NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
DESIGN, MANUFACTURING, SUPPLY, RETROFITTING, TESTING & COMMISSIONING OF MOCB WITH VCB IN 6.6KV CHP HT SWITCHGEAR AT NTPC VSTPP [REF NO.VSTPP/C&M/OTE/2017/02, NIT NO./SRM BID NO.400079927]
(Domestic Competitive Bidding)
1.0NTPC invites
2.0Brief Details
3.0 Bid 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
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
AS PER OUTPUT PREVIEW & ATTACHMENT OF
"Cover page,Special Instructions for Bidder,QR" AND OTHER ATTACHMENTS.
6.0 Prospective 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:
QUALIFYING REQUIREMENTS FOR BIDDERS [POINT NO a) TO e)]:
a)The average annual turnover of the bidder during the preceding three financial years as on the date of bid opening should not be less than INR 07.35 millions.
b)The bidder should be the original equipment manufacturer of Vacuum circuit breakers (VCBs) or their authorized representative.
c)The bidder or their principle (i.e. The original equipment manufacturer) should have executed the contract (s) of # Design, manufacturing , supply, Installation, retrofitting & commissioning of VCBs# in any power plant or process industry during last three (03) years which should be in successful operation for at least one (01) year on date of NIT.
d)The bidder should have executed the contract (s) of # Design, manufacturing ,supply, Installation, retrofitting & commissioning of VCBs #, directly under, #PSU#/ #Joint venture of PSU#/ #Govt. Department#/
Ø Single order of value notless than INR 05.88 millions Or
Ø Two orders each of value notless than INR 03.68 millions Or
Ø Three orders each of valuenot less than INR 02.94 millions
e) Remarks:
#The word #executed# means that the bidder should have achieved the progress specified in the QR even if total contract is not completed /closed.
#Bid opening date refers to the first scheduled techno commercial bid opening date.
#In cases 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 three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.
8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
9.0 NTPC 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
Salient Technical Features & Brief Description of the work
Design, manufacturing, supply, retrofitting, testing & commissioning of MOCB with VCB in 6.6KV CHP HT Switchgear at NTPC VSTPP
Vindhyachal super thermal power project is located in Singrauli district of Madhya Pradesh. Nearest railway station is Shakti Nagar (03 Kms approx.) and nearest major town is Varanasi (220Kms Approx.).
The subject HT switchgears fed the power to the electrical equipments of coal handling plant (stage#1) which caters to the coal requirement for six units of 210MW each. There are total 02 HT switchgears which presently have Minimum oil circuit breakers (MOCB) in their incoming breakers (04 nos), bus couplers (02 nos) and outgoing transformer feeders (10 nos).
These MOCBs (16nos) of all transformer feeders, Incomers and bus couplers will be replaced by the vacuum circuit breakers. The withdrawable breaker trolley shall be replaced by new vaccum breaker trolley in each designated feeder. In addition, bidder will supply 04 nos VCBs with trolley as spare. VCBs
supplied have to be retrofitted in the existing carriages of NGEF make Minimum Oil Circuit Breaker (MOCB).
Dimensional & electrical drawings of Panel with existing CB are attached. In case of any doubt or for more details, bidder may visit our plant. Existing NGEF Breakers can be interchanged / used in place of retrofitted vaccum breakers whenever required. NO modification/job is allowed to be carried out inside
the cubical & bus bar arrangement.
The scope of work consists of two parts as mentioned below-
Part
Technical Specification of existing MOCB breakers: - MAKE & Type - NGEF / MOCB
VOLTAGE - 12 KV CURRENT RATING - 1250 A FREQUENCY - 50 HZ
SHORT TIME CURRENT - 50/40 KA FOR 1/3 Second MAKING CURRENT - 120 KA
BREAKING CURRENT - 44/39.4 KA
Current impulse withstand capability - 75 Amp for 1000 micro sec Salient Technical features of the new VCBs will be #
1.All operation should be possible behind close door i.e. rack IN/OUT, spring charging (automatic), manual ON/OFF of VCB should be possible without opening the door.
2.Facilities shall be provided for mechanical tripping of the VCB in an emergency.
