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 Stage-II of TSTPS.

(Domestic Competitive Bidding)

NIT No: 40068188

Date:13.01.2017

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

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

Pre-Bid Conference Date & Time (if any)

 

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 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 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.

5.0Brief Scope of Work & other specific detail

#RETROFITTING OF SUPERHEATER & REHEATER IN TWO BOILERS OF ST-II AT NTPC,KANIHA#

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

Stage-II Boiler:- 4 X 500 MW, Circulation type two pass boiler with Drum. Maximum Height of Boiler:- 85 Mtr. Make:- BHEL,

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, Talcher-Kaniha in its Stage-II Units. It is intended to carry out modification work in two of the four Units of ST-II during FY 2017-18.

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 Unit-IV, First two loops of RH Outlet all 78 coils shall be removed permanently and at the Inlet header, they will be made dummy. The first two loops are already removed in Unit-III and have been already made dummy. The next four loops of the Final reheater panels numbered from 1 to 55 shall be replaced with Stainless steel as per SA 213 TP 347 loops. 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 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 criss-cross by means of connecting pipes whereas the Divisional Panel Outlet header to the Platen Superheater Inlet header is connected straight through by means of connecting pipes. Now, it is intended that the criss-cross connection between the LTSH Outlet header and the Divisional panel inlet header shall be connected straight through whereas the Divisional Panel Outlet header to the Platen Superheater Inlet header shall be connected as criss-cross.

f.General:

It is intended to have a total of approximately 2500 HP weld joints in LTSH, 1110 nos. T-91 HP joints of tubes, 450 nos. T22 HP joints, approx. 1275 nos. SS 347 HP weld joints in Reheater area. In addition, there will be 30 nos. Pipe joints (12 nos. between Platen-Divisional headers, 8 nos. between LTSH-Divisional headers, 4 nos. between Reheater Siamese headers and 6 nos. in HRH piping)

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, Criss-cross works between division-Platen and Divisional-LTSH simultaneously. These are all parallel works for which the agency has to depute separate groups. The agency has to deploy at least 10 pipe welders qualified by NTPC for carrying out 30 nos. pipe joints as listed above. Highly experienced 7-8 Riggers / Sarang has to be deployed for all the rigging works in each group as mentioned above. The agency has to deploy at least 20-25 experienced tube fitters, 6-8 pipe fitters , 6-8 pipe grinders and 20-25 Grindermen for tubes in addition to other skilled / unskilled/ semiskilled workers. This is only indicative for better mobilization.

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 Techno-Commercial bid opening, shall not be less than Rs.607 Lac (Rupees Six Crores & Seven Lacs only).

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 paid-up share capital as on the last day of the preceding financial year. In case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and / or Subsidiary(ies) of its Holding Companies wherever applicable, 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% of their total paid up share capital. However individually, their Net worth should not be less than 75% of their respective paid up share capital. For Consortiums/Joint Ventures, wherever applicable, the Net worth of all consortium/Joint Venture members in combined manner should not be less than 100% of their paid up share capital however individually, their Net worth should not be less than 75% of their respective paid up share capitals.

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 Techno-Commercial bid opening and the certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

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 : 06760-247244

FAX : 06760-243912/243232

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 : 06760-247253/244397

FAX : 06760-243232/243912

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 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 #Retrofitting of Super Heater

&Reheater in Two Boilers of Stage-II of TSTPS#, NIT ref no. 40068188 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