Page 1 of 7
NTPC Limited
(A Government of India Enterprise)
SOLAPUR SUPER THERMAL POWER PROJECT (2 × 660 MW)
At Fatatewadi, Post - Hotgi Station
Tal South Solapur, Solapur - 413215
Phone: 0217 - 2252550/58 FAX: 0217 - 2252505
NOTICE INVITING TENDER (NIT)
FOR
Triennial Maintenance Contract for C&I and Electrical Systems at
NTPC Solapur STPP
(Domestic Competitive Bidding)
NIT/BI No: 40083233 Date: 15.11.2017
1.0 Solapur Super Thermal Power Project, At Fatatewadi, Post - Hotgi Station Tal South Solapur,
Solapur - 413215, Maharashtra, a unit of NTPC Limited invites on-line bids from eligible Bidders for
aforesaid package, as per the scope of work briefly mentioned hereinafter:
2.0 BRIEF SCOPE OF WORK:
The Scope of work for this contract includes Preventive Maintenance, Breakdown Maintenance,
RCM and Overhauling of C&I and Electrical System of Offsite, TG, Boiler, Make up Water and
Switchyard areas of NTPC Solapur for a period of Three (03) years. It includes Deployment of
experienced Manpower for Supervisor, Fitter, Welder, Electricians, C&I Technicians as well as
unskilled manpower for assistance purpose and Mobilisation of resources and T&P as per
detailed scope of work for maintenance and routine checks of all C&I System and all Electrical
HT & LT system of Solapur Super Thermal Power Plant.
3.0 NIT Details:
NIT Number / Bid
Invitation Number &
date
40083233 dated:15.11.2017
Name of the work
Triennial Maintenance Contract for C&I and Electrical Systems at
NTPC Solapur STPP
Bidding System
Single stage, Two Envelope Bidding (e tendering - without
Reverse Auction)
Cost of Tender
Document
(TENDER FEE)
Rs 5,040/- (Rupees Five Thousand Forty only)
Tender fee shall be submitted in the form of Demand Draft / Banker's
cheque / Pay Order from any Nationalized / Scheduled Bank drawn
in favour of NTPC Limited, payable at Solapur or online using
credit/debit card through the payment gateway at our SRM Site
(https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart)
Sale of Tender
Document
From 15.11.2017;11:00 hrs to 06.12.2017; 23:59 hrs
Last date for receipt of
queries from bidder
16.12.2017
Last date and time of
tender submission
28.12.2017 up to 16:00 hours (IST)
Techno-Commercial Bid
Opening Date and Time
28.12.2017 at 16:30 hours (IST), after scrutiny of EMD Envelope
Earnest Money Deposit
(EMD)
Rs 25,62,000/- (Rupees Twenty Five Lakh Sixty Two Thousand
only)
Page 2 of 7
Acceptable form of EMD
Demand Draft / Banker's cheque / Pay Order from any Nationalized
/ Scheduled Bank drawn in favour of NTPC Limited, payable at
Solapur or an unconditional and irrevocable Bank Guarantee as per
NTPC Format from any of the banks specified in the bidding
documents or through e-payment as specified in the bidding
documents by the stipulated bid submission closing date and time at
the address given below.
Contract Period
Three (03) Years
Reverse Auction
Not applicable
4.0 Initial steps for participating in our E-tender is as per the table mentioned below:
Type of Vendor
Required Document for viewing our tender document
Vendors already
having E-tender User
Id and Password
Before download / viewing the tender document, bidder has to pay
requisite tender fee either through payment gate way by clicking
on “pay tender fee” after login in our SRM site or send DD to us
directly, which should reach us at least two working days prior to
Last Date of Tender Fee Payment.
Vendors already
having NTPC Vendor
Code, but does not
have E-tenderUser Id
and Password
1. Duly filled Annexure - 2 (format available in Guidelines to
Bidders on the e-tender website / as given below) should reach
us at least two working days prior to Last Date of Tender Fee
Payment.
2. Before download/ viewing the tender document, bidder has to
pay requisite tender fee either through payment gate way by
clicking on “pay tender fee” after login in our SRM site or send
DD to us directly, which should reach us at least two working
days prior to Last Date of Tender Fee Payment.
