NTPC LIMITED

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

CONSULTANCY PACKAGE FOR REVIEW OF TECHNICAL SPECIFICATIONS

(International Competitive Bidding)

IFB No. : 0040061687 Date: 18/08/2016

Bidding Document No.: CS-0011-703-9

1.0 NTPC invites online bids from eligible Bidders on Single Stage Two Envelope bidding basis (Envelope I: Techno-Commercial Bid & Envelope-2: Price Bid) for the aforesaid Package, as per the scope of work briefly mentioned hereinafter:

2.0 Brief Scope of Work & other specific details

The brief scope of work for the subject package includes:

a) Audit of present Engineering systems, IT infrastructure and availability of Engineering software, computational tools and suggest up gradation required in line with international best practices.

b) Review & audit of presently followed design concepts, design criteria, provision of redundancies, design margins and benchmarking NTPC practices with best practices, including but not limited to following:

i) Cycle component optimization, optimization of steam parameters, condenser vacuum, waste heat utilization and unit size optimization.

ii) Review of performance guarantees and bid evaluation parameters for various power plant equipment/ system.

iii) Review of NTPC technical specifications of complete Super Critical Power Project having unit size of 660 MW/ 800 MW for following packaging concept:

- EPC Mode

- Island package Mode (TG, SG and BOP island)

- Package Mode (Typically 30 Packages)

NTPC shall provide one set each of typical specifications in above packaging mode to carry out above consultancy assignment.

iv) Recommendations on specific requirements to be built up in technical specifications to take care of changes brought out in recent CERC tariff order of 2014-19 and requirements of Indian Electricity Grid Code.

v) Recommendations on specific requirements to be incorporated in technical specifications to take care of recent revised environment norms dated 07-12-2015 with specific reference to NOx & SOx.

c) Study & review of process & system of cost estimation of various mechanical, electrical, C&I and civil packages associated with typical 660 MW/ 800 MW super critical thermal power project.

d) Typical organogram of Engineering set up at Corporate / Regional level for handling @ 5000MW/Year of capacity addition and the cost of manpower required to be invested by the company.

3.0 NTPC intends to finance the subject package through Own Resources.

4.0 Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for examination and sale at the address given below and as per the following schedule:

Bidding Document No:

CS-0011-703-9

Document Sale Dates & Timing

From 18.08.2016 to 08.09.2016

upto 1530 hrs (IST)

Source of IFB/NIT

EOC Noida Office

Contract Classification

Consultancy

Last date for Receipt of queries from Bidder

19.09.2016

Bid Receipt date & time for both Techno-Commercial and Price bid

29.09.2016 up to 1400 hrs (IST)

Bid Opening Date & Time Techno Commercial Bid

29.09.2016 at 1430 hrs (IST)

Bid Opening Date & Time Price Bid

Shall be intimated separately by NTPC

Cost of Bidding Documents in INR

2250/- (Rupees Two thousand two hundred fifty only)

Cost of Bidding Documents in USD for foreign bidder

50/- (US Dollar Fifty only)

5.0 All bids must be accompanied by Bid Security for an amount of Rs. 9,40,000/- (Indian Rupees Nine lakh forty thousand only) or USD 13,900 (US Dollars Thirteen thousand Nine hundred only) in the form, as stipulated in the Bidding Documents. Any bid not accompanied by an acceptable bid security in a separate sealed envelope shall be rejected by the employer as being non-responsive and shall not be considered.

6.0 Qualifying Requirements for Bidders:

1.0 Technical criteria

The Bidder should be a consultant for power plants and should have carried out pre­award engineering and post-award engineering covering BTG (Boiler, Turbo­generator and auxiliaries) and Balance of plant including associated Electrical, C&I and Civil systems for at least two (2) coal fired super critical thermal power plants which should be in successful operation for a period not less than two (2) years prior to the date of Techno Commercial bid opening.

NOTES:-

(i) Experience of pre-award engineering and post-award engineering activity in separate power plant installations/ contracts are also acceptable. For Balance of plant, experience in a Subcritical thermal power plant of at least 300 MW capacity shall also be considered acceptable.

(ii) Pre-award engineering means Preparation of Project Design Memorandum and/or technical specifications.

Post-Award engineering means Review of contractor's design and drawings/ documents.

Balance of plant means Water Treatment Plant (WTP), CW system (Make-up/Raw water/CW pump & piping & associated system) and Coal handling system as minimum in one or more contract.

2.0 Financial criteria

2.1 Financial 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 107.00 Million (Indian Rupees One Hundred Seven 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 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 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 the 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 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 the 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.

d) 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 32.0 Million (Indian Rupees 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.

e) 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. 2.1 (d) 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 with the bidding documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

f) In case the Bidder's unutilized line of credit for fund based and non-fund based limits specified at Cl. 2.1 ( d) 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 at clause 2.1 ( d) above to the bidder or to the Treasury Centre as the case may be shall be acceptable.

NOTES for clause 2.1:-

(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 unutilized line of credit for fund based & non fund based units and 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.

7.0 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.

8.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

9.0 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 directly through the payment gateway at our e-Tender Site (https://etender.ntpclakshya.co.in) or by making payment (non-refundable) in the form of a crossed account Payee demand draft in favor of NTPC Ltd., Payable at New Delhi. For logging on to the e-Tender Site, the bidder would require user id and password which can be obtained by submitting a questionnaire available at our e-Tender 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 along with duly filled in questionnaire for issuance of user id and password.

10.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be qualified. Bids shall be submitted online and opened at the address given below in the presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall furnish Bid Security, Power of Attorney, Integrity pact / Deed of Joint Undertaking/JV Agreement (as applicable) in physical form as detailed in Bidding Documents before the stipulated bid submission closing date and time at the address given below.

11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

12.0 Address for Communication

Dy. Manager (CS-P&S)/ DGM (CS-P&S),

NTPC Limited,

Sixth Floor, Engineering Office Complex,

A-8A, Sector-24, NOIDA,

Distt. Gautam Budh Nagar, (UP), INDIA

Pin - 201301

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

Tel. No.: +91-120- 4946619/4946642

e-mail: itisur@ntpc.co.in/ paramjeetsingh@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in