DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-405A-9
UP-GRADATION OF OFFSITE C&I SYSTEM PACKAGE
SECTION - I (IFB)
Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
UP-GRADATION OF OFFSITE C&I SYSTEM PACKAGE
FOR
FEROZE GANDHI UNCHAHAR THERMAL POWER STATION
STAGE-I (2X210 MW)
LOCATED AT
UNCHAHAR, DISTRICT RAE BARELI, STATE OF UTTAR PRADESH, INDIA
(Domestic Competitive Bidding)
IFB No.: 40074957 Date: 12.05.2017
Bidding Document No.: CS-1420(R&M-MG)-405A-9
1.0 NTPC invites online Bids on Two Stagebidding basis (Stage-I (Techno-Commercial) Bid &
Stage-II (Price) Bid) from eligible Bidders for 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
Offsite DDCMIS (covering RWPH/MUWPH,TWS,CT fan/CT Pump, CLWPH, CWSGR, HT/
LT soft water pump house etc.) including instruments viz. Electronic Transmitters and
Temperature elements along with requisite process connection & piping, Power supply
system, Instrumentation/ Power & Control Cables, JB, CCTV system, Valve with motorised
integral actuator, Vibration system etc. The scope of work shall also include modification/
rectification in existing system/ equipment, installation of cable trays, cabling, control panels,
JB etc. Furthermore, the subject package being an R&M activity, dismantling of existing
equipment and panels, wherever applicable, is also included under the scope of supply/
services. Special Tools and Tackles; Mandatory Spares, AMC for DDCMIS and training for
employer personnel’s etc. as per the specification and scope defined in the bidding
documents.
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding
Documents, which are available for examination and Sale at the address given below at 11.0
and as per the following schedule:
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-405A-9
UP-GRADATION OF OFFSITE C&I SYSTEM PACKAGE
SECTION - I (IFB)
Page 2 of 5
Issue of IFB
12.05.2017
Sale of Bidding Documents
12.05.2017 to 02.06.2017
Last date for receipt of queries from
bidders (if any)
09.06.2017
Stage-I (Techno-Commercial) Bid
submission Date & Time
23.06.2017 up to 1430 Hrs (IST)
Stage-I (Techno-Commercial) Bid Opening
Date & Time
23.06.2017 at 1500 Hrs (IST)
Stage-II (Price) Bid Receipt Date & Time
Shall be intimated separately by NTPC
Cost of Bidding Document
Rs 4,500/- (Rupees Four Thousand Five
Hundred only)
4.1 Prospective bidders from UP state are compulsorily required to provide TIN number at the
time of purchase of Bidding Documents from the office of NTPC Ltd.
5.0 All bids must be accompanied by Bid Security for an amount of INR 15,45,000/- (Indian
Rupees Fifteen Lakhs Forty Five Thousand only) in the form as stipulated in the Bidding
documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-
RESPONSIVE AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
In addition to the requirements stipulated in section Instructions to Bidder (ITB), the Bidder
should also meet the qualifying requirements stipulated under clause 6.1 and 6.2 indicated
below.
6.1 TECHNICAL CRITERION:
The Bidder should have Engineered, Manufactured, Supplied, Erected/Supervised
Erection & Commissioned/Supervised Commissioning of Distributed Digital Control,
Monitoring & Information system (DDCMIS) / Distributed Control System (DCS) whose
control system is either same or of the same series as being offered for this package &
which should have been 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 prior to the
date of Techno-Commercial bid opening.
The control system above should necessarily include as a minimum,
i) Modulating control for Steam-Generator (SG)
ii) Modulating control for Feedwater/ Condensate Cycle
iii) Binary control of the auxiliaries for Steam-Generator (SG)
iv) Binary control of the auxiliaries for Turbine-Generator (TG)
6.2 FINANCIAL CRITERION:
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 58 Million only (Indian
Rupees Fifty Eight Million only).
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-405A-9
UP-GRADATION OF OFFSITE C&I SYSTEM PACKAGE
SECTION - I (IFB)
Page 3 of 5
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 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
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.
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.
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-405A-9
UP-GRADATION OF OFFSITE C&I SYSTEM PACKAGE
SECTION - I (IFB)
Page 4 of 5
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.
7.0 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 SRM Site (https://etender.ntpclakshya.co.in).
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 along with duly filled in questionnaire for issue of vendor code and SRM user
id/password.
Note: No hard copy of Bidding Documents shall be issued.
9.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to
be qualified. Bids shall be submitted online and opened at the address given below in the
presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall
furnish Bid Security and Power of Attorney separately offline as detailed in Bidding
Documents by the stipulated bid submission closing date and time at the address given
below.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 Address for communication:
AGM (Contract Services-III) / Sr. Manager (Contract Services-III)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-4948693 / 4948629
e-mail: sprasad01@ntpc.co.in / amittiwari@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
12.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-405A-9
UP-GRADATION OF OFFSITE C&I SYSTEM PACKAGE
SECTION - I (IFB)
Page 5 of 5