New Vendor neither
having any NTPC
vendor code nor
any E-tender User Id
and Password
1. Duly filled Annexure - 1 (format available in Guidelines to
Bidders on the e-tender website given below) and PAN card
scanned / photo copy (Self Attested), GSTIN registration status
along with the detailed address should reach us at least three
working days prior to Last Date of Tender Fee Payment.
2. Before download / viewing the tender document, bidder has to
pay requisite tender fee either through payment gate way by
clicking on “pay tender fee” after login in our SRM site or send
DD to us directly, which should reach us at least three working
days prior to Last Date of Tender Fee Payment.
5.0 Bid Security / EMD of requisite amount shall be submitted in a sealed envelope separately offline
or through e-payment as specified in the bidding documents by the stipulated bid submission
closing date and time at the address given below. ANY BID NOT ACCOMPANIED BY AN
ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED
BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS
WITHOUT BEING OPENED.
Page 3 of 7
6.0 BENEFITS/ Exemptions to MSEs
Micro and Small Enterprises (MSEs) registered with District Industries Centres
(DICs)/Khadi and Village Industries Commission (KVIC)/ Khadi and Village Industries
Board(KVIB)/ Coir Board (CB)/ National Small Industries Corporation (NSIC)/ Directorate
of Handicrafts and Handloom (DHH)/ 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 (EMD)/Bid Security in addition to award preference as
per clause 24.0 of ITB.
The exemption (from paying EMD/Bid Security) as above to MSEs shall only be
available, if goods/services produced/provided by MSEs (for which they are registered)
are same / similar as the goods / Services tendered in this Tender Enquiry. If the MSME
certificate does not contain the similar goods / services as listed in Our Tender Enquiry,
then such bids shall be rejected.
Tenderers seeking exemption from paying EMD/Bid Security should submit a
copy of valid registration certificate from DICs(EM-
II)/KVIC/KVIB/CB/NSIC/DHH/Udhyog Aadhaar Memorandum giving details such as
validity, stores/services etc. before scheduled Bid submission deadline through
e-mail or by speed post / Registered post, failing which they run the risk of their
bid being passed over as ineligible for the exemptions applicable to MSEs.
The benefits as above including award preference to MSEs shall be available, if
goods/services produced/provided by MSEs (for which they are registered) are same /
similar as the goods / Services tendered in this Tender Enquiry.
MSEs seeking benefits as above should submit a copy of valid registration certificate,
giving details such as validity, stores/services etc. before scheduled Bid submission
deadline through e-mail or by speed post / Registered post failing which they run the
risk of their bid being passed over as ineligible for the benefits applicable to MSEs. No
MSE certificate shall be accepted after Bid Opening for considering award
preference as per clause 24.0 of ITB.
7.0 QUALIFYING REQUIREMENTS (QR) FOR BIDDERS
The Bidders who wish to participate in the bidding shall satisfactorily establish that they
fulfill the following qualifying requirements:
7.1 Technical criteria
7.1.1 The Bidder should have executed similar work during the preceding seven
(07) years reckoned as on date of techno-commercial bid opening
Executed value not less than Rs 1025 lakhs in a single contract
Or
Executed value not less than Rs 640 lakhs in two contracts each
Or
Executed value not less than Rs 512 lakhs in three contracts each
7.1.2 The Bidder should be A class Electrical contractor or A class electrical
license holder.
7.1.3 Similar work is as explained in the following paragraphs and in
combinations given hereunder
Page 4 of 7
Works in following combinations:
A1+A2+A3 OR A1+A2+B3 OR A1+B2+A3 OR A1+B2+B3
OR A2+A3+B1 OR A2+B1+B3 OR A3+B1+B2 OR B1+B2+B3
OR C1+C2 OR C3
Notations as above are explained under:
A1: Maintenance of electrical equipments/ installations comprising of any three of the
following with voltage class 6.6KV or above in electrical power generating unit of
capacity 500MW or above for a period of 2 years or higher in last 7 years as on the
date of techno-commercial bid opening.
