NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
REPLACEMENT OF 400 KV HCB ISOLATORS OF STAGE # I SWITCHYARD AT NTPC LIMITED, VSTPP [REF
(Domestic Competitive Bidding)
NIT No: 40051953 |
Date:30.04.2016 |
Bidding Document No: |
|
1.0NTPC invites
2.0Brief Details
NIT No. |
40051953 |
NIT Date |
30.04.2016 |
Document Sale Commencement Date & Time |
04.05.2016 11:00:00 |
Document Sale Close Date & Time |
24.06.2016 23:00:00 |
Source of IFB/NIT |
Vindhyachal Super Thermal Power |
Contract Classification |
Equipment Supply & Erection |
Last Date and Time for Bid submission |
25.07.2016 10:30:00 |
Technical Opening Date & Time |
Not Applicable |
Bid Opening Date & Time |
25.07.2016 11:00:00 |
Cost of Bidding Documents in INR |
2,363.00 |
EMD in INR |
238000.00 |
|
|
Last Query Date (if any) |
04.07.2016 |
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
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
AS PER OUTPUT PREVIEW & ATTACHMENT OF
"Cover page,Special Instructions for Bidder,QR" AND OTHER ATTACHMENTS.
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:
QUALIFYING REQUIREMENTS FOR BIDDERS (POINT NO a) TO g):
a)The average annual turnover of the bidder in preceding three (3) financial years as on the date of bid opening shall not be less than INR 5.95 Millions.
b)The bidder should be a manufacturer / authorised representative of manufacturer of 400 KV isolators and should have executed the work of #Supply of 400 KV isolators#.
OR
c)The bidder should be an EPC Contractor and should have executed successfully works of #Supply, erection & Commissioning of 400 KV isolators# and the supplied Isolators are in service since last 02 years.
d)The bidder should have executed the contract(s) of #Supply or supply cum installation and commissioning of 400 KV isolators#, directly to, #PSU#/ #Joint venture of a PSU#/ #Govt. Department#/ #Quasi # Govt. department#/ #Public limited company#, during the last seven (07) years as on bid opening date, with following value(s) of contract(s).
1. Single order of value not less than Rs. 9.52 Millions
OR
2. Two orders each of value not less than Rs. 5.95 Millions
OR
3. Three orders each of value not less than Rs. 4.76 Millions
e) In case any of authorised representative, the financial condition at (a) and (d) above shall be met by himself or by principal or by jointly.
In case of authorised representative bidding he shall have to furnish undertaking jointly executed by him and his principal for successful performances of the contract as per NTPC format enclosed. The deed of joint undertaking shall be submitted along with the bid failing which the bidder shall be disqualified and his bid shall be rejected.
f)The installation & commissioning shall have get to be executed by the agency which has installation or maintenance experience of isolators.
g)Remarks:
1.The word #executed# means that the bidder should have achieved the progress specified in the QR even if total contract is not completed / closed.
2.Bid opening date refers to the first scheduled
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.
10.0 Address for Communication
NIT NO./SRM BID NO. 40051953
SALIENT TECHNICAL FEATURES:-
A.SUPPLY OF 400 KV, 2000 A, HORIZONTAL MOUNTED GANG OPERATED, TRIPPLE POLE, CENTRE BREAK ISOLATOR WITH MOTOR OPERATED MAIN ISOLATOR AND MOTOR OPERATED DOUBLE EARTH SWITCH / SINGLE EARTH SWITCH, COMPLETE WITH INSULATOR, MOM BOX (ALONGWITH CHANNEL IF REQUIRED FOR MOUNTING ISOLATOR, INSULATOR). PIPE STRUCTURE FOR MOUNTING ISOLATOR AND INSULATOR. SUPPLY OF TERMINAL CONNECTORS FOR CONNECTING WITH EXISTING 4# IPS TUBE, CABLE GLANDS, LUGS, CABLES FOR MOM BOX CONNECTION.
B.1. DISMANTLING OF EXISTING ISOLATOR AND SUPPORT STRUCTURE FROM FOUNDATION AND THEN ERECTION, COMMISSIONING AND TESTING OF SUPPLIED ISOLATORS ON THE EXISTING FOUNDATION AS PER TECHNICAL SPECIFICATION.
