
Nearest Railway Station |
: |
Talcher 29 Kms. |
|
|
|
|||||
Nearest Airport |
: |
Bhubaneswar 180 Kms. |
|
|
|
|||||
INSTALLED CAPACITY |
|
|
|
|
|
|
|
|||
2 UNITS EACH 500MW- |
TOTAL |
|
|
|||||||
4 UNITS EACH 500 MW # TOTAL |
|
|
||||||||
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 |
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 :
FAX :
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 :
FAX :
or pratapsahoo@ntpc.co.in
Initial Steps for participation in our
#The agency can login
#https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart#
They |
can |
also access |
our |
site (SRM |
login |
site) |
through www.ntpctender.com |
and |
clicking |
on |
Login |
|
|
|
|
|
|
|
|
|
|
|
|
||
#NTPC takes no responsibility for any |
|
|
||||||||||
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 |
no. 40042144 Due on date: |
||||||||||
(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
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 |
or UCO |
Bank Kaniha |
UCO Bank |
||
Deepshikha |
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
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 |
|||
|
|
|
|
|
|
|
||
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 |
|
|
|
6.NTPC takes no responsibility for any loss/ delay/ |
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 |