NTPC Limited
(A Government of India Enterprise)
Kudgi Super Thermal Power Project
NOTICE INVITING TENDER (NIT)
FOR
Mega O&M Contract for Electrical and C&I Systems at NTPC Kudgi 3X800MW Units.
(Domestic Competitive Bidding)
NIT No: 40085482 Date:12.02.2018
Bidding Document No: CS-1075
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:
2.0 Brief Details
17.03.2018 15:30:00 Technical Opening Date & Time
Services
EMD in INR
Contract Classification
Source of IFB/NIT
NIT Date
NIT No.
Document Sale Commencement Date & Time
Document Sale Close Date & Time
Last Date and Time for Bid submission
Bid Opening Date & Time
Cost of Bidding Documents in INR
13.02.2018 09:00:00
03.03.2018 17:00:00
17.03.2018 15:00:00
20.03.2018 15:30:00
9,000.00
40085482
12.02.2018
Kudgi Super Thermal Power Project
4018000.00
Pre-Bid Conference Date & Time (if any)
Last Query Date (if any) 01.03.2018
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 non-responsive by the employer and shall not be opened.
4.0 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 BIJAPUR
or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). 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 alongwith duly filled in
questionnare for issue of vendor code and SRM user id/password.
5.0 Brief Scope of Work & other specific detail
Mega O&M Contract for Electrical and C&I Systems at NTPC Kudgi 3X800MW Units.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding
documents.
7.0 Qualifying Requirements for Bidders:
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section # ITB (Instructions to Bidders) of Bid
documents, the following shall also apply:
7.1.0 Technical Criteria:
7.1.1 The bidder should have executed works in combination given hereunder:
Works in following combinations:
(A1 and A2 and A3) or (A1 and A2 and B3) or (A1 and B2 and A3) or (A1 and B2and B3) or (A2 and B1 and A3) or (A2 and B1 and
B3) or (B1 and B2 and A3) or (B1 and B2 and B3) or (C1 and C2) or (C3).
Notations as above are explained below:
A1) Maintenance of Electrical equipment / Installations with voltage class 6.6 KV or above in Thermal Power station having Unit
capacity of 500 MW or above for a minimum period of 2 years, in last 7 years as on the date of techno-commercial bid opening,
comprising of any three of the following four domains:
(i) Power Transformers
(ii) Switchgears
(iii) Electrical rotating machines
(iv) Power supply / cabling system
A2) Maintenance of Switchyard and associated equipment of voltage level 220 KV or above in Thermal Power Station having Unit
capacity of 500 MW or above, for a minimum period of 2 years, in last 7 years as on the date of techno-commercial bid opening.
A3) Maintenance of Control and Instrumentation (C&I) Systems comprising C&I of ' Steam Generator (SG) & auxiliaries' OR '
Turbine Generator (TG) & auxiliaries ' OR ' Station C&I ' in Thermal Power Station having Unit capacity of 500 MW or above for a
minimum period of 2 years, in last 7 years as on the date of techno commercial bid opening.
B1) Erection and Commissioning of Electrical equipment/Installations with voltage class 6.6 KV or above at least in two Thermal
Power Generating Units having capacity of 500 MW or above, in last 7 years as on the date of techno-commercial bid opening,
comprising of any three of the following:
(i) Power Transformers
(ii) Switchgears
(iii) Electrical rotating machines
(iv) Power supply / cabling system
B2) Erection and Commissioning of Switchyard and associated equipment of voltage level 220 KV or above in two Thermal Power
Generating Units of capacity 500 MW or above in last 7 years as on the date of techno-commercial bid opening.
B3) Erection and Commissioning of Control and Instrumentation (C&I) Systems in Two (02) nos. Thermal Power Generating units
each of capacity 500 MW or above, in last 7 years as on the date of techno commercial bid opening, comprising any of the following:
' Steam Generator (SG) & auxiliaries ' OR ' Turbine Generator (TG) & auxiliaries' OR ' Station C&I '.
C1) The bidder should have executed complete maintenance contract of Electrical equipments/ Installations in at least two Thermal
Power Generating Units, each of capacity 500 MW or above, for a minimum period of 2 years in last 7 years as on the date of
techno-commercial bid opening.
C2) The bidder should have executed complete maintenance contract of Control & Instrumentation equipment/ systems in at least two
Thermal Power Generating Units, each of capacity 500 MW or above, for a minimum period of 2 years, in last 7 years as on the date
of techno-commercial bid opening.
C3) The bidder should have executed complete maintenance contract which includes ' Electrical ' and ' C&I systems ' of '
Boiler-Turbine-Generator(BTG) ' / ' Thermal Power Station ' in at least two Thermal Power Generating units, each of capacity 500
MW or above, for a minimum period of 2 years, in last 7 years as on the date of techno-commercial bid opening.
7.1.2 The bidder should be A Class Electrical Contractor or A Class Electrical Licence holder.
7.2.0 Financial Criteria:
7.2.1 The average annual turnover of the Bidder, in the preceding (3) financial years as on the date of Techno-Commercial Bid
Opening shall not be less than # 688 Lakhs. (Six Hundred Eighty Eight Lakhs Only)
7.2.2 Net Worth of the bidder should not be less than 100% of the bidder's paid up share capital as on the last day of the preceding
financial year on the date of Techno-commercial bid opening. In case the Bidder meets the requirement of Net worth based on the
strength of its Subsidiary (ies) and/or Holding Company and/or Subsidiary (ies) of its Holding Companies, wherever applicable, 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% 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 Consortiums/ 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 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.
7.2.3 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 a 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. Further, a certificate would be
required from the CEO/CFO as per the format enclosed in the bidding 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.
7.2.4 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.
7.2.5 In case a Bidder does not satisfy the 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.
Notes:
i. Other income shall not be considered for arriving at annual turnover.
ii. Net worth means the sum total of the paid up share capital and free reserves. Free reserves 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.
iii. The word # executed # means the bidder should have achieved the criterion specified in QR, even if the total 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.
iv. For the contract duration criteria mentioned at para ' 7.1.1 ', even if original contract was awarded for smaller duration, if the same
contract period is extended, the total duration shall include extended duration in addition to original contract duration for the purpose
of evaluation.
8.0 Issuance 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.
10.0 Address for Communication
AGM (C&M)/ Sr.Mgr (C&M) / Dy.Mgr (C&M)
KUDGI SUPER THERMAL POWER PROJECT
NTPC LIMITED
PO: Kudgi, TQ: Basavana Bagewadi,
Dist. Vijayapura (Karnataka), INDIA-586121
Email Id:
R S Puttaraju rsputtaraju@ntpc.co.in
Dilip Laxmanrao Uttarkar dluttarkar@ntpc.co.in
Amarnath Mandapati amarnath02@ntpc.co.in
Ragala Santosh Kumar santoshkumar50@ntpc.co.in
Tel: 08426-/08426-284109/280064/284115
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in