NTPC Limited

(A Government of India Enterprise)

EOC Noida Office

INVITATION FOR BIDS (IFB)

FOR

AVR # PSS Tuning in Excitation System of 01 No. 500 MW Unit of NTPC through Modeling and Software Simulation Studies.

(International Competitive Bidding)

IFB No: 40057162

Date:27.05.2016

Bidding Document No: 40057162

 

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.

40057162

IFB Date

27.05.2016

Document Sale Commencement Date & Time

27.05.2016 11:00:00

Document Sale Close Date & Time

21.06.2016 17:30:00

Source of IFB/NIT

EOC Noida Office

Contract Classification

Admn. Works & Purchase

Last Date and Time for Bid submission

05.07.2016 14:30:00

Technical Opening Date & Time

05.07.2016 15:00:00

Bid Opening Date & Time

28.07.2016 15:00:00

Cost of Bidding Documents in INR

1,125.00

EMD in INR

177000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

28.06.2016

EMD in USD

2700.00

Cost of Bidding Documents in USD for foreign bidder

25.00

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

#AVR-PSS Tuning of a Generator at an NTPC Unit and expertise development.

#Supply, Modeling, Software Simulation and field tests and tuning of the AVR-PSS System in excitation System of One NTPC 500 MW Unit.

#3 days training for NTPC executives.

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:

7.1The Bidder should have provided any one of the following similar services during the preceding seven (7) years reckoned as on the Techno-Commercial bid opening date.

a)Single order of min # 7.056 Million [Rupees Seven Million Fifty Six Thousand] or equivalent in foreign currency.

or

b)Two orders of min # 4.410 Million [Rupees Four Million Four Hundred Ten Thousand] or equivalent in foreign currency each.

or

c)Three orders of min # 3.528 Million [Rupees Three Million Five Hundred Twenty Eight Thousand] or equivalent in foreign currency each.

NOTES:-

a)For order in foreign currency, the exchange rate as on the date of techno-commercial bid opening shall be used.

b)Similar jobs means PSS Tuning/PSS Tuning Study/Grid Compliance/AVR-PSS Tuning.

7.2The bidder should have carried out PSS Tuning/PSS Tuning Study/Grid Compliance/AVR-PSS Tuning involving at least Three different makes of Excitation System.

7.3The bidder should have carried out one work involving modeling and simulation of the AVR/PSS System.

The bidder may bid either in Consortium mode or Joint Agreement mode as described below:- CONSORTIUM MODE

Consortium is permitted of maximum two partner(s) who collectively meet the qualification criterion as specified above. The bidder shall necessarily identify the #leader# of the Consortium and clearly specify the scope of work of each firm in this contract. The bidder shall along with its Techno-Commercial bid, furnish legally enforceable Consortium Agreement, as per format enclosed in the bidding documents in which the partners are jointly and severally liable to the Employer for successful performance of the Contract, failing which the Bidder shall be disqualified and its bid shall be rejected.

Joint Agreement Mode

The bidder shall sign a Deed of Joint Agreement [DJU] with a Service Provider who meets the qualifying requirements as specified above. The bidder shall along with the bid, furnish an agreement, as per format enclosed with bidding documents, in which bidder and Service Provider are jointly and severally liable to the Employer for successful performance of the Contract, failing which the bidder shall be disqualified and its bid shall be rejected. Further, the Service Provider shall be required to submit an additional Bank Guarantee @ 2.5% of the Contract Price in case of award.

7.4 The average annual turnover of the bidder in the preceding three (3) financial years as on the date of Techno Commercial bid opening shall not be less than # 8.820 Million [Rupees Eight Million Eight Hundred Twenty Thousand] or in equivalent foreign currency.

NOTES:-

01) The work executed means the bidder should have achieved the criterion specified in the QR, even if the total contract is started earlier and/or not completed/closed and should completed #PSS Tuning/PSS Tuning Study/Grid Compliance/AVR-PSS Tuning.#

02) In case of contracts under execution as on date of Techno # Commercial bid opening, the value of work executed till the date of Techno # Commercial bid opening will be considered provided the value of executed work is certified by the client as completed. However, the executed work should include #PSS Tuning/PSS Tuning Study/Grid Compliance/AVR-PSS Tuning.#.

03) While computing the annual turn over, other income shall not be considered.

04) For Turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of techno-commercial bid opening shall be used.

05) The reference work done by a firm/bidder/partner in a Consortium/Joint Venture/Agreement mode shall also be considered for the

purpose of qualification.

06) The consortium shall necessarily identify one of the partners as lead partner.

07) In case of consortium, the bid security and in the event of award, the Performance Bank Guarantee shall be in the name of all the partners of the consortium.

08) In case bid is submitted by the consortium, the turnover shall be considered on a combined manner for all the consortium and for the net-worth, all the partners shall be required to meet individually. However, in case of consortium of holding and/or subsidiary companies, the options at clause 7.4 above also available to the Bidder.

09)For the purpose of compliance to the stipulated turnover criteria given in the clause no 7.4, the turnover from consortium in proportion to Bidder#s / proposed consortium share as declared in the consortium agreement, shall also be considered.

10)In case of bidding by a Consortium the bidder shall necessarily identify the leader of the Consortium. The bidder shall along with bid, furnish an Agreement, as per Format enclosed in the Bidding documents in which partners are jointly and severally liable to the Employer for successful performance of the contract, failing which the Bidder shall be disqualified and its bid shall be rejected.

11)In cases where audited results for the last financial year as on 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 a practicing Chartered Accountant certifying the financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.

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

Sr. Manager (C&M), NTPC Ltd Engg. Office Complex, 6th Floor Plot A-8A, Sector -24,

Noida - 201 301 (UP) - India Phone: 0120 - 4946630, 2410028 Fax : 0120 # 2410026

E-mail: alokmukherjee@ntpc.co.in

Alternative Address

AGM (C&M), NTPC Limited, Engg. Office Complex, 6th Floor Plot A - 8A, Sector - 24,

Noida - 201 301 (UP) - India Phone:- 0120 - 4946633, 2410479 Fax :- 0120 # 2410026,

E-mail: skdua@ntpc.co.in

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