Detailed Invitation For Bids

NTPC Limited

(A GOVT. OF INDIA ENTERPRISE) (CORPORATE CONTRACTS, NOIDA)

INVITATION FOR BIDS (IFB)

FOR

RLA OF CRITICAL PIPING PACKAGE

FOR

SINGRAULI STPS-II (2X500 MW) LOCATED AT DISTRICT-SONEBHADRA, STATE OF

UTTAR PRADESH, INDIA,

RIHAND STPS-I (2X500MW) LOCATED AT DISTRICT-SONEBHADRA, STATE OF UTTAR

PRADESH, INDIA AND

VINDHYACHAL STPS-I (6X210 MW) LOCATED AT DISTRICT-SINGRAULI,

STATE OF MADHYA PRADESH, INDIA

(International Competitive Bidding)

IFB No.: 40054478

Date: 06.04.2016

Bidding Document No: CS-1120/1220/2220-741-9

1.0 NTPC invites on-line bids in Two Stages (i.e. Stage-I (Techno-Commercial) Bid and Stage-II (Price) Bid) from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

IFB No.

 

 

 

40054478

 

 

 

 

 

 

 

 

 

IFB Date

 

 

 

06.04.2016

 

 

Document Sale Commencement Date

 

06.04.2016

 

 

 

 

 

 

 

Document Sale Close Date & Time

 

29.04.2016

 

15:00:00 (IST)

 

 

 

 

Last Date and Time for Stage-I (Techno-

20.05.2016

 

15:00:00 (IST)

Commercial) Bid submission

 

 

 

 

 

Stage-I (Techno-Commercial) Bid Opening Date &

20.05.2016

 

15:30:00 (IST)

Time

 

 

 

 

 

 

 

 

 

 

 

 

Last

Date and

Time for

Stage-II

(Price) Bid

Shall be Intimated Separately

submission

 

 

 

 

 

 

 

 

 

Cost of Bidding Documents in INR

 

7875/-

 

 

 

 

 

 

 

 

 

Last Query Date

 

 

 

06.05.2016

 

 

EMD in INR

 

 

 

52,71,000/-

 

 

 

 

 

 

 

 

 

EMD in USD

 

 

 

78,100/-

 

 

 

 

 

 

 

 

 

 

Cost

of Bidding

Documents

in USD

for foreign

175

 

 

bidder

 

 

 

 

 

 

 

 

 

 

 

Funding Source

 

 

 

Own Resources

 

3.0Bid Security and Integrity Pact shall be submitted in a sealed envelope separately in physical form by the stipulated Stage-I (Techno-Commercial) bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact shall be treated as non-responsive by the employer and shall not be opened.

4.0A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned 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 questionnaire for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail

The Brief scope of work for the subject RLA Study of Critical Piping (v.i.z Main Steam, Cold Reheat, Hot Reheat, Feed Water discharge, HP & LP Bypass Piping, MS & CRH to Aux PRDS, CRH to Deaerator, HP heaters, BFPT etc. piping) systems for Singrauli STPS- II (2x500 MW), Vindhyachal STPS-I (6x210 MW), Rihand STPS-I (2x500 MW) is as follows:

a)RLA study involves hot & cold walk down visual inspections of Critical Piping systems including their hangers & supports, Metallography analysis, Advanced Ultrasonic testing (like PAUT / TOFD etc.) OD & thickness measurement, hardness testing, DPT, MPT etc. for weld joints, bends & tees, straight pipe etc.

b)Stress Analysis, design check for hanger and supports & recommendation for replacement.

c)Remaining life calculation Using FEM (Finite Element Method) analysis for the piping systems.

d)Based on the completion of the Residual life assessment (RLA) / Condition Assessment (CA) for various piping systems of the plant, the contractor shall submit a comprehensive report to the owner. The report will consist of all results, recommendations and improvement proposals.

e)Recommendation regarding replacement of various piping components, wherever considered essential, this recommendation shall be in three parts

a.Components requiring immediate replacement

b.Component which will need replacement after Three ( 3 ) years

c.Component which will need replacement after Six (6) years.

f)Suggest measures for improvement of plant performance and up-gradation needed considering operation at full load and extension of life by 20 years after R&M based on recommendations. These proposals shall be subdivided into :

a.Root cause analysis.

b.Immediate measures.

c.Measures to be taken in future.

d.Improvement / change in O&M practices.

g)Supply, installation & dismantling of scaffoldings for completion of RLA activities is in the scope of Bidder.

h)Complete removal of insulation from the piping system (as per scope) is included in bidder’s scope.

i)Supply of new Insulation material and new aluminum cladding and its associated accessories and installation of same is in the scope of bidder

j)Disposal of removed insulation is in the scope of bidder.

Approximately 20-25 day’s time has been planned for shutdown for each unit during which time RLA & CA of critical piping system mentioned above is to be completed.

