NTPC Limited

(A Government of India Enterprise)

Talcher Super Thermal Power

NOTICE INVITING TENDER (NIT)

FOR

Biennial maintenance of Bottom Ash, Ash water Fly ash and Dry Ash handling system of Stage- II (2016-18).

(Domestic Competitive Bidding)

NIT No: 40058157 Date:12.07.2016

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

2.0Brief Details

NIT No.

 

40058157

 

 

 

NIT Date

 

12.07.2016

 

 

 

Document Sale Commencement Date & Time

 

12.07.2016

11:30:00

 

 

Document Sale Close Date & Time

 

25.07.2016 17:00:00

 

 

Source of IFB/NIT

 

Talcher Super Thermal Power

 

 

Contract Classification

 

Services

 

 

 

Last Date and Time for Bid submission

 

10.08.2016 15:30:00

 

 

Technical Opening Date & Time

 

10.08.2016 16:00:00

 

 

Bid Opening Date & Time

 

12.08.2016 16:00:00

 

 

Cost of Bidding Documents in INR

 

2,250.00

 

 

 

EMD in INR

 

527000.00

 

 

 

Pre-Bid Conference Date & Time (if any)

 

 

 

 

 

Last Query Date (if any)

 

30.07.2016

 

 

 

3.0 Bid Security and Integrity Pact (if applicable) shall

be submitted in a sealed envelope separately offline/online 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.

 

 

 

5.0 Brief Scope of Work & other specific detail PLANT OVERVIEW

NTPC Talcher-Kaniha (TSTPS) plant is located

in Kaniha block under Talcher sub-division

of Angul district

in the

state

of Orissa.

 

 

 

 

 

 

 

 

Nearest Town : Talcher 26 KMs

 

 

 

 

 

Nearest Railway Station : Talcher 29 KMs

 

 

 

 

 

Nearest Airport : Bhubaneswar 180 KMs

 

 

 

 

 

INSTALLED CAPACITY

 

 

 

 

 

 

STAGE - I

-

2 Units

each 500 MW

- Total 1000 MW

 

 

 

 

STAGE- II

-

4 Units each 500 MW

- Total 2000 MW

 

 

 

 

EQUIPMENTS INVOLVED

 

 

 

 

 

 

The equipment under consideration consists of

 

 

 

 

 

1.Bottom ash system in stage-II consist of

dry bottom, water impacted bottom ash

hoppers, clinker

crusher

and

accessories supplied by M/S DCIPS.

 

 

 

 

 

2.The fly ash system in Stage-II having four

passes in each unit is of Mahindra Ash Tech make. There are eighteen

hoppers in each pass consisting of valves, pipes, vacuum pumps, fluidizing blower etc. and associated accessories.

 

3.Ash water system consist of various single

and multi stage centrifugal (both horizontal and vertical) water handling

pumps namely

FAWP, BAHP,

BALP, FASWP, Flushing Water pump, Cooling and cooling

sealing water pumps,

drain

pumps etc mainly supplied by Kirloskar and Beacon weir and their associated components.

 

 

 

 

4.Dry ash system

consists of

Compressors (both reciprocating make Kirloskar Pneumatic

& screw type

make

Atlas

Copco), Buffer hoppers, air lock vessels, associated pipe lines and valves. It also involves Silo and associated pumps and blowers.

JOBS IN BRIEF

In

general the contract consists of miscellaneous minor maintenance, preventive & breakdown maintenance and overhauling

of

the equipments mentioned above.

Miscellaneous minor maintenance jobs consist of attending various problems occurring during shift. This covers daily checking of BA hoppers by opening circular manhole, removal of choking of Clinker Crusher, ESP, APH, ECO, ECO Bypass & BA Hoppers by poking, choking removal of CT/Air washer nozzles & discharge pipes, establishing shut off vacuum, line vacuum etc in both wet and dry ash systems & minor maintenance jobs like gland tightening, attending leakage through tightening of flanges, oil top up etc. in stage-II AHP area (Bottom Ash, Fly Ash, Dry Ash & Ash water

pump house) during shift.