3.Closing of BREAKER shall be possible only when truck is either in Isolated or in Service position and shall not be possible when truck is in between. Further closing shall be possible only when the auxiliary circuits to breaker truck have been connected up.
4.Suitable mechanical interlocks are to be provided in VCB trolleys to stop racking IN/OUT when breaker is closed.
QUALITY ASSURANCE: The vendor has to strictly adhere to manufacturing / field quality plan as approved by NTPC.
Payment terms:
i. Supply portion: 70 % after supply of material & remaining 30% after successful commissioning of the system.
ii. Service Portion: 70 % after successful commissioning of the system & remaining 30 % after completion of defect liability period.
1) TWO STAGE BIDDING:-
A)In Two Stage Bidding, bidders are required to submit their
B)A prospective bidder may request for any modification or clarification to the bidding documents prior to the specified last date for clarifications. Queries will not be entertained beyond last query date (as indicated in the NIT).
C)The
D)After examination of
E)After evaluation/examination of
F)The Price Bid
bidders will have to submit #No deviation certificate# (as per format enclosed with the tender document) alongwith the Price bid and this #no deviation certificate# shall be opened prior to opening of the Price bid. The Price bid without acceptable #No deviation certificate# as per NTPC#s format (enclosed with the tender document) shall be rejected and returned to the bidder without being opened.
G) Actual Price bid opening date will be intimated to all qualified and responsive bidders through a separate bid (i.e. through Stage- II bid). Based on the evaluation of Price bids and approval, the contract shall be awarded to the successful Bidder whose Bid has been determined to be the lowest evaluated, responsive and meeting the specified Qualifying Requirements.
2) BID SUBMISSION:
(A) OFFLINE SUBMISSION: During Stage- I bidding, bidders should submit following documents in original physical form only in a separate envelope (sealed / closed) :
(I) ENVELOPE NO.1 should contain (a) "EARNEST MONEY DEPOSIT" (EMD) and (b) "LETTER OF UNDERTAKING" (LOU) (as per tender conditions).
[BIDDERS MUST SIGN AND SEAL ON LOU, BG DOCUMENTS, NO DEVIATION CERTIFICATE ETC SUBMITTED BY THEM IN HARD COPY].
(B) ONLINE SUBMISSION:
(I) During Stage- I bidding, Technical bid, QR documents are to be submitted by all the bidders On Line only at NTPC SRM
(II) During Stage- II bidding, Price Bid is to be submitted by the qualified and responsive bidders On Line only at NTPC SRM
[During/prior to submission of Price bid, qualified and responsive bidders will have to submit #No deviation certificate# (as per format enclosed with the tender document) alongwith the Price bid and this #no deviation certificate# shall be opened prior to opening of the Price bid. By submission of "No Deviation Certificate", the bidders will confirm that all the provisions of bidding documents including its Amendment(s)/Clarification(s)/Addenda/Errata (if any) are acceptable to them and the same has been taken into consideration while quoting their bid price in the Price bid and they declare that they have not taken any deviation in this regard. The Price bid without an acceptable #No deviation certificate# as per NTPC#s format (enclosed with the tender document) shall be rejected and returned to the bidder without being opened.]
3)Earnest Money Deposit is to be submitted only in the form of Demand Draft / Bankers Cheque / Bank Guarantee in favour of NTPC LIMITED, VSTPP (any other form of EMD shall not be acceptable). Demand Draft / Bankers Cheque must be from any of the list of nationalized or scheduled bank enclosed at
4)EMD should be given in acceptable form as mentioned above. In case of Bank Guarantee, the stamp paper of appropriate value (see document/note given in the tender) shall be purchased in the name of Bidder / Bank issuing the guarantee and the Bank Guarantee should be 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
5)Letter of undertaking is to be submitted on
6)During
envelope mentioning NIT No/SRM Bid No., Name & address of vendor, Name of work at Contracts Services department, NTPC
7)On Bid opening date
8)The EMD of all the unsuccessful bidders will be returned as promptly as possible as per terms of bidding documents. No interest shall be payable by NTPC on the Bid security/EMD.
