NTPC Limited
(A Government of India Enterprise)
Talcher Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
Retrofitting of Super Heater & Reheater in Two Boilers of
(Domestic Competitive Bidding)
NIT No: 40068188 |
Date:13.01.2017 |
1.0NTPC invites
2.0Brief Details
NIT No. |
40068188 |
NIT Date |
13.01.2017 |
Document Sale Commencement Date & Time |
13.01.2017 20:30:00 |
Document Sale Close Date & Time |
27.01.2017 17:00:00 |
Source of IFB/NIT |
Talcher Super Thermal Power |
Contract Classification |
Services |
Last Date and Time for Bid submission |
15.02.2017 15:30:00 |
Technical Opening Date & Time |
15.02.2017 16:00:00 |
Bid Opening Date & Time |
16.02.2017 16:00:00 |
Cost of Bidding Documents in INR |
2,250.00 |
EMD in INR |
1215000.00 |
|
|
Last Query Date (if any) |
04.02.2017 |
3.0Bid 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
4.0A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
#RETROFITTING OF SUPERHEATER & REHEATER IN TWO BOILERS OF
PLANT OVERVIEW |
|
|
|
NTPC |
(TSTPS) plant is located in Kaniha block under Talcher |
||
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
Three banks of Economiser, Two banks of LTSH are arranged horizontally and Divisional Panel,Platen Super Heater, Reheater are arranged vertically.
In addition to main Boiler following equipments are included per unit:-
88 Nos of Wall Blower and 34 Nos of LRSB per boiler. Boiler is equipped with 16 nos Spring Loaded safety valves, 8 Electromatic Relief valves .All Boiler valves except the control valves/Block valves are of BHEL make and mostly are under size 150 Nb. Boiler Burner is having 40 coal nozzles & 20 Oil guns. Piping hangers are of constant load, variable load and rigid strut type hangers total approximately 300 nos at different location and elevations.
BRIEF DESCRIPTION OF WORKS:
For Improvement of Boiler Performance, NTPC Ltd. has decided to incorporate some Boiler Modifications as mentioned below at NTPC,
a.Installation of additional bank of LTSH (Low Temperature Superheater):
Presently, there are two banks of LTSH Coils above the Economiser located in the 2nd pass. There is sufficient space above the existing upper bank of the LTSH and it has been planned to add another LTSH bank in this available space. This new LTSH Bank shall be of 130 coils (65 pairs) loaded on four rows of hanger tubes, similar to existing LTSH Upper bank. Each coil shall be having 12 tubes of size: 47.63 mm OD x 6.6 mm thickness and material SA 213 T11grade.
b.Replacement of 23 panels in Final Reheater:
There are 78 Panels of Reheater. The Reheater is in two stages. One set of panels are Reheater Inlet panels and the other set of Panels is final reheater panels. There are 12 circuits in each panel. The panels are numbered from 1 to 78 from Boiler left to boiler right. The right 23 panels are intended for replacement completely. Presently, it comprises of T91 and T22 tubes of size: 54 mm OD x 4.5 mm. Now, it has been planned to replace the same with Stainless steel material of type SA213 TP 347 grade of tube size: 54 mm OD x 4.5 mm. These loops shall be connected to the new Siamese headers by the connecting bent tubes in the outlet side and shall be connected to the inlet side at the marked portion in the drawings.
c.Removal of First Six Circuits & Installation of Four Loops in Final Reheater Panel Nos.1 to 55:
As mentioned above, there are 78 panels of reheater. The reheater is in two stages. The panels are numbered from 1 to 78 from Boiler left side to Boiler right side. In
of tube size: 54 mm OD x 4.5 mm. |
These |
loops |
shall be |
connected |
to |
the |
new Siamese headers by the connecting |
|
bent tubes and shall be connected |
to the |
inlet |
side at |
the marked portion |
in |
the |
drawings. |
|
. |
|
|
|
|
|
|
|
|
d.Replacement of Single Reheater |
Outlet |
Header with |
Siamese |
Headers: |
|
|
|
Presently, the final reheater loops are all connected to a single reheater header. This header is the outlet header and it discharges hot steam at desired steam parameters to IPT. It is intended to replace this single header with two different Siamese headers. Half of the final reheater tubes shall be connected to one Header and the other half shall be connected to the other header.
e.Modification of Crisscross connection in the Superheater Circuit Headers:
The steam from the Boiler drum goes to Low Temp. Super Heater (LTSH), first stage of superheating process. After heating in LTSH coils, it goes to the LTSH Outlet Header. From the LTSH Outlet Header, steam goes to Divisional Superheater Inlet header. The Steam after getting superheated in the Divisional Superheater goes to the outlet header. The Steam from the Divisional panel outlet header goes to the Inlet header of the Platen Superheater, where it gets further superheated and finally goes to the Platen super heater outlet header and moves to HPT as Main steam.
Presently, the LTSH Outlet header and the Divisional panel inlet header are connected
f.General:
It is intended to have a total of approximately 2500 HP weld joints in LTSH, 1110 nos.