Apart from this, jobs like cleaning

of

BAH Overflow settling

bin, cleaning of seal trough,

cleaning of ash from ECO

& ECO Bypass hoppers, cleaning

of

ash from Air pre heater

hoppers etc are to be carried

out during unit overhauling

or opportunity shut downs.

 

 

 

Break down jobs involve activities to be carried out during equipment breakdowns involving repairing and replacement of

components and spares of equipment concerned, replacement of pipes

& valves (MS, CI and Basalt)

starting from 15 to

400 NB, fabrication and replacement of bends, tees and laterals etc.

 

 

 

Preventive maintenance involves carrying out PM jobs as per periodic preventive maintenance schedules.

 

Overhauling jobs include equipment overhaul and also overhauling of

components commensurate with

unit

overhaul. The

job involves dismantling, servicing and reassembling the components like valves, bends, pipes and fittings,

various pumps

etc. Most of the work will be carried above 10 m height. Hence,

workers need to have adequate

skill

and must be

insured and informed to safely work in challenging conditions. Moreover mobilization is required at a very short notice keeping in mind the generation interests of the corporation. Contractor is required to arrange for the tools and tackles and consumables like gases and welding electrodes, cotton waste and cleaning agents required for the job as per the scope of

work.

 

 

 

 

 

 

 

 

To meet the requirements arising out of emergency situations like

heavy clinkering

in bottom

ash hoppers,

huge choking

of ESP hoppers, thickness survey of pipe lines etc. & also for

any other jobs not listed

in

the

scope

of work,

the

contractor has to deploy extra

man days as per the instruction of EIC.

 

 

 

 

 

 

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:

1.0FINANCIAL CRITERIA :

Turn

over : The

average annual turnover of the bidder in the preceding three (3) completed financial years shall not be

less

than Rs.132

Lakhs.

2.0TECHNICAL CRITERIA :

(i)

The

bidder must have executed/ completed similar works during the last seven (7) years ending last

day

of

month

previous to the date of NIT having minimum order values as indicated below :

 

 

 

 

a)

One

Order of value

not less

than Rs.105

lakh

 

 

 

 

 

 

 

 

 

 

 

OR

 

 

 

 

 

 

b)

Two

orders, each of

value not less than

Rs.66 lakh

 

 

 

 

 

 

 

 

 

 

 

OR

 

 

 

 

 

 

c) Three orders, each of value not less than Rs.53 lakh

 

 

 

 

 

 

Similar Work Means: Maintenance

of ash handling system or

mechanical

maintenance

of equipments of

Thermal

Power

Plant of

unit size 200MW or above. Credential of structural

fabrication

or pipe line

works or supply

of

man

power

shall

not

be considered as

similar

work.

 

 

 

 

 

 

 

NOTES

:

 

 

 

 

 

 

 

 

 

1.The work/ order executed means the bidder should have achieved the criteria specified in the QR, even if the total

contract/order

is not completed / closed. In case of contract/ order under

execution

as on last

date of the month

proceeding the month of publication of NIT, the value of work/ order executed till such date will be considered.

 

 

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

 

 

 

 

 

3.In cases where audited results of

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 charted accountant certifying its 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.

9.0NTPC 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.

