DETAILED INVITATION FOR BID

NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

RLA OF CRITICAL PIPING PACKAGE

FOR

FARAKKA STPS STAGE-I (3X200 MW) LOCATED AT NABARUN, DISTRICT MURSHIDABAD,

STATE OF WEST BENGAL, INDIA,

FEROZE GANDHI UNCHAHAR TPS STAGE-I (2X210 MW) LOCATED AT

DISTRICT – RAEBARELI, STATE OF UTTAR PRADESH, INDIA

AND

DADRI (NCPS) STAGE-I (4X210 MW) LOCATED AT DISTRICT-GAUTAM BUDH NAGAR,

STATE OF UTTAR PRADESH, INDIA

(INTERNATIONAL COMPETITIVE BIDDING)

IFB No.: 40065813

Date: 11.11.2016

Bidding Documents No: CS-4120/1420/6120(R&M)-741-9

1.0NTPC Limited (NTPC) invites online bids in Two Stages (i.e. Stage-I : Techno-Commercial

Bid and Stage-II : Price Bid) from eligible bidders for the aforesaid package as per the brief scope of work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The brief scope of work for the subject RLA Study of Critical Piping (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) systems for Farakka Super Thermal Power Station, Stg-I (3 X 200 MW), Unchahar Thermal Power Project, Stg – I (2 X 210 MW),National Capital Power Station, Dadri, Stg – I ( 4 X 210 MW) is as follows:

a)RLA study involves hot & cold walk down 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, straight pipe etc.

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

c)Remaining life calculation Using FEM (Finite Element Method) analysis for the piping systems.

d)Based on the completion of the Residual life assessment (RLA) / Condition Assessment (CA) for various piping systems of the plant, the contractor shall

DETAILED INVITATION FOR BID

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.

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 the piping system (as per scope) is included in bidder’s 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 is in the scope of bidder.

Approximately 20-25 days’ time has been planned for shutdown for each unit during which time RLA & CA of critical piping system mentioned above is to be completed.

The detailed scope of work is specified in Technical Specifications (Section-VI).

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

4.0Detailed scope of work, specifications and terms & conditions are given in the Bidding Documents which are available for sale as per the following schedule:

Documents Sale Dates

:

From 15.11.2016 to 06.12.2016

& Timings

 

up to 1700 Hrs. (IST)

Last Date for receipt of

:

13.12.2016 up to 1700 hrs(IST)

Queries for Clarification

 

 

from prospective Bidders

 

 

Pre-Bid Conference

:

NOT APPLICABLE

Date & Time

 

 

Stage-I (Techno-Commercial) Bid

:

30.12.2016 upto 1430 Hrs. (IST)

Receipt Date & Time

 

 

DETAILED INVITATION FOR BID

Stage-I (Techno-Commercial) Bid

:

30.12.2016 at 1500 Hrs. (IST)

Opening Date & Time

 

 

Cost of Bidding Documents

:

7875/- (Indian Rupees Seven Thousand

 

 

Eight Hundred and Seventy Five only) per

 

 

set for Indian Bidders and US$ 175 (US Dollar

 

 

One Hundred and Seventy Five only) per set

 

 

for Foreign Bidders

Date of submission of Stage-II (Price) bids shall be intimated separately after opening of Stage-I (Techno-Commercial) Bids.

4.1Prospective Bidders from UP state are compulsorily required to provide TIN number at the time of purchase of Bidding Documents from Office of NTPC.

5.0All bids must be accompanied by Bid security for an amount equivalent to 40,92,000/- (Rupees Forty Lakh Ninety Two Thousand Only) or US Dollars 60,400 (US Dollars Sixty Thousand Four Hundred only)in the form as stipulated in Bidding Documents.

Any Bid not accompanied by the acceptable Bid Security in a separate sealed envelope shall be rejected by the Employer/NTPC as being non-responsive and returned to the bidder without being opened.

6.0Qualifying Requirements for Bidders:

In addition to requirements stipulated in section ITB (Instruction to Bidder), the following shall also apply:

6.1Technical criteria for Qualification

6.1.1(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).

(3)Static stress analysis.

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

DETAILED INVITATION FOR BID

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 6.1.1(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 6.1.1(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 6.1.1(b).

6.2.0Financial criteria for Qualification

6.2.1Financial 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 ` 93 million (Indian Rupees Ninety Three 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 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

DETAILED INVITATION FOR BID

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 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 6.2.1

(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

DETAILED INVITATION FOR BID

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 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.

7.0Notwithstanding 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.

8.0NTPC reserves the right to 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 any claim arising out of such action.

9.0A 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 e-Tender Site (https://etender.ntpclakshya.co.in). 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.

10.0Issuance of Bidding Documents to any bidder shall not construe that such Bidder is considered to be qualified.

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

12.0Address for Communication:

DGM (CS-I) / Manager (CS-I) 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 - 2410335/2410011

Tel. No.: +91-120 - 2410661/4948679/4946669

E-mail: mtansari@ntpc.co.in / sdebroy@ntpc.co.in, Website: www.ntpc.co.in

CIN: L40101DL1975GOI007966