I. Power transformers,
II. Switchgears
III. Electrical rotating machines
IV. Power supply/cabling system
A2: Maintenance of switchyard and associated equipments of voltage level 220 KV or
above in electrical power generating unit capacity of 500MW or above for a period of 2
years or higher in last 7 years as on the date of techno-commercial bid opening.
A3: Maintenance of control and instrumentation(C&I) systems comprising of C&I of Steam
Generator (SG) & Auxiliaries OR Turbine Generator (TG) & Auxiliaries OR Station C&I,
in electrical power generating unit capacity of 500MW or above for a period of 2 years
or higher in last 7 years as on the date of techno-commercial bid opening.
B1: Erection and commissioning of electrical equipments/installations comprising of any
three of following with voltage class 6.6KV or above in electrical power generating unit
of capacity 500MW or above for a period of 2 years or higher in last 7 years as on the
date of techno-commercial bid opening-
i. Power transformers,
ii. Switchgears
iii. Electrical rotating machines
iv. Power supply/cabling system
B2: Erection and commissioning of switch yard and associated equipments of voltage level
220 KV or above in two electrical power generating units of capacity of 500MW or
above in last 7 years as on the date of techno-commercial bid opening.
B3: Erection and commissioning of control and instrumentation systems comprising of C&I
of SG & Auxiliaries OR C&I of TG & Auxiliaries OR station C&I, in two electrical power
generating units of capacity 500MW or above in last 7 years as on the date of techno-
commercial bid opening.
C1: Bidder has executed complete maintenance contract, of electrical
equipment/Installations in two electrical power generating units of capacity 500 MW or
above for a period of two years or higher, in last 7 years as on the date of techno-
commercial bid opening.
C2: Bidder has executed complete maintenance contract, of Control and instrumentation,
in two electrical power generating units of capacity 500 MW or above for a period of
two years or higher, in last 7 years as on the date of techno-commercial bid opening.
C3: Bidder has executed complete maintenance contract, of BTG/station including electrical
and C&I, in two electrical power generating units of capacity 500 MW or above for a
period of two years or higher, in last 7 years as on the date of techno-commercial bid
opening.
7.1.4 The Bidder should have experience of maintenance and installations of
illuminations systems, maintenance and installation of LT power supply
system, HT & LT cabling including laying, terminations and jointing.
Page 5 of 7
Note: The word “executed” means the bidder should have achieved the criterion specified in
the QR, even if the contract is not completed /closed. In case of contracts under execution
as on date of techno-commercial bid opening, the value of work executed till such date will
be considered provided the same is certified by the employer.
7.2 Financial Criteria:
7.2.1 Annual Turnover
The average annual turnover of the bidder in preceding three financial years
as on the last date of the month preceding the month of publication of NIT
shall not be less than 427 lakhs ( Rupees four hundred and twenty seven
lakhs)
.
7.2.2 The net worth of the bidder as on the last day of preceding financial year
shall not be less than 100% of paid-up share capital. In case the bidder
meets the requirement of net worth based on the strength of its
subsidiary /ies and /or holding and/ or subsidiaries of its holding
company wherever applicable, the net worth of the bidder and its
subsidiary(ies) and/or holding company and/or subsidiary(ies) of 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 capitals. For
consortium/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 the respective paid up share
capitals.
Net worth in combined manner shall be calculated as follows.\
Net worth(combine)=(x1+x2+x3)/(y1+y2+y3)x100 where x1,x2,x3 are individual
net worth which shall not be less than 75% of the respective paid up share
capitals and y1,y2 and y3 are individual paid up share capitals.
7.2.3 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 CA shall be considered acceptable. In case
bidder is not able to submit the certificate from practicing CA certifying
its financial parameters, the audited results of three consecutive
financial year preceding the last financial year shall be considered for
evaluating the financial parameters. Further, a certificate would be
required from CEO/CFO as per the format enclosed in the bidding
documents stating that the financial results of the company are under
audit as on date of techno commercial bid opening and the certificate
from the practicing CA certifying the financial parameters is not
available.
7.2.4 In case the bidder is not able to furnish its audited financial statements
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.
