DETAILED INVITATION FOR BID
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
MEGA R&M OF CONTROL & INSTRUMENTATION PACKAGE
FOR
FARAKKA SUPER THERMAL POWER PROJECT, STAGE-I (3X200 MW)
AT
NABARUN, DISTRICT MURSHIDABAD, WEST BENGAL, INDIA
(DOMESTIC COMPETITIVE BIDDING)
IFB No.:40075082 Date: 08.05.2017
Bidding Documents No: CS-4120(R&M-MG)-405-2
1.0 NTPC 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.
2.0 BRIEF SCOPE OF WORK
Design, Engineering, Re-engineering, Manufacturing, Refurbishment/Retrofitting,
Fabrication, Assembly, Inspection and Pre-shipment Testing at supplier’s works, Packing
for transportation, Supply, Port Clearance, Port Handling & Port Charges, if any, forwarding
to site, Inland transportation for delivery at site, inland transit insurance, unloading &
Storage at site, installation, interconnection with related plant and equipment, calibration,
testing, commissioning and putting the Control and Instrumentation System together with all
accessories, auxiliaries and associated equipment, Performance & Guarantee test and
handing over to the Employer complete Control and Instrumentation System comprising of:
UNIT DDCMIS for control monitoring and operation of main plant equipments
comprising of SG-C&I (BMS, SBC etc), TG-C&I (TP, EHC, TSC, TSI, ATRS, ATT,
HP-LP BYPASS and Generator Auxiliaries, etc.) and Electrical breaker control
system of Unit.
COMMON DDCMIS for control monitoring and operation of common equipments at
CW Plant & common station electrical breaker of CSSAEP.
AHP DDCMIS for control monitoring and operation of common equipments at Fly
ash pump house and Bottom ash pump house.
DMPT DDCMIS for control monitoring and operation of common equipments at of
DM plant and PT plant.
DETAILED INVITATION FOR BID
HMIPIS and Station LAN
Measuring Instruments like Electronic Transmitters, Temperature elements &
Temperature transmitters, etc.
Electric Power Supply Systems
Process Connection and Piping including LIEs/ LIRs
Power cables, Control Cables, Instrumentation cables and special cables
Control Desk, Panels and LVS.
Main equipment (SG & TG) related instrumentation system like EWLI, HEA Ignitor
and SWAS for SG and TSI for main turbine and generator.
Special Tools and Tackles
Mandatory Spares
This scope shall also include dismantling of Employer’s assembled equipment/systems at
site, AMC for DDCMIS and training for employer’s personnel etc. as per the specification
and scope defined in the bidding documents.
3.0 NTPC intends to finance the subject package through External Commercial Borrowings /
Own Resources.
4.0 Detailed 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 15.05.2016 to 06.06.2017
& Timings up to 1700 Hrs. (IST)
Stage-I (Techno-Commercial) Bid : 21.06.2017 upto 1430 Hrs. (IST)
Receipt Date & Time
Stage-I (Techno-Commercial) Bid : 21.06.2017 at 1500 Hrs. (IST)
Opening Date & Time
Cost of Bidding Documents : 11,250/- (Indian Rupees Eleven Thousand
Two Hundred Fifty only)
Date of submission of Stage-II (Price) bids shall be intimated separately after
opening of Stage-I (Techno-Commercial) Bids.
4.1 Prospective Bidders from UP state are compulsorily required to provide TIN number at the
time of purchase of Bidding Documents.
5.0 All bids must be accompanied by Bid security for an amount equivalent to 70,57,000/-
(Rupees Seventy Lac Fifty Seven Thousand 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.
DETAILED INVITATION FOR BID
6.0 Qualifying Requirements for Bidders:
6.1.0 In addition to the requirements stipulated in section Instructions to Bidder (ITB), the Bidder
should also meet the qualifying requirements of any one of the qualifying routes stipulated
under clause 6.2.0 or 6.3.0 and the requirements stipulated under clauses 6.4.1 and 6.4.2
(if applicable).
6.2.0 Route-1 (For Bidder)
The Bidder should have
(A) Engineered, Manufactured, Supplied, Erected/Supervised Erection &
Commissioned/Supervised Commissioning Distributed Digital Control, Monitoring &
Information system (DDCMIS) / Distributed Control System (DCS), which is in
successful operation in at least one (1) unit of coal fired station having unit rating of
200 MW or above for a period of not less than one (1) year as on the date of bid
opening.
(B) Engineered, Manufactured, Supplied, Erected/Supervised Erection &
Commissioned/Supervised Commissioning DDCMIS / DCS whose control system is
either same or of the same series as being offered for this package & which is in
successful operation in at least one (1) unit of coal fired station having unit rating of
200 MW or above for a period of not less than one (1) year as on the date of bid
opening.
