NTPC Limited

(A Government of India Enterprise)

EOC Noida Office

INVITATION FOR BIDS (IFB)

FOR

3D Plant Design Software for Project Engineering (International Competitive Bidding)

IFB No: 40048196

Date:15.01.2016

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

2.0Brief Details

IFB No.

40048196

IFB Date

15.01.2016

Document Sale Commencement Date & Time

20.01.2016 09:00:00

Document Sale Close Date & Time

11.02.2016 17:30:00

Source of IFB/NIT

EOC Noida Office

Contract Classification

Admn. Works & Purchase

Last Date and Time for Bid submission

17.03.2016 14:30:00

Technical Opening Date & Time

17.03.2016 15:00:00

Bid Opening Date & Time

12.04.2016 15:00:00

Cost of Bidding Documents in INR

11,250.00

EMD in INR

8609000.00

Pre-Bid Conference Date & Time (if any)

26.02.2016 11:00:00

Last Query Date (if any)

19.02.2016

EMD in USD

127700.00

Cost of Bidding Documents in USD for foreign bidder

250.00

Funding Source

Internal Resources

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 New Delhi 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

SCOPE: Procurement of plant 3D modeling software solution consisting of-

A)Supply:

1. Purchase of software for 3D plant design and hardware for 3 D solution with 25 no. of Plant design module, 7 no. P&ID module, 7 no. of Instrumentation module and 5 no. of Electrical module with 3 D design capability, to manage design and engineering data integration as well as work-flow suiting to NTPC with dedicated 25 users .

2.Purchase of Two (2) nos. Tekla structures (full version) network licenses capable of generating GA/Scope as well as detailed fabrication civil drawings.

B)Services:

Creation of an intelligent 3D model for one (1) typical 660MW/800MW unit will include:

a)Creation of intelligent database for an engineered power plant including customization of libraries, symbols, reports, templates, etc.

b)Creation of intelligent 3 D model for Main plant TG building and pipe / cable rack inside Main plant boundary using NTPC customized database,

c)Creation of intelligent 3 D model for off-site areas showing interconnection with main plant (say DM Plant).

d)AMC for 5 year and detailed training for NTPC executives on Plant 3D software solution and on Tekla structures.

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:

7.1.0Technical criteria

7.1.1Route 1: Owner of 3 D plant design software solution

The bidder should be Owner of the intellectual property rights of the offered 3 D plant design software solution or a Indian subsidiary of the company that owns the intellectual property rights directly or indirectly for the offered 3 D plant design software solution, who should have executed/got executed contracts involving supply, installation and deployment of the offered 3 D plant design software solution for developing an intelligent and integrated 3D parametric plant design model, that has been utilized for generating inter disciplinary engineering deliverables* for at least one ( 1) unit of size 250 MW or above capacity in a fossil fuel / Nuclear power plant or in a refinery / petrochemical complex prior to the date of techno commercial bid opening.

7.1.2 Route 2: 3 D plant design model developer

The bidder who does not meet the requirement at clause 7.1.1 above can also participate provided it meets the requirement of clause 7.1.2.1 and 7.1.2.2 below.

7.1.2.1The bidder should be a 3 D plant design model developer( Service Provider) and should have distribution rights as on the date of techno commercial bid opening for offered 3 D plant design software solution, who should have executed contracts involving supply, installation and deployment of the offered 3 D plant design software solution for developing an intelligent and integrated 3D parametric plant design model, that has been utilized for generating inter disciplinary engineering deliverables* for at least one ( 1) unit of size 250 MW or above capacity in a fossil fuel / Nuclear power plant or in a refinery / petrochemical complex prior to the date of techno commercial bid opening.

7.1.2.2The bidder should associate with the Owner of the intellectual property rights of the offered 3 D plant design software solution for supply of 3D software solution, who fully meets the requirement of clause 7.1.1 above. In such a case, the bidder should furnish along with its Techno-Commercial bid a deed of Joint Undertaking (JDU), jointly executed by it along with the Owner of the intellectual property rights of the offered 3 D plant design software solution for full responsibility of the performance of entire contract as per the format enclosed with the bidding documents in which Associate and Bidder shall be jointly and severally liable to the Employer to perform all contractual obligations for the entire contract.

Notes:

a) Interdisciplinary engineering deliverables* shall include the following as a minimum, a.Unified intelligent platform for plant, process and equipment data,

b.Generation of intelligent P&ID for process and instrumentation Engg,

c.Generation of 3D layout showing piping, cable trays/trestle, Vessels, Plant equipment#s, building etc.

d.Walk through in entire plant,

e.Generation of 2D drawings such as layout drawings, isometric drawing from 3D plant model,

f.Generation of BOQ and schedules of various items e.g. pipes, fittings, valves, instruments etc. from 3D plant Model,

b)Experience of bidder for (supply, installation & deployment) and (development of the 3D plant design model) at separate installations are also acceptable.

7.2.0Financial criteria

7.2.1Financial 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 INR 344.0 million (Indian Rupees Three hundred and forty four millions 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 documents on substantiation of its qualification:

1)Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of its Holding Company.

2)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 company.

In case where audited results for the last preceding financial year are not available, certification 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. 7.2.1 (a) and/ or Cl. 7.2.1 (b) above on its own, its holding company would be required to meet the stipulated turnover requirements at Cl. 7.2.1 (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 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 its Bankers should not be less than INR 132.0 million (Indian Rupees One hundred and thirty two million only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits shall 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 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 its bankers#, the Bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 7.2.1 (e) 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 bidding documents, pledging 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 7.2.1 (e) above is not sufficient, a comfort letter from one of the bankers 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 to the Bidder or to the Treasury Management Centre as the case may be, shall be acceptable.

7.2.2 Financial criteria for collaborator/Associate

The collaborator/Associate should meet the same criteria mentioned in clause no. 7.2.1.

NOTES FOR CLAUSE 7.2.1 & 7.2.2

(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 unutilized line of credit for fund based and non-fund based limits and Turnover indicated in foreign currency, the exchange rate as on seven (7) days prior to the date of Techno Commercial bid opening shall be used.

7.2.3 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 assessment in the overall interest of the Employer.

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 Invitation For Bids (IFB) 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.

10.0 Address for Communication

Addl. General Manager (CM) NTPC LTD., 6TH FLOOR, EOC, Plot no. A-8A, Sector 24 NOIDA(UP),India-201 301 email:rckhorwal@ntpc.co.in

Ph: 0120-2410477/4946625 Fax:

or

Sr. Manager (CM)

NTPC LTD., 7th FLOOR, EOC, Plot no. A-8A, Sector 24 NOIDA(UP),India-201 301 email:rkyadav02@ntpc.co.in Ph:0120 # 4948761

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