NTPC Limited

(A Government of India Enterprise)

Vindhyachal Super Thermal Power

NOTICE INVITING TENDER (NIT)

FOR

Supply, Installation & Commissioning of 250 MVA, 420/15.75 KV Power Transformer for VSTPS-Vindhyanagar .

____________________________________________

(Domestic Competitive Bidding)

NIT No: 40048885

Date:10.12.2015

Bidding Document No: 100104586

 

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.

40048885

NIT Date

10.12.2015

Document Sale Commencement Date & Time

15.12.2015 09:00:00

Document Sale Close Date & Time

16.01.2016 14:00:00

Source of IFB/NIT

Vindhyachal Super Thermal Power

Contract Classification

Equipment Supply & Erection

Last Date and Time for Bid submission

01.02.2016 15:00:00

Technical Opening Date & Time

01.02.2016 15:05:00

Bid Opening Date & Time

15.02.2016 15:05:00

Cost of Bidding Documents in INR

4,725.00

EMD in INR

1784000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

23.01.2016

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 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.

5.0Brief Scope of Work & other specific detail

Supply, Installation & Commissioning of 250 MVA, 420/15.75 KV Power Transformer for VSTPS-Vindhyanagar .

____________________________________________

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

7.0Qualifying Requirements for Bidders:

The bidders are required to fulfil the following Qualifying Requirements

7.1 TECHNICAL CRITERION

7.1.1 Route-1

Bidder should have designed manufactured, installed/supervised installation and commissioned/ supervised commissioning of at least two (02) nos. (one each at two different installations) of 400 KV or above class transformers of at least 250 MVA capacity (three phase transformer as a single unit ) which should be in successful operation for at least two (02) years prior to the date of techno- Commercial bid opening

7.1.2 Route -2

Bidders who have designed, manufactured installed/supervised installation and commissioned /supervised commissioning of at least two (02) nos. 220KV or above clause transformers which are in successful operation for two (02) years prior to the date of Techno- Commercial bid opening and have established manufacturing facilities for 400KV class transformers based on technological support of its associate or Collaborator, can also be considered qualified provided its Associate or Collaborator meets the qualifying requirement stipulated at 7.1.1 above and Bidder furnishes an undertaking jointly executed by it and its associate or collaborator, as per the format enclosed in the biding document for the successful performance of the equipment. This joint deed of undertaking should be submitted along with the Techno- Commercial bid, failing which the Bidder shall be disqualified and its bid rejected.

In case of award, the Associate or Collaborator will be required to furnish an on demand Bank Guarantee for 2% (two Percent) of the contract price in addition to the Contract Performance Security to be furnished by the Bidder.

Notes:

(i)Two different installations means two different project sites or two different contracts.

(ii)Equipment designed by the Bidder by itself or through its Collaborator/Associate for reference plant, shall also be considered meeting the requirement of design.

7.2 Financial Criteria of Bidder

7.2 (a) 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 811.00 lacs (Indian Rupees Eight Hundred and Eleven Lacs Only).

7.2 (b) 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 documents on substantiations of its qualification:

(i)Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of its Holding Company.

(ii)A certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bidding documents stating that the unaudited unconsolidated financial statements form part of the consolidated financial statements of the holding Company.

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.

7.3 Financial Criteria of Collaborator / Associate of the Bidder

7.3 (a) The average annual turnover of the Collaborator /Associate, in the preceding three (03) financial years as on the date of Techno- Commercial bid opening, should not be less than Rs 81.00 lacs (Indian Rupees Eighty One lacs only).

7.3 (b) 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 on substantiation of its qualification:

(i)Copies of the unaudited unconsolidated financial statements of the Collaborator/Associate along with copies of the audited consolidated 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 in the bidding documents stating that the unaudited unconsolidated financial statements form part of the consolidated annual financial statements of the Company.

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.

Note:

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

7.4 Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder/ its Collaborators/Associates/ Subsidiaries/ Group Companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer

_________________________________

GENERAL NOTE

A) Earnest Money Deposit(EMD)/ Bid security and Tender fee are applicable in this tender

Small Scale Industries (SSI) registered with the National Small Industries Corporation (NSIC)/SSIDC/MSME shall be exempted from payment of Tender Fee and Earnest Money Deposit.

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

Bidders seeking exemption of EMD and tender fee should enclose a photocopy of valid registration certificate giving details such as validity, stores, monetary limit etc. failing which they shall not be considered for this concession.

Vendor can pay the tender fee as per Cl 4.0 of this NIT .In case the vendor submits the tender fee in form of DD (demand draft) the same shall be payable at Vindhyanagar/ Waidhan/ Singrauli.

B)Integrity pact is not applicable in this tender.

C)Detailed specification and Scope of works are given in the bidding documents which are available for sale at the NTPC website as per schedule.

D)Tender documents are non-transformable.

E) NTPC will not be responsible for any delay/loss/damage or non- receipt of documents

__________________________

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

AGM(PUR) ADMINISTRARIVE BUILDING NTPC VINDHYACHAL VINDHYANAGAR ,

DISTT SINGRAULI MP -4886885

TELEPHONE: 07805-247753 Fax: 07805-247728 skvaish@ntpc.co.in

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