6.0Prospective 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:

In addition to the requirements stipulated in Section ITB (Instruction to bidder), the following shall also apply:

7.1Technical criteria for Qualification

Route-1

7.1.1 (a)

The bidder should be a RLA/CA agency ,or, manufacturer of steam generator(or critical piping),or, Indian JV company of the OEM for steam generator(or critical piping),who is currently engaged in RLA/CA /R&M activity for equipment such as Steam generator/Critical piping in a power plant or high temperature alloy steel piping system(s ) in any process plant and must have conducted RLA/CA for at least one(1) power or process installation in last 7 years prior to the date of Techno- commercial bid opening.

7.1.1 (b)

The bidder should have conducted or executed contract of RLA / CA involving (1) Metallographic analysis,(2) advanced UT such as Phased Array Technique / Time of Flight Diffraction technique,

(3) Static stress analysis of piping for hanger design check and (4) FEA( Finite Element Analysis) based stress mapping/analysis of piping & its component for high temperature alloy steel piping of

diameter at least 250 NB with process fluid temperature at least 440 Deg C in any Process Plant / Power Plant.

The report(s) of the RLA/CA in respect of above four(4) activities in Clause 7.1.1(b) ,carried out by the bidder should have been submitted to the employer/client/owner of the reference plant(s) prior to the date of techno-commercial bid opening and the successful completion certificate(s) should have been issued to the bidder by employer/ client /owner for conductance of the relevant RLA/CA study of critical piping by bidder & submission of applicable RLA/CA report(s) by it.

Route-2

7.1.2

In case the bidder meets Clause 7.1.1 (a) above but does not meet the requirements for more than one (1) activity out of four (4) activities in Clause 7.1.1 (b) then it shall associate/collaborate with an agency who fully meets the requirements of clause 7.1.1 (b) above.

In such an event (of association/collaboration) however the bidder should get the complete scope of RLA/CA activities/tests/analyses as described in tender technical specification, done by its associate/collaborator and shall furnish the reports/results/recommendations of the same duly vetted/signed by associate/collaborator to the employer for the purpose of execution of this package.

In case, qualification through association / collaboration route is sought by the bidder , the bidder is required to furnish the joint deed of undertaking ( JDU) jointly executed by it along with its associate / collaborator for the successful performance of the part of the contract for which associate / collaborator is responsible, as per format enclosed in the bidding document wherein the associate / collaborator and the bidder shall be jointly & severally liable to the employer to perform all contractual obligation limited to the scope of work for which associate / collaborator is responsible. This deed of joint undertaking shall be submitted along with Techno-Commercial bid, failing which bidder shall be disqualified and its bid shall be rejected. Further the bidder’s associate

/ collaborator in such case shall be required to furnish an on-demand bank guarantee as per format enclosed with the bidding document for a value equal to 1 % (one Percent) of the total contract price in addition to the contract performance security to be furnished by the bidder.

Note:

1.RLA means `Residual Life Assessment’, CA means `Condition Assessment’, R&M means ‘Renovation and Modernization’ and UT means ‘Ultrasonic Testing’.

2.Critical piping systems mean either Main Steam or Hot Reheat piping in a power plant.

3.Experiences of various activities under RLA/CA (e.g. metallographic analysis, advanced UT employing Phased Array / Time of flight diffraction, static stress analysis and FEA based stress mapping/analysis ) mentioned in clause 7.1.1 (b) above are acceptable in separate installations also.

4.In case the bidder or associate has not conducted stress analysis of piping for hanger design check in clause 7.1.1 (b) above as a part of RLA, the experience of Stress analysis of high

temperature piping (at least 440 Deg C or above) as a part of design & engineering activity for any other piping system(s) ( not necessarily undergoing RLA / CA) shall also be acceptable.

5.Advanced UT (Phased array technique/ Time of flight diffraction technique) done on a pipe header / drum by the bidder or associate with operating temperature more than 440 Deg C shall also be considered to have fulfilled requirement w.r.t advance UT as per clause 7.1.1 (b).

6.In case the bidder fulfils the requirements at clause 7.1.1 (a) and clause 7.1.1 (b) except only one

(1) activity out of four (4) activities in clause 7.1.1 (b) above, then the bidder may be considered qualified under route-1 provided it subcontracts the particular activity (in which the main bidder is deficient w.r.t. the requisite experience as called for in clause 7.1.1(b)) to an agency/ organization which fulfills the qualification requirement related to that activity as per clause 7.1.1 (b).

7.If alloy steel piping conveys process fluid of temperature at least 440 Deg C or above , it will be considered as high temperature alloy steel piping

7.2Financial criteria for Qualification

7.2.1 Financial criteria of Bidder for Qualification :

(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 89 million (Indian Rupees eighty nine million only) or in equivalent foreign currency.

