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

KORBA STPS-II (3X500 MW) LOCATED AT DISTRICT –KORBA,

STATE OF CHHATTISGARH, INDIA,

RAMAGUNDAM STPS-I (3X200MW)

AND

RAMAGUNDAM STPS-II (3X500 MW) LOCATED AT DISTRICT-KARIM NAGAR,

STATE OF TELANGANA, INDIA

(International Competitive Bidding)

IFB No.: 40065752

Date: 09.11.2016

Bidding Document No: CS-2130/3120/3100(R&M)-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:

2.0

Brief Details

 

 

 

 

 

 

 

IFB No.

40065752

 

 

 

 

 

 

IFB Date

09.11.2016

 

 

 

 

 

 

Document Sale Commencement Date

10.11.2016

 

 

 

 

 

 

Document Sale Close Date & Time

02.12.2016

15:00:00 (IST)

 

 

 

 

 

Last Date and Time for Stage-I (Techno-Commercial)

30.12.2016

15:00:00 (IST)

 

Bid submission

 

 

 

 

 

 

 

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

30.12.2016

15:30:00 (IST)

 

 

 

 

 

Last Date and Time for Stage-II (Price) Bid submission

Shall be Intimated Separately

 

 

 

 

 

Cost of Bidding Documents in INR

7875/-

 

 

 

 

 

 

Last Query Date

09.12.2016

 

 

 

 

 

 

EMD in INR

47,11,000/-

 

 

 

 

 

 

EMD in USD

69,500

 

 

 

 

 

Page 1 of 6

Cost of Bidding Documents in USD for foreign bidder

175

 

 

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 systems (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) for Korba Super Thermal Power station St-II (3 x 500 MW), Ramagundam Super Thermal Power station, St – I (3 x 200 MW) and Ramagundam Super Thermal Power station, St – II (3 x 500 MW) involves the following:

a)Hot & cold walk down survey/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, reducers, Y-pieces straight pipe etc.

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

c)Remaining life calculation using FEM (Finite Element Method) analysis for the piping systems (MS, HRH, CRH, HP&LP Bypass and MS & CRH to ASPRDS).

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.

Page 2 of 6

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 MS, HRH, CRH, HP&LP Bypass and from identified locations (as per scope) for remaining piping in bidder 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 to the location specified by NTPC site (in close proximity of plant area) is in the scope of bidder

k)Depositing removed aluminum cladding sheets to Site-store or as per instruction of Project Manager is in the scope of bidder.

Approximately 20 days shut down for each 200 MW and 25 days shut down for each 500 MW have been planned for conducting RLA / CA study of critical piping systems (including removal

&reinstallation of insulation) mentioned above .

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

7.1.1(a) The bidder should have successfully conducted or executed RLA/CA/R&M contract for high temperature alloy steel piping system(s)/boiler pressure parts in at least one (1) power or process installation in last 7 years prior to the date of Techno-commercial bid opening.

And

(b)The bidder should have successfully conducted or executed contract involving at least two

(2)out of following four (4) activities for high temperature alloy steel piping system(s) of diameter not less than 250 NB in any power plant/process plant, prior to the date of Techno-commercial bid opening:-

(1)Metallographic Analysis

(2)Advance UT (Phased Array Technique/Time of Flight Diffraction technique).

Page 3 of 6

(3)Static stress analysis.

(4)Finite Element Analysis (FEA) based stress mapping/analysis.

Note:

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

(2)Advanced UT (Phased array technique/Time of flight diffraction technique) done on a pipe header/drum by the bidder with operating temperature not less than 440 Deg C shall also be considered to have fulfilled requirement w.r.t. advanced UT as per clause 7.1.1(b).

(3)Experiences of various activities (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)If alloy steel piping conveys process fluid of temperature not less than 440 Deg C, it will be considered as high temperature alloy steel piping.

(5)Finite Element Analysis (FEA) based stress mapping/analysis done by the bidder on boiler header with operating temperature not less than 440 Deg C. shall also be considered to have fulfilled requirement w.r.t. Finite Element Analysis (FEA) based stress mapping/analysis as per clause 7.1.1(b).

7.2.0Financial criteria for Qualification

7.2.1Financial 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 98 million (Indian Rupees ninety eight 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

Page 4 of 6

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.

NOTES FOR CLAUSE 7.2.1

(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

Page 5 of 6

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

AGM (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 - 4946695/4948674

E-mail: adesh@ntpc.co.in / jagmohan@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

Page 6 of 6