Copies of the unaudited financial statements of the bidder
along with copies of the audited consolidated financial
statements of the holding company.
A certificate from CEO/CFO of the holding company as per the
format enclosed in the bid documents stating that the
Page 6 of 7
unaudited unconsolidated financial statements form part of the
consolidated annual report of the company.
7.2.5 In case bidder does not satisfy financial criterion, stipulated at clause
7.2.1 and / Or clause 7.2.2 above on its Own, the holding company will
be required to meet the stipulated turnover requirements at clause 7.2.1
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 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 write off, if any, shall
be reduced from reserves and surplus.
2. Other income shall not be considered for arriving at annual turnover.
8 GENERAL REQUIREMENTS:
The scanned self attested copies of the following documents shall also be submitted /
uploaded by the bidders in C-Folder:
(a) Up to-date copy of latest Banker Solvency Certificate.
(b) Name and address(es) of the sole proprietor / partners / board of directors /
chairman and memorandum of articles of association / photocopy of the
partnership deed / affidavit for proprietorship / registration certificates.
(c) Copy of registration with Central Government / State Government / Public
Sector Undertaking if any.
(d) Details of Manpower (Technical / Non-Technical), Tools and Plants. Also the
bidder must submit the list of works in hand and percentage completed.
(e) GSTIN Registration certificate
(f) Copy of PAN Card.
(g) Satisfactory evidence of authority / Power of Attorney of the person signing
on behalf of the bidder
Original documents for verifications shall be produced as and when called for.
9 "Notwithstanding anything stated above, the Employer reserves the right to undertake·
a physical assessment of the capacity and capabilities including financial capacity and
capability of the Bidder / his Collaborator(s) / Associate(s) / Subsidiary(ies) / Group
Company(ies) to perform the Contract, should the circumstances warrant such
assessment in the overall interest of the Employer.
The physical assessment shall include but not be limited to the assessment of the
office/facilities/banker's/reference works by the Employer. A negative determination of
such assessment of capacity and capabilities may result in the rejection of the Bid.
10 Bidders are requested to check the Qualifying Requirements (QR) of the subject tender
before downloading / buying the tender document online.
11 Documents as a proof of meeting Qualifying Requirements shall be preferably uploaded
online in our SRM Portal.
12 Issuance of bid documents to any bidder shall not construe that such bidder is
considered to be qualified.
Page 7 of 7
Again, participation in the tender does not automatically mean that the bidders are
considered qualified. NTPC shall evaluate the qualifying requirements of each bidder
after opening of technical bids and the bids of the bidder who is not meeting the qualifying
requirement shall be treated as non-responsive.
13 NTPC reserves the right to reject any or all bids or cancel / withdraw the Notice Inviting
Tender without assigning any reason whatsoever and in such case no bidder / intending
bidder shall have any claim arising out of such action. In such circumstances, EMD only
shall be returned without any additional financial liability to NTPC Limited.
14 Tender documents are not transferable.
15 In a tender, either the Indian agent on behalf of the Principal / OEM or Principal / OEM
itself can bid but both cannot bid simultaneously for the same item / product in the same
tender.
16 If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit
a bid on behalf of another Principal / OEM in the same tender for the same item / product.
17 Prospective bidders from Uttar Pradesh state are compulsorily required to provide TIN
number at the time of purchase of bidding documents,
18 Address for Communication
Address of Employer:
GENERAL MANAGER (C&M)
NTPC Limited
Solapur Super Thermal Power Project
A/P Fatatewadi, Post - Hotgi Station
Tal South Solapur, Solapur 413215
Telephone Number/s : 0217 - 2252550/9422532926
Fax Number/s : 0217 - 2252505
Email: shobapattabhiraman@ntpc.co.in /bnarasimha@ntpc.co.in/
anandshanker@ntpc.co.in/ shiprakumari@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
(or) www.ntpctender.com (or) www.ntpc.co.in
19 Registered Address
NTPC Bhawan, Core-7, Scope Complex,
Institutional Area, Lodhi Road, New Delhi-110003, Corporate Identification Number:
L40101 DLI975 GOI007966, Website: www.ntpc.co.in