DETAILED INVITATION FOR BID
NTPC SIMHADRI
STAGE-I (2X500 MW) & STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-433-9
ADVANCED MONITORING OF STOCKYARD (AMS)
SECTION-I (IFB)
PAGE
1 OF 5
NTPC Limited
(A Govt. of India Enterprise)
EOC Noida Office
INVITATION FOR BIDS (IFB) for
Advanced Monitoring of Stockyard (AMS) Package for
NTPC SIMHADRI Stage-I (2 X 500 MW) &Stage-II (2X500 MW)
(Domestic Competitive Bidding)
IFB No: 40087404 Date: 12.05.2018
Bidding Document No. : CS-3500-433-9
1.0 NTPC invites online Bids on 'Single Stage Two Envelopes' bidding basis (Envelope-I: Techno-
Commercial Bid & Envelope-II: Price Bid) from eligible bidders for aforesaid Package as per the
scope of work briefly mentioned hereinafter:
2.0 Brief Details:
IFB No
40087404
IFB Date
12.05.2018
Document Sale Commencement Date & Time
12.05.2018 10:00:00
Document Sale Close Date & Time
18.05.2018 17:30:00
Source of IFB/NIT
EOC Noida Office
Contract Classification
Equipment Supply & Erection
Last Date and Time for Bid submission
06.06.2018 14:30:00
Technical Bid Opening Date & Time
06.06.2018 15:00:00
Price Bid Opening Date & Time
Shall be informed later
Cost of Bidding Documents in INR
6,750
EMD in INR
20,00,000
Pre-Bid Conference Date & Time (if any)
24.05.2018 11:00:00
Last Query Date & Time (if any)
24.05.2018 11:00:00
3.0 The finances for subject package are intended to be met from internal resources of NTPC.
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 New Delhi 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
questionnaire for issue of vendor code and SRM user id/password.
5.0 All Bidders are compulsorily required to provide GSTIN number at the time of purchase of bidding
documents from office of NTPC.
6.0 Brief Scope of Work & other specific detail:
The brief scope of work includes design, engineering, manufacture, delivery and storage at site,
erection, testing and commissioning of following:
a) 3D Profiling, Visualization, Volumetric Analysis and Ready for Autonomous (Un-manned)
Operation using RTK-GPS and associated hardware and software for:
Each of Stacker cum Reclaimer Machine in Stockpiles of Simhadri Power Plant along with all the
required hardware and software for the above mentioned system.
b) Hot spot Detection using high quality IR camera and Alarm Annunciation for:
DETAILED INVITATION FOR BID
NTPC SIMHADRI
STAGE-I (2X500 MW) & STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-433-9
ADVANCED MONITORING OF STOCKYARD (AMS)
SECTION-I (IFB)
PAGE
2 OF 5
All the stockpiles associated with the above Stacker cum Reclaimer Machine in Stockpiles of
Simhadri Power Plant along with all the required hardware and software for the above mentioned
system.
c) Interfacing with existing S/R PLC of individual machine data for machine positioning, existing PLC
for Stage-I of Coal Handling Plant and existing Stage-II DDCMIS of Coal Handling Plant.
d) Provide to the operator an integrated dash board for 3D Profiling, Visualization, Volumetric
Analysis, Un-manned (Autonomous/Man less) Operation, Hot Spot Detection and Alarm
Annunciation.
e) Interfacing with various existing file formats developed by NTPC’s Fuel Management group e.g.
to read metadata etc. System shall have provision of mail alerts/ SMS of the complete system for
conditions defined by NTPC site. Publishing of weekly, monthly and yearly report automatically
as per site format for the above systems.
f) Interfacing with data from Employer’s PI server (Remote interface).
g) Any other accessory/services required to make the system complete and functional, and not listed
above.
7.0 Qualifying Requirements for Bidders:
In addition to the requirements stipulated in Section Instructions to Bidders (ITB), the Bidder should
also meet the qualifying requirements stipulated under clauses 7.1.0, 7.2.0 & 7.3.0 indicated below:
7.1.0 Technical Criterion:
7.1.1 The Bidder should have designed and supplied either
(i) Stacker-cum-Reclaimer machine of minimum capacity of 1200 TPH in at least one (1) coal
fired power plant, or
(ii) DDCMIS/DCS of Coal Handling Plant, in at least one (1) coal fired power plant of 500 MW.
AND
7.1.2 The Bidder should have supplied and commissioned/got commissioned the following systems,
which should have been in successful operation for at least one (1) year prior to the date of bid
opening in at least one (1) port/ coal fired power plant:
(i) 3D profile system of stockpiles of either coal or mineral ore.
(ii) Un-manned operation of Stacker or Reclaimer or Stacker-cum-Reclaimer machine of
minimum capacity of 1200 TPH, handling coal or mineral ore.