2. THE NEW SUPPLIED ISOLATOR AND SUPPORT STRUCTURE WILL BE ERECTED ON THE EXISTING FOUNDATION.
THE MODIFICATION OF THE FOUNDATION TO THE EXTENT OF NEW BOLT GROUTING (IF REQUIRED) FOR ERECTING THE NEW ISOLATOR SHALL BE IN THE SCOPE OF PARTY. MODIFICATION MAY INCLUDE CIVIL WORK ON THE COLUMN WITH NEW FOUNDATION BOLTS, GROUTING OF FOUNDATION BOLTS AS PER THE NEW SUPPORT PIPE DIMENSIONS.
THE NEW ERECTED ISOLATOR WOULD BE CONNECTED WITH THE EXISTING 4# IPS TUBE (AT 8.0 MT HEIGHT), CONNECTOR ETC. WOULD BE PROVIDED BY THE PARTY. THESE INTERFACING WOULD BE CARRIED OUT BY THE AGENCY.
THE NEW ERECTED ISOLATOR WOULD BE CONNECTED WITH EXISTING 4# IPS TUBE, ADDITIONAL IPS TUBE IF REQUIRED WOULD BE SUPPLIED BY AGENCY.
3.REMOTE OPERATION AND INTERFACING THE ISOLATOR WITH EXISTING SCHEME WOULD BE IN THE SCOPE OF PARTY, CABLE GLANDS, ARMOURED CONTROL CABLES,LUGS FOR INTERFACING WITH THE EXISTING SCHEME WOULD BE PROVIDED BY AGENCY.
4.COMMISSIONING OF THE ERECTED ISOLATOR AFTER DUE INTERFACING FROM BAY MB AND EXISTING SHALL BE DONE BY THE AGENCY.
1) TWO STAGE BIDDING:-
A)In Two Stage Bidding, bidders are required to submit their
B)A prospective bidder may request for any modification or clarification to the bidding documents prior to the specified last date for clarifications. Queries will not be entertained beyond last query date (as indicated in the NIT).
C)The
D)After examination of
E)After evaluation/examination of
F)The Price Bid
G)Actual Price bid opening date will be intimated to all qualified and responsive bidders through a separate bid (i.e. through Stage- II bid). Based on the evaluation of Price bids and approval, the contract shall be awarded to the successful Bidder whose Bid has been
determined to be the lowest evaluated, responsive and meeting the specified Qualifying Requirements.
2) BID SUBMISSION:
(A) OFFLINE SUBMISSION: During Stage- I bidding, bidders should submit following documents in original physical form only in a separate envelope (sealed / closed) :
(I) ENVELOPE NO.1 should contain (a) "EARNEST MONEY DEPOSIT" (EMD) and (b) "LETTER OF UNDERTAKING" (LOU) (as per tender conditions).
[BIDDERS MUST SIGN AND SEAL ON LOU, BG DOCUMENTS, NO DEVIATION CERTIFICATE ETC SUBMITTED BY THEM IN HARD COPY].
(B) ONLINE SUBMISSION:
(I) During Stage- I bidding, Technical bid, QR documents are to be submitted by all the bidders On Line only at NTPC SRM
(II) During Stage- II bidding, Price Bid is to be submitted by the qualified and responsive bidders On Line only at NTPC SRM
[During/prior to submission of Price bid, qualified and responsive bidders will have to submit #No deviation certificate# (as per format enclosed with the tender document) alongwith the Price bid and this #no deviation certificate# shall be opened prior to opening of the Price bid. By submission of "No Deviation Certificate", the bidders will confirm that all the provisions of bidding documents including its Amendment(s)/Clarification(s)/Addenda/Errata (if any) are acceptable to them and the same has been taken into consideration while quoting their bid price in the Price bid and they declare that they have not taken any deviation in this regard. The Price bid without an acceptable #No deviation certificate# as per NTPC#s format (enclosed with the tender document) shall be rejected and returned to the bidder without being opened.]
3)Earnest Money Deposit is to be submitted only in the form of Demand Draft / Bankers Cheque / Bank Guarantee in favour of NTPC LIMITED, VSTPP (any other form of EMD shall not be acceptable). Demand Draft / Bankers Cheque must be from any of the list of nationalized or scheduled bank enclosed at
4)EMD should be given in acceptable form as mentioned above. In case of Bank Guarantee, the stamp paper of appropriate value (see document/note given in the tender) shall be purchased in the name of Bidder / Bank issuing the guarantee and the Bank Guarantee should be 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
documents) regarding revision in stamp duty in the state of MP, Additional conditions for EMD, BG format, BG check list, Bank list etc enclosed with the tender].