In case a Bidder does not satisfy the average annual turnover criteria, stipulated above on its own, its holding company would be required to meet the stipulated turnover requirements as 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 the holding company, supported by the Holding Company’s Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

(b)The Net Worth of bidder, as on the last day of the preceding financial year as on the date of Techno-commercial bid opening should not be less than 100 % (hundred percent) of its paid-up share capital. In case the bidder does not meet the Net worth criteria on its own, it can meet the requirement of Net worth based on the strength of its Subsidiary(ies) and / or Holding Company and / or Subsidiaries of its holding companies wherever applicable. In such a case, however the Net Worth of the bidder and its Subsidiary (ies) and / or Holding Company and / or Subsidiary (ies) of the Holding Company, in combined manner should not be less than 100 % ( hundred percent) of their total paid up share capital. However individually, their Net worth should not be less than 75 % (seventy five percent) of their respective paid up share capitals.

Net worth in combined manner shall be calculated as follows : Net worth (combined) = (X1+X2+X3)/(Y1+Y2+Y3)X100

Where X1, X2, X3 are individual Net worth which should not be less than 75 % of the respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.

(c)In case the Bidder is not able to furnish its audited financial statements on standalone entity basis, the unaudited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder further furnishes the following documents for substantiation 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 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 consolidated financial statements of the Holding Company.

In cases where audited results for the last financial year as on the date of techno-commercial bid opening are not available, the financial results certified by a practicing chartered accountant shall be considered acceptable. In case, bidder is not able to submit the certificate from practicing chartered accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating financial parameters. Further, a certificate would be required from the CEO / CFO as per the format enclosed in the bidding documents stating that the financial results of the company are under audit as on the date of techno-commercial bid opening and the certificate from the practicing chartered accountant certifying the financial parameters is not available.

7.2.2Financial criteria of Collaborator / Associate

(a)For Bidder seeking qualification through clause 7.1.2 above, the average annual turnover of its collaborator / Associate ( meeting requirement of Clause 7.1.1(b) above) in the preceding three (3) financial years as on the date of Techno – Commercial bid opening, should not be less than Rs 41 Million ( Indian Rupees Forty One Million Only) or in equivalent foreign currency.

In case the collaborator / Associate does not satisfy the average annual turnover criteria, above on its own, its holding company would be required to meet the stipulated turnover requirements at clause 7.2.2 (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 / Associate would be required to furnish along with bidder’s Techno-Commercial bid, a Letter of Undertaking from the holding company, supported by the Board Resolution of the Holding Company, as per the format enclosed with 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 collaborator / Associate is associated.

(b)The Net Worth of each collaborator / Associate, as on the last day of the preceding financial year as on the date of Techno-commercial bid opening should not be less than 100 % (hundred percent) of its paid-up share capital. In case the collaborator / associate does not meet the Net worth criteria on its own, it can meet the requirement of Net worth based on the strength of its Subsidiary(ies) and / or Holding Company and / or Subsidiaries of its holding companies wherever applicable. In such a case, however the Net Worth of the Collaborator / Associate and its Subsidiary (ies) and / or Holding Company and / or Subsidiary (ies) of the Holding Company, in combined manner should not be less than 100 % ( hundred percent) of their total paid up share capital. However individually, their Net worth should not be less than 75 % (seventy five percent) of their respective paid up share capitals.

Net worth in combined manner shall be calculated as follows :

Net worth (combined) = (X1+X2+X3)/(Y1+Y2+Y3)X100

Where X1, X2, X3 are individual Net worth which should not be less than 75 % of the respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.

(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 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 its Holding Company of collaborator / Associate.

II.A certificate from 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 consolidated financial statements of the Holding Company of collaborator / Associate.

In cases where audited results for the last financial year as on the date of techno-commercial bid opening are not available, the financial results certified by a practicing chartered accountant shall be considered acceptable. In case, collaborator / Associate is not able to submit the certificate from a practicing chartered accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating financial parameters. Further, a certificate would be required from the CEO / CFO as per the format enclosed in the bidding documents stating that the financial results of the company are under audit as on the date of techno-commercial bid opening and the certificate from the practicing chartered accountant certifying the financial parameters is not available.

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)“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per

Companies Act of India.

(iv)For annual 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.

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 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.

10.0Address for Communication

DGM (CS-II) / Manager (CS-II) NTPC Limited,

6th Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA,

Distt. Gautam Budh Nagar, (UP), INDIA Pin - 201 301.

Fax No.: +91-120 - 2410011 / 2410284

Tel. No.: +91-120 - 4946677/4948614

E-mail: psubbaraju@ntpc.co.in / jkbhaskar@ntpc.co.in Websites: www.ntpctender.com or www.ntpc.co.in

or https://etender.ntpclakshya.co.in

11.0Registered Office

NTPC Limited

NTPC Bhawan, SCOPE Complex,

7, Institutional Area, Lodi Road,

New Delhi – 110003

Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in

Convert PDF to Word