10.0Address for Communication

THE ADDL.GENERAL MANAGER (CS)

NTPC LIMITED

TALCHER SUPER THERMAL POWER STATION,

P.O. : DEEPSHIKHA - 759 147,

DISTRICT : ANGUL,(ODISHA)

DIAL : 06760-247244

FAX : 06760-243912/243232

WEBSITE: ntpctender.com OR ntpc.co.in

OR

THE DGM (CS)

NTPC LIMITED

TALCHER SUPER THERMAL POWER STATION, P.O. : DEEPSHIKHA - 759 147,

DISTRICT: ANGUL,(ORISSA)

DIAL : 06760-247243/244397

FAX : 06760-243232/243912 WEBSITE: ntpctender.com OR ntpc.co.in mbhattacharyya@ntpc.co.in

or pratapsahoo@ntpc.co.in

INFORMATION TO THE BIDDER :-

Note:

#The agency can login e-tender site (SRM login site) for participation in our tendering after complying to above. The

agency can reach our e-tender site SRM login site directly through below mentioned address.

 

 

 

 

 

 

#https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart#

 

 

 

 

 

 

 

 

 

 

 

They can

also access our

e-tender

site

(SRM

login

site)

through

www.ntpctender.com

and

clicking

on

Login

(e-Tender).

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

# NTPC takes no responsibility for any loss/delay/non-receipt of applications/ documents/ EMD sent by post.

 

 

 

Earnest money deposit (EMD):

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

A. Bid Security/EMD shall be submitted in a sealed envelope, which should be superscribed #Contract

proposal for

biennial maintenance of Bottom Ash, Ash water Fly

ash and Dry Ash handling system of Stage- II (2016-18)#, NIT ref

no. 40058157 Due on date: ----------------- from

_________________________

(Name and

Address

of

bidder).#

,

separately offline by the stipulated bid opening date

and time at the address given below. Any bid without an acceptable

Bid Security (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

 

 

 

 

B.The EMD offered shall, at bidders

option, be in

the form of (i) A Crossed Demand Draft/Pay Order/Bankers Cheque

in favour of NTPC Limited

payable

at

SBI,

Telesingha

(code-6257)

or

UCO

Bank Kaniha (code-0909)

or

UCO

Bank

Deepshikha

(code-1889). or

(ii)

an unconditional

and

irrevocable

Bank

Guarantee

(BG) from any

of

the banks

specified

in

the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the #Proforma for BG# included in the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or

equal

to

Rs.50,000.00 shall

not be

accepted in the form of

bank guarantee. EMD shall not be accepted in any other

form.

 

 

 

 

 

C.

The

bid security

shall

remain 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

D. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND BID SHALL NOT BE OPENED.

E. Benefits to MSEs : 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.

 

 

 

Award shall be given to L1 bidder if L1 bidder is a MSE.

 

 

Incase L1 bidder is not a MSE, then all the MSE

vendor(s) who have quoted within the range of L1+15%,

shall

be

given the opportunity in the order of their ranking

(starting with the lowest quoted MSE bidder and so on)

to bring

down its price to match with L1 bidder. Award for

all quantity shall be placed on the MSE vendor who matches

it#s

price with L1 bidder at the price quoted by L1 bidder.

 

 

If no MSE vendor has quoted within the range of

L1+15%, accepts the price of L1 bidder then the award

shall

be

made to L1 bidder.

 

 

 

GENERAL INFORMATION TO BIDDER :

A.The bidder should have independent P.F. code number allotted by Regional Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.

B.Copy of Sales Tax registration/TIN, Service Tax registration & PAN.

C.In addition to the above the bidders have to fill in the enclosed check list and submit along with the bid.NTPC if so

desire may verify the performance of the bidder from their respective clients.

D.NTPC takes no responsibility for any loss/ delay/ non-receipt of tender document fees/EMD sent by post. Sealed bids

must be sent at the #address for communication# only.

 

E. Notwithstanding anything stated above, NTPC reserve the right to assess bidder#s

capability and capacity to perform

the contract, should the circumstance warrant such assessment in overall interest of the

owner.

F. The detailed terms and conditions shall be as per our tender documents. Interested

bidders are advised to visit the site

and familiarize themselves with the site conditions.

 

G. Parties blacklisted / banned by any NTPC Unit / Corporate Centre as well as other Public Sector / Government Agencies are NOT eligible to participate.

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