5)Letter of undertaking is to be submitted on
6)During
7)On Bid opening date
of Price bid
8)The EMD of all the unsuccessful bidders will be returned as promptly as possible as per terms of bidding documents. No interest shall be payable by NTPC on the Bid security/EMD.
9)Any document submitted by the agency in hard copy other than EMD, #Letter Of Undertaking# and #No deviation certificate# before bid opening, will not be considered. In spite of this condition, if any document is submitted by the agency in hard copy other than EMD, #Letter Of Undertaking# and #No deviation certificate# before bid opening shall be ignored and the offer submitted through
10)It may be noted that issue of tender documents does not imply that your offer shall be considered unless NTPC themselves satisfied with the documents submitted by you in favour of your qualifying requirements and your capabilities to execute the work.
11)The validity period for the rates quoted shall be 180 days in normal circumstance from the date of bid opening. However, this may be altered by giving proper notice.
12)Bidder can view/download the complete set of Bid document as per the following procedure.
TYPE OF VENDOR - REQUIRED DOCUMENT FOR VIEWING/DOWNLOADING OUR TENDER DOCUMENT
2(A) Vendors already having SRM vendor code and Password:-
Follow Clause No- 4.1 as below
2(B) Vendors already having SAP vendor code, but does not have SRM Login ID and Password:-
1.SAP Vendor Code
2.Contact Person Name
3.Contact Person Designation in Firm
4.Office Telephone No.(with STD code), Mobile No., Fax No. etc.
5.Email ID
All the above should reach us at least Six working days prior to Last Date of Tender Fee Payment.
2(C) New Vendor neither having any vendor code in SAP nor any SRM login ID and Password:-
All the above should reach us at least Twelve working days prior to Last Date of Tender Fee Payment.
13) Note:
1. The bidder can login
They can also reach our
2. Digital Certificate (Class III) is a must for vendors to participate in this tender. For further details regarding this please visit #GUIDELINES TO BIDDERS# in NTPC
4.1Mode of Payment
Vendors can view/download the tender document after logging in our
i.by clicking on
ii.by directly going to the
After logging in to our
In case of any difficulty, please contact help desk no. as mentioned in
b.
c.Exemptions of cost of tender document: Refer clause no 4.2 (A), (B) as given below.
NOTE:- Request for tender documents received after the offline last date as mentioned at clause no. 4.1(b) shall not be entertained.
4.2 (A) Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single point registration scheme and SSI units registered with MPSSIDC for the said item/ services shall be exempted from payment of Tender Fee and EMD. Bidders seeking exemption should enclose a self certified legible copy of valid registration certificate giving details such as items/ services for which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the certificate has expired or the stores items are not matching with the tendered items such requests run the risk of their request being passed over as disqualified for this concession/exemption. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid.
(B) 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. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid.
14) ANNEXURE- III : LIST OF BANKS
(FOR DEMAND DRAFT / BANKERS CHEQUE/ PAY ORDER)
It shall be Payable at Vindhyanagar / Singrauli / Waidhan (M. P.) only 1- UNION BANK OF INDIA
2- STATE BANK OF INDIA
3- AXIS BANK LTD
4- ALLAHABAD BANK
5- BANK OF BARODA
6- CENTRAL BANK OF INDIA
7- DENA BANK
8- ORIENTAL BANK OF COMMERCE
9- PUNJAB NATIONAL BANK
10- ICICI BANK
11- HDFC BANK LTD.
12- IDBI BANK LTD
15)In case the date of bid opening coincides with holiday, the bid opening date will be shifted to next working day at the same time.
16)Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified.
17)NTPC reserves the right to issue, reject any or all bids or cancel/withdraw the invitation for bids without assigning any reason whatsoever and in such case no bidder/intending bidder shall have claim arising out of such action.
18)NTPC will not be responsible for any loss/late
19)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.
20)Tender document is not transferable.
21)Other terms and conditions have been provided in the tender documents.
22)Package
1) P. Sinha, Manager (CS),
Mob: 09424769298;
2) L.K.Sharma, AGM (CS),
23) Address for Communication:
AGM, CONTRACT SERVICES,
NTPC
VINDHYACHAL SUPER THERMAL POWER PROJECT
PO.VINDHYANAGAR, DIST. SINGRAULI (M.P) - 486 885.
Phone/Fax :
Email: lksharma@ntpc.co.in
ADDL. GENERAL MANAGER(C&M)- CS
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in