(C) The control system of both (A) and (B) above shall necessarily include following sub-
systems as a minimum,
1. Station C&I consisting of following as minimum
a. Modulating control for Steam-Generator (SG)
b. Modulating control for Feedwater/ Condensate Cycle
c. Binary control of the auxiliaries for Steam-Generator (SG)
d. Binary control of the auxiliaries for Turbine-Generator (TG)
AND
2. SG C&I consisting of following as minimum on coal fired boiler
a) Burner Management System (BMS)
b) Boiler Protection
AND
3. TG C&I consisting of following as minimum on KWU/Siemens design
steam turbines
a) Turbine Electro hydraulic Governing Control system including Turbine
protection
It is not essential that all the three sub-systems SG C&I, TG C&I and Station C&I are
implemented in a single unit i.e., Bidder may participate even if the above has been
carried out for these three sub-systems in three different units.
DETAILED INVITATION FOR BID
6.3.0 Route-2 (For Bidder with Collaborator/Associate)
The Bidder, who meets the requirements at Cl. 6.2.0 (A) with Cl. 6.2.0 (C) (1) only may also
participate provided it associates with a DDCMIS/DCS manufacturer, who meets the
requirements of Cl. 6.2.0 (A), (B) & (C) (1, 2, 3) above, for engineered, supplied and
commissioned the respective DDCMIS/DCS.
In such a case, the Bidder should furnish along with its Techno-Commercial bid a Deed of
Joint Undertaking (DJU), jointly executed by it along with its Collaborator/ Associate for full
responsibility of the performance of DDCMIS/ DCS portion of the Contract as per format
enclosed with the bidding documents in which the Collaborator/ Associate and the Bidder
shall be jointly & severally liable to the Employer to perform all contractual obligations for
the scope of work for which the Collaborator/ Associate is responsible. This Deed of Joint
Undertaking should be submitted along with the Techno-Commercial Bid, failing which the
Bidder shall be disqualified and its bid shall be rejected. In case of award, the Collaborator/
Associate shall be required to furnish an on-demand bank guarantee as per the format
enclosed with the bidding documents for a value equal to 2% (two percent) of the total
contract price in addition to the contract performance security to be furnished by the Bidder.
6.4.0 Financial Criteria:
6.4.1 Financial Criteria for 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 Rs 132 Million
(Indian Rupee One Hundred and Thirty Two Million only).
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 Bidder’s 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 100% (hundred percent) of its paid-up share capital. In case the Bidder does not
satisfy 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 Company 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) x 100
DETAILED INVITATION FOR BID
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 stand alone
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 in the
bid documents, stating that the unaudited unconsolidated financial statements form part of
the consolidated annual financial statements of the Holding 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 practicing Chartered Accountant certifying its financial parameters, the
audited results of the 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 bid 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.
6.4.2 Financial Criteria for Collaborator/Associate
a) The average annual turnover of the Collaborator/Associate, in the preceding three (3)
financial years as on the date of Techno-Commercial bid opening, should not be less than
Rs 132 Million (Indian Rupee One Hundred and ThirtyTwo Million only) or in equivalent
foreign currency.
In case a Collaborator/Associate 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 Collaborator/Associate 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 Collaborator/Associate in case of award.
b) The Net Worth of the Collaborator/Associate as on the last day of the preceding financial
year should not be less than 100% (hundred percent) of its paid-up share capital. In case
the Collaborator/Associate does not satisfy 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
HoldingCompany and/or Subsidiaries of its Holding Company wherever applicable. In such
a case, however, the Net Worth of the Collaborator/Associate 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.
DETAILED INVITATION FOR BID
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) x 100
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 Collaborator/Associate is not able to furnish its audited financial statements on
stand-alone entity basis, the unaudited unconsolidated financial statements of the
Collaborator/Associate can be considered acceptable provided the Collaborator/Associate
further furnishes the following documents for substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Collaborator/Associate
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 in the
bid documents, stating that the unaudited unconsolidated financial statements form part of
the consolidated annual financial statements of the Holding 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, Collaborator/Associate is
not able to submit the Certificate from practicing Chartered Accountant certifying its
financial parameters, the audited results of the 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 bid
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:
(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.
DETAILED INVITATION FOR BID
(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.
7.0 NTPC 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.
8.0 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 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.
9.0 Issuance of Bidding Documents to any bidder shall not construe that such Bidder is
considered to be qualified.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 Address for Communication:
Manager (CS-I) / DGM (CS-I)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP), INDIA
Pin - 201301
Fax No.: +91-120-2410335, 2410011
Tel. No.: +91-120- 4948667 / 4946642
e-mail:hschouhan01@ntpc.co.in, ksudhakar@ntpc.co.in Website: www.ntpc.co.in
CIN: L40101DL1975GOI007966