It may also be noted that there will be approximately 350 MT of erection and approximately 150 MT of scraps removal and disposal. Access has to be made by breaking the exisiting roof covered with refractory.
After successful completion of the works, the agency has to carry out Hydraulic test of the Boiler Superheater circuit and Reheater circuit, which is part of the contract and no extra payment shall be done for the same. The agency is also expected to follow all safety norms and standards of NTPC and adhere to the quality plans.
It is intended that the contractor has to keep the materials ready after carrying out Radiography of all shop joints followed by steam cleaning and sponge ball test of coils before shut down of each unit. Separate groups for Radiography, material handling, gate passes, Stress relieving other than for the site works should be deployed.
It is also required that the agency has to carry out the works of LTSH, Reheater headers,
The Bidder / agency may go through the detailed scope of |
work, technical terms and conditions |
Special conditions |
of |
|||||||
contract, Drawings, Annexures, quality Plans and GCC of NTPC |
before |
submission |
of the |
bid |
and |
also |
before |
start |
of |
|
the work. In case of any site visit, the bidder / agency may |
like |
to visit |
and contact |
AGM |
(CS) |
/ AGM |
(BMD), |
NTPC, |
||
TSTPS for the same. |
|
|
|
|
|
|
|
|
|
|
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:
1.0TECHNICAL CRITERIA :
1.1(a) The bidder should have valid special class Boiler repairer license issued by Directorate of Factories & Boilers,
Odisha, #OR#, The bidder should have valid Boiler Erector license issued by Directorate of Factories & Boilers, Odisha.
OR
1.1(b) The bidder shall submit an undertaking along with bid that he will submit valid special class boiler repairer license/ Boiler Erector license issued by Directorate of Factories & Boilers, Odisha, before 15 days of start of work.
1.2The bidder should have executed/ completed similar works during the last seven (7) years prior to the date of techno- commercial bid opening as below :
a)At least one order of value not less than Rs.486 Lacs
OR
b)Two orders, each of value not less than Rs.303 Lacs
OR
c)Three orders, each of value not less than Rs.243 Lacs Similar Work Means:
a) Overhauling of boiler Pressure Parts in unit of |
minimum 200 |
MW capacity in thermal |
power plant. |
The bidder |
|
should also have carried out replacement of Panel |
of waterwall/ |
reheater/ superheater |
OR |
replacement |
of coils of |
Economiser/ reheater/ superheater OR replacement of Headers of Super heater/ reheater |
in unit of minimum 200 MW |
||||
capacity in thermal power plant. |
|
|
|
|
|
OR |
|
|
|
|
|
b)Erection of Boiler Pressure Parts in unit of minimum 200 MW capacity in a thermal power plant.
The word #executed# means that the bidder should have achieved the progress specified in the above para even if the total contract/order is not completed / closed the same shall be supported by documentary evidence issued by the owner.
2.0FINANCIAL CRITERIA :
2.1The Average Annual Turnover of the bidder, in the preceding three (3) financial years as on the date of
2.2The Net Worth of the bidder as on the last day of the preceding financial year should not be less than 100% of its
2.3In case the bidder is not able to furnish its audited financial statement on standalone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder furnishes the following further documents on substantiation of its qualification.
a)Copies of unaudited unconsolidated financial statement of the bidder along with copies of audited consolidated financial statements of the Holding Company.
b)A certificate from the CEO/CFO of the Holding Company, as per format enclosed in the bid documents, stating that the unaudited unconsolidated financial statements form part of the consolidated Annual Report of the Company.
In case 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
2.4In case a bidder does not satisfy the financial criteria, stipulated at para 2.1 and/or para 2.2 above on its own, the
Holding |
Company would be required to meet the |
stipulated turnover |
requirements at |
para |
2.1 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 bid, a Letter of Undertaking from the Holding Company, supported by 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.
NOTES :
1.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.
2.Other income shall not be considered for arriving at annual turnover.
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 :
FAX :
WEBSITE: ntpctender.com OR ntpc.co.in
OR
THE SR. MANAGER (CS) NTPC LIMITED
TALCHER SUPER THERMAL POWER STATION, P.O. : DEEPSHIKHA - 759 147,
DISTRICT: ANGUL,(ORISSA)
DIAL :
FAX :
WEBSITE: ntpctender.com OR ntpc.co.in pratapsahoo@ntpc.co.in
or pratapsahoo@ntpc.co.in
INFORMATION TO THE BIDDER :-
Note:
#The agency can login
They can also access our |
login site) through www.ntpctender.com and clicking on |
Login |
|
|
#NTPC takes no responsibility for any
A. Bid Security/EMD shall be submitted in a sealed envelope, which should be superscribed #Retrofitting of Super Heater
&Reheater in Two Boilers of
_________________________ (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 |
|
|
|
|||
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 |
or UCO Bank Kaniha |
UCO Bank |
Deepshikha |
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
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/
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