Page 1 of 6
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 of Boiler, Turbine, Air compressors and AC Ventilation system
(PM, BD, RCM, and OH) of Stage 1 (2X660MW) units at NTPC Solapur STPP
(Domestic Competitive Bidding)
NIT/BI No: 40083271 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 objective of the contract is to keep equipment availability 100% at design
parameters. This contract is an triennial job contract for the breakdown / Running
maintenance of equipments & systems in Boiler, Turbine, Air compressors and AC
Ventilation system Boiler, Turbine, Air compressors and AC Ventilation system at NTPC
SOLAPUR. The contractor is advised to visit the site and become familiar with the equipments
and systems before quoting for the work
3.0 NIT Details:
NIT Number / Bid
Invitation Number &
date
40083271 dated 15.11.2017
Name of the work
Triennial Maintenance Contract of Boiler, Turbine, Air
compressors and AC Ventilation system (PM, BD, RCM, and OH)
of Stage 1 (2X660MW) units at NTPC Solapur STPP
Bidding System
Single stage, Two Envelope Bidding (e tendering - without
Reverse Auction)
Cost of Tender
Document
(TENDER FEE)
Rs 6300/- (Rupees Six Thousand three hundred 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 paid through our
SRM Portal payment gateway
http://www.ntpctender.com/nit/listNITs.asp?srm=1
Sale of Tender
Document
From 15.11.2017; 11:00 Hours to 06.12.2017, 23:59 hours
Last date for receipt of
quarries 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
Page 2 of 6
Earnest Money Deposit
(EMD)
Rs 21,05,000/- (Rupees Twenty one Lakh FiveThousand only)
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
Vendors already
having E-tender User
Id and Password
Vendors already
having NTPC Vendor
Code, but does not
have E-tender User 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.
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) along with the detailed
address should reach us at least three working days prior to
Last Date of Tender Fee Payment.
Note:
1. The agency can login e-tender site (SRM login site) for participation in our tendering after
complying to above. The agency can reach our e-tender site SRM login site) directly
through below mentioned address.
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
They can also reach our e-tender site (SRM login site) through www.ntpctender.com and
clicking on Login (e-Tender).
2. Digital Certificate (Class III) is a must for vendors desiring to participate in this tender. For
further details regarding this please visit the link “GUIDELINES TO BIDDERS” in NTPC E-
Tender Website. NTPC won’t be responsible for any vendor not having a suitable valid
digital certificate.
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
Page 3 of 6
BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS
WITHOUT BEING OPENED.
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 842 lakhs in a single contract
Or
Executed value not less than Rs 526 lakhs in two contracts each
Or
Executed value not less than Rs 421 lakhs in three contracts each
Similar work means either of the following:
A. The bidder must have executed complete Maintenance Contract (Boiler, Turbine &
Generator) of 660 MW station or above capacity for a period of two years or more in a
single contract or repeat contract in the preceding seven (7) years reckoned as on the
Page 4 of 6
date of techno-commercial bid opening. Repeat contract means even if original
contract was awarded for smaller duration, if the same contract period extended
duration in addition to original contract duration for the purpose of evaluation.
Or
B. The bidder must have executed minimum four numbers Turbine overhauls High
pressure turbine (HP), Intermediate pressure turbine (IP), low pressure turbine (LP),
Generator and valves together or in split contracts, minimum 3 nos., boiler overhauls
of 200 MW or above sized units in last 7 years reckoned as on the date of techno
commercial bid opening. For the purpose of evaluation, one overhaul each of Turbine
(HP or IP) , Generator and its auxiliaries and one overhaul of Boiler and its auxiliaries
put together and executed in any consecutive 12 months period shall be treated as one
contract even if these are executed as separate contracts.
Or
C. The bidders must have executed erection and commissioning of at least two units
(boiler & Turbine and generator ) of 500 MW or above in last 7 years in combined or
separate contracts reckoned as on date of techno-commercial bid opening. One unit
comprise of boiler and turbine (HP,IP and LP) and generator required for 500MW (or
more )unit capacity
OEM/OES of SG and Auxiliaries package and TG and auxiliaries package for solapur
STPP stage-I i.e. BGR, Hitachi and M/s Alstom Bharat Forge Power Limited shall be
deemed / considered to have met technical criterion stipulated in Qualifying requirements
of this work. However in case they bid for the tender they shall have to qualify financial
criterion stipulated in this qualifying requirements.
Note:- The word “executed” means the bidder should have achieved the criterion specified in
the QR , even if the contract in 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 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 351
lakhs (Rupees Three hundred and fifty one 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
Page 5 of 6
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 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
Page 6 of 6
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.
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 - 2252550/9435325826
Fax Number/s : 0217 - 2252505
Email: shobapattabhiraman@ntpc.co.in /bnarasimha@ntpc.co.in/
anandshanker@ntpc.co.in/ dnaveen@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