9)Any document submitted by the agency in hard copy other than EMD, #Letter Of Undertaking# and #No deviation certificate# before bid opening, will not be considered. In spite of this condition, if any document is submitted by the agency in hard copy other than EMD, #Letter Of Undertaking# and #No deviation certificate# before bid opening shall be ignored and the offer submitted through
10)It may be noted that issue of tender documents does not imply that your offer shall be considered unless NTPC themselves satisfied with the documents submitted by you in favour of your qualifying requirements and your capabilities to execute the work.
11)The validity period for the rates quoted shall be 180 days in normal circumstance from the date of bid opening. However, this may be altered by giving proper notice.
12)Bidder can view/download the complete set of Bid document as per the following procedure.
TYPE OF VENDOR - REQUIRED DOCUMENT FOR VIEWING/DOWNLOADING OUR TENDER DOCUMENT
2(A) Vendors already having SRM vendor code and Password:-
Follow Clause No- 4.1 as below
2(B) Vendors already having SAP vendor code, but does not have SRM Login ID and Password:-
1.SAP Vendor Code
2.Contact Person Name
3.Contact Person Designation in Firm
4.Office Telephone No.(with STD code), Mobile No., Fax No. etc.
5.Email ID
All the above should reach us at least Six working days prior to Last Date of Tender Fee Payment.
2(C) New Vendor neither having any vendor code in SAP nor any SRM login ID and Password:-
code), Mobile No., Fax No. etc. 5. Email ID ].
All the above should reach us at least Twelve working days prior to Last Date of Tender Fee Payment.
13) Note:
1. The bidder can login
They can also reach our
2. Digital Certificate (Class III) is a must for vendors to participate in this tender. For further details regarding this please visit #GUIDELINES TO BIDDERS# in NTPC
4.1Mode of Payment
Vendors can view/download the tender document after logging in our
i.by clicking on
ii.by directly going to the
After logging in to our
In case of any difficulty, please contact help desk no. as mentioned in
b.
c.Exemptions of cost of tender document: Refer clause no 4.2 (A), (B) as given below.
NOTE:- Request for tender documents received after the offline last date as mentioned at clause no. 4.1(b) shall not be entertained.
4.2 (A) Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single point registration scheme and SSI units registered with MPSSIDC for the said item/ services shall be exempted from payment of Tender Fee and EMD. Bidders seeking exemption should enclose a self certified legible copy of valid registration certificate giving details such as items/ services for which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the certificate has expired or the stores items are not matching with the tendered items such requests run the risk of their request being passed over as disqualified for this concession/exemption. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid.
(B) 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. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid.
14) ANNEXURE- III : LIST OF BANKS
(FOR DEMAND DRAFT / BANKERS CHEQUE/ PAY ORDER)
It shall be Payable at Vindhyanagar / Singrauli / Waidhan (M. P.) only 1- UNION BANK OF INDIA
2- STATE BANK OF INDIA
3- AXIS BANK LTD
4- ALLAHABAD BANK
5- BANK OF BARODA
6- CENTRAL BANK OF INDIA
7- DENA BANK
8- ORIENTAL BANK OF COMMERCE
9- PUNJAB NATIONAL BANK
10- ICICI BANK
11- HDFC BANK LTD.
12- IDBI BANK LTD
15)In case the date of bid opening coincides with holiday, the bid opening date will be shifted to next working day at the same time.
16)Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified.
17)NTPC reserves the right to issue, 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 claim arising out of such action.
18)NTPC will not be responsible for any loss/late
19)Notwithstanding anything stated above, the Employer reserves the right to assess the Capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group
companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.
20)Tender document is not transferable.
21)Other terms and conditions have been provided in the tender documents.
22)Package
1) P. Sinha, Manager (CS),
Mob: 09424769298;
2) R.L.Paikara, DGM (CS),
Mob: 9425823427 / 7440223888 ;
23) Address for Communication:
AGM, CONTRACT SERVICES, NTPC
VINDHYACHAL SUPER THERMAL POWER PROJECT PO.VINDHYANAGAR, DIST. SINGRAULI (M.P) - 486 885. Phone/Fax :
Email: ramlalpaikra@ntpc.co.in / paramitasinha@ntpc.co.in
ADDL. GENERAL MANAGER(C&M)- CS
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in