DETAILED INVITATION FOR BID
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
R&M OF SG, TG, HP BYPASS, SDCS, & BOP (CHP, FO & CT FAN) CONTROL
SYSTEM PACKAGE
FOR
TALCHER SUPER THERMAL POWER STATION, STAGE-I (2X500 MW)
AT
DEEPSHIKHA, DISTRICT ANGUL, ORISSA, INDIA
(DOMESTIC COMPETITIVE BIDDING)
IFB No.: 40077065 Date: 23.06.2017
Bidding Documents No: CS-4320(R&M-ML)-405-9
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, SDCS etc), TG-C&I (TP including Over Speed
Protection, EHC, TSC, , ATRS, ATT, HP-LP BYPASS and Generator Auxiliaries,
etc.) .
FOPH/CT DDCMIS for control monitoring and operation of common equipments at
FOPH/CT & control of electrical breaker at FOPH & CT.
CHP DDCMIS for control monitoring and operation of common equipments of CHP
& & control of Electrical breaker control system at CHP.
DETAILED INVITATION FOR BID
STACKER RECLAIMER -1 DDCMIS for control monitoring and operation of
common equipments at of STACKER RECLAIMER -1 system.
STACKER RECLAIMER -2 DDCMIS for control monitoring and operation of
common equipments at of STACKER RECLAIMER -2 system
Measuring Instruments like Electronic Transmitters, Temperature elements &
Temperature transmitters, etc.
Electric Power Supply Systems for OFF site areas
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 Scanners, HEA
Ignitors for STG and Auto Synchronizer, Over Speed Protection Modules & Load
Transducers 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 Domestic / 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 23.06.2016 to 17.07.2017
& Timings up to 1700 Hrs. (IST)
Stage-I (Techno-Commercial) Bid : 04.08.2017 upto 1430 Hrs. (IST)
Receipt Date & Time
Stage-I (Techno-Commercial) Bid : 04.08.2017 at 1500 Hrs. (IST)
Opening Date & Time
Cost of Bidding Documents : 7,875/- (Indian Rupees Seven Thousand
Eight Hundred Seventy Five 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 42,09,000/-
(Rupees Forty Two Lac Nine Thousand only) in the form as stipulated in Bidding
Documents.
DETAILED INVITATION FOR BID
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.
All eligible Small Scale Industries Units (SSI Units) shall be exempted from furnishing Bid
Security against the subject package. Eligible SSI units shall mean those SSI units which
are registered under Single Point Registration Scheme with the National Small Industries
Corporation (NSIC) or those SSI units who have filed Memorandum with District Industries
Centre. However, such bidders shall be required to submit offline a notarized copy of
valid NSIC Registration Certificate or notarized copy of valid Acknowledgement of
memorandum filed with district industries centre (alongwith copy of Form of
Application) in a separate Sealed envelope.
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 or 6.4.0 and the requirements stipulated under
clauses 6.5.1 and 6.5.2 (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 Techno-
Commercial 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 Techno-
Commercial 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
DETAILED INVITATION FOR BID
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 ABB 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.
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 Route-3
The Bidder should meet the following requirements:-
1) The Bidder is a regular turbine manufacturer.
AND
2) Engineered, Manufactured, Supplied, Erected/Supervised Erection &
Commissioned/Supervised Commissioning of PROCONTROL DDCMIS / DCS based
Turbine Electro-hydraulic Governing and Turbine Protection Control system, 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 Techno-
Commercial bid opening.
AND
DETAILED INVITATION FOR BID
3) The Bidder should have Engineered, Manufactured, Supplied, Erected/Supervised
Erection & Commissioned/Supervised Commissioning of 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
Techno-Commercial bid opening.
The above control system should include the following sub-systems:
(i) SG C&I consisting of following as minimum on coal fired boiler
a) Burner Management System (BMS)
b) Boiler Protection
AND
(ii) TG C&I consisting of following as minimum on steam turbines
a) Turbine Electro hydraulic Governing Control system including
Turbine protection
AND
(iii) Station C&I consisting of following as minimum
a) Modulating control for Steam-Generator (SG)
b) Modulating control for Feed-water / Condensate Cycle
c) Binary control of the auxiliaries for Steam-Generator (SG)
d) Binary control of the auxiliaries for Turbine-Generator (TG)
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.
6.5.0 Financial Criteria:
6.5.1 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 118
Million (Indian Rupee One Hundred and Eighteen 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
DETAILED INVITATION FOR BID
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.
6.5.2 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 118 Million (Indian Rupee One Hundred and Eighteen 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
DETAILED INVITATION FOR BID
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 Holding
Company 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.
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.
DETAILED INVITATION FOR BID
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 Companyand 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, 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 / 4946684
e-mail:hschouhan01@ntpc.co.in , tapasmazumdar@ntpc.co.in Website: www.ntpc.co.in
CIN: L40101DL1975GOI007966