7.1.3 Bidder who meets requirement specified at 7.1.1 but does not meet requirement specified at 7.1.2
above and collaborates/ associates with a firm who fully meets the requirements specified at 7.1.2
above can also be considered qualified. In such a case, the Bidder should furnish along with its bid
a Deed of Joint Undertaking (DJU), jointly executed by it along with its Collaborator/Associate as
per format enclosed with the bidding document in which the Collaborator/Associate and the bidder
shall be jointly & severally liable to the Employer to perform all contractual obligations for 3D profile
system of coal stockpiles and Un-manned operation of Stacker-cum-Reclaimer of this package.
This Deed of Joint Undertaking should be submitted along with the 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 5% (five percent) of the total contract price in addition to the
Contract Performance Security to be furnished by the bidder.
Notes:
1. Wherever the term ‘coal’ is appearing in clause 7.1.1 & clause 7.1.2 above, ‘coal’ shall be
deemed to also include anthracite/bituminous coal/ sub- bituminous coal/ brown coal/ lignite.
2. The term ‘mineral ore’ appearing in clause 7.1.2 above shall include iron or other metal ore.
3. In clause 7.1.2 above, the reference work(s)/plant(s) for 3D profile system and un-manned
operation of Stacker or Reclaimer or Stacker cum Reclaimer machine can be same or different.
DETAILED INVITATION FOR BID
NTPC SIMHADRI
STAGE-I (2X500 MW) & STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-433-9
ADVANCED MONITORING OF STOCKYARD (AMS)
SECTION-I (IFB)
PAGE
3 OF 5
4. The term ‘Un-manned’ appearing in clause 7.1.2 above is considered equivalent to
‘Autonomous’ or ‘Man-less’. Un-manned (autonomous/man-less) means complete operation of
Stacker or Reclaimer or Stacker-cum-Reclaimer machine has been done from remote control
room, without any operator present in machine(s) indicated above.
5. In case Bidder is meeting clause 7.1.1 above and associates with a firm meeting clause 7.1.2
above then its Collaborator/Associate shall meet the requirement of clause 7.3.0 also.
7.2.0 Financial criteria of Bidder
a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the
date of bid opening, should not be less than 11 Crores (Rupees Eleven Crores Only).
In case the 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 its 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 of Net worth based on the
strength of its Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding
companies 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 standalone 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
bidding 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 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 for 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 bid opening and the Certificate from the practicing Chartered Accountant
certifying the financial parameters is not available.
7.3.0 Financial Criteria of Collaborator/Associate of the Bidder
a) The average annual turnover of the Collaborator/Associate, in the preceding three (3) financial
years as on the date of bid opening, should not be less than 8 Crores (Rupees Eight Crores
Only).
DETAILED INVITATION FOR BID
NTPC SIMHADRI
STAGE-I (2X500 MW) & STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-433-9
ADVANCED MONITORING OF STOCKYARD (AMS)
SECTION-I (IFB)
PAGE
4 OF 5
In case the 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 share
capital of the Holding Company. In such an event, the Collaborator/Associate would be required
to furnish along with its 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 companies 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
bidding 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 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 a practicing
Chartered Accountant certifying its financial parameters, the audited results for 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 bidding documents stating that the Financial results of the Company are
under audit as on the date of bid opening and the Certificate from the practicing Chartered
Accountant certifying the financial parameters is not available.
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 Company” and “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 bid opening shall be used.
8.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered qualified.
Bids shall be submitted online and opened at the address given below in the presence of Bidder's
DETAILED INVITATION FOR BID
NTPC SIMHADRI
STAGE-I (2X500 MW) & STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-433-9
ADVANCED MONITORING OF STOCKYARD (AMS)
SECTION-I (IFB)
PAGE
5 OF 5
representatives who choose to attend the bid opening. Bidder shall furnish Bid Security, Integrity Pact,
Power of Attorney and Joint Deed of Undertaking(s) (if applicable) separately offline as detailed in
Bidding Documents by the stipulated bid submission closing date and time as per 2.0 above at the
address given below.
9.0 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 and returned to the bidders without being opened.
10.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation For Bids (IFB) 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.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
12.0. Address for Communication:
DGM (CS-II)
NTPC LTD., 6th Floor,
EOC, Plot no. A-8A, Sector 24,
NOIDA (UP), India-201 301
0120 - 4946609
Email ID:chandermohan@ntpc.co.in
Or
Addl. General Manager (CS-II),
NTPC LTD., 6
th
Floor,
EOC, Plot no. A-8A, Sector 24,
NOIDA (UP), India-201 301
0120- 4948693
Email ID: sprasad01@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com
or www.ntpc.co.in
Registered Office:
NTPC Limited,
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966