DETAILED INVITATION FOR BID
TANDA THERMAL POWER PROJECT
STAGE-II (2X660 MW)
BIDDING DOCUMENT NO.: CS-9562-147A-2
AIR CONDITIONING SYSTEM PACKAGE FOR
AUXILIARY BUILDINGS
SECTION-I (IFB)
Page
1 of 5
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
AIR CONDITIONING SYSTEM PACKAGE FOR AUXILIARY BUILDINGS FOR
TANDA THERMAL POWER PROJECT STAGE-II (2X660 MW)
AT
TANDA, DISTRICT AMBEDKAR NAGAR, STATE OF UTTAR PRADESH, INDIA
(International Competitive Bidding)
IFB No. : 40087411 Date: 12.06.2018
Bidding Document No. : CS-9562-147A-2
1.0 NTPC invites online Bids on 'Single Stage Two Envelope' bidding basis (Envelope-I: Techno-
Commercial Bid & Envelope-II: Price Bid) from eligible Bidders for aforesaid package, as per the
Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The broad scope of work includes design, engineering, manufacture, testing at works, delivery
and storage at site, erection, testing and commissioning of following:
(a) All air-conditioning equipments for office areas in Service Building, Administrative Building,
Canteen Building and other PLC/Microprocessor/ controller integrated GIU based control
room.
(b) Mechanical Ventilation System equipments for non-air conditioned areas of Service building,
Administrative building, canteen and various other auxiliary buildings like permanent store
etc.
3
.0
BRIEF DESCRIPTION OF AIR
-
CONDITIONING SYSTEM
It is proposed to provide Screw chilling machines to meet the air conditioning requirement
of all the air conditioned areas of Service building and Administrative building. Further, air-
conditioning requirement of Canteen would be met with air-
cooled condensing machines.
Other PLC/Microprocessor/ controller integrated GIU based control rooms of auxiliary
buildings would be air-conditioned using split (non-Ductable) air conditioners. Dining hall in
Administrative building would be air-conditioned using Cassette (non-Ductable) air
conditioners. Details of major areas to be air conditioned and the equipments proposed to
be provided are elaborated in the following para.
3.1 A/C Plant for Service building.
3.1.1 The A/C system would comprise of:
(i) 2 X 150 TR capacity screw compression type chilling machine.
(ii) Two (02) Nos. of primary chilled water pumps.
(iii) Two (02) Nos. of variable frequency driven (VFD) Secondary chilled water pumps.
DETAILED INVITATION FOR BID
TANDA THERMAL POWER PROJECT
STAGE-II (2X660 MW)
BIDDING DOCUMENT NO.: CS-9562-147A-2
AIR CONDITIONING SYSTEM PACKAGE FOR
AUXILIARY BUILDINGS
SECTION-I (IFB)
Page
2 of 5
(iv) Two (02) Nos. of condenser water pumps.
(v) Two (02) Nos. of variable frequency driven (VFD) cooling towers.
(vi) Five (09) nos. of variable frequency driven (VFD) air handling units (AHUs)
(vii) Interconnecting piping, duct work, insulation, cabling, PLC/Microprocessor based
control panel, instrumentation, etc.
3.2 A/C Plant for Administrative building.
3.2.1 The A/C system would comprise of:
(i) 2 X 150 TR capacity screw compression type chilling machine.
(ii) Two (02) Nos. of primary chilled water pumps.
(iii) Two (02) Nos. of variable frequency driven (VFD) Secondary chilled water pumps
(iv) Two (02) Nos. condenser water pumps.
(v) Two (02) Nos. of variable frequency driven (VFD) cooling towers.
(vi) Eight (09) nos. of variable frequency driven (VFD) air handling units (AHUs)
Interconnecting piping, duct work, insulation, cabling, PLC/Microprocessor based
control panel, instrumentation, etc.
3.4 AC Plant for Canteen.
3.4.1 The AC system would comprise of
(i) 2 x 30 TR capacity air cooled type condensing machine.
(ii) Two (02) Nos. of variable frequency driven (VFD) air handling units (AHUs)
(iii) Interconnecting piping, duct work, insulation, cabling, PLC/ Microprocessor /
integrated GIU based control panel, instrumentation, etc.
3.5 Non-Ductable Split Air-Conditioners.
3.5.1 AC plant control room in Administrative building and Service building.
(i) 8 x 3 TR Non Ductable (Split).
3.5.2 Dining hall in Administrative building.
(i) 2 x 4 TR Non - Ductable Cassette
3.6 Mechanical ventilation system consist of Supply/Exhaust/roof extractor fans for ventilation of Permanent
Store/ Service Building/ Administrative Buildings /Canteen Buildings /etc. shall be provided.
Detailed scope of work shall be as per specifications and scope defined in Bidding Document No. CS-9562-
147A-2 for Air conditioning system package for Auxiliary Buildings for Tanda Thermal Power Project Stage-II
(2x660 MW).
4.0 NTPC intends to finance the subject package through External Commercial Borrowings
(ECB)/Own Resources.
5.0 Detailed specification, scope of work and terms & conditions are given in the bidding documents,
which are available for examination and sale as per the following schedule:
Bid Document No. : CS-9562-147A-2
Bid Document Sale Date : From 12.06.2018 to 19.06.2018 up to 1800
Hrs (IST)
Last Date of receipt of queries : 26.06.2018
DETAILED INVITATION FOR BID
TANDA THERMAL POWER PROJECT
STAGE-II (2X660 MW)
BIDDING DOCUMENT NO.: CS-9562-147A-2
AIR CONDITIONING SYSTEM PACKAGE FOR
AUXILIARY BUILDINGS
SECTION-I (IFB)
Page
3 of 5
from Bidder's (if any)
Date & Time of receipt of bid : Up to 17.07.2018 by 1500 Hrs. (IST)
Comprising both Techno- Commercial
Bid and Price Bid
Date & Time of opening of : 17.07.2018 at 1530 hrs (IST)
Techno-Commercial Bid
Date & Time of opening of : To be intimated separately by NTPC
Price Bid
Cost of Bidding Document : INR 4,500/- (Rupees Four Thousand only) per set for
Indian Bidders and
USD 100/- (US Dollar One Hundred only per set for
Foreign Bidders.
6.0 All bids must be accompanied by Bid Security for an amount of INR 10,00,000/- (Indian Rupees
Ten Lakhs only) or USD 15000/- (US Dollar Fifteen Thousand only) which shall be submitted
offline prior to date and time for online bid submission.
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.
7.0 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Tanda Thermal Power Project Stage-II (2x660 MW) has been declared a Mega Power Project by
Ministry of Power (Govt. of India). Accordingly, supplies of goods for this package shall be eligible
for the benefits/ exemptions as per provisions of relevant Policy & Notifications of Govt. of India.
8.0 QUALIFYING REQUIREMENT FOR BIDDERS
In addition to the requirements stipulated in Section Instructions to Bidders (ITB), the following shall
also apply:
1.0 Technical Criteria of Bidder for Qualification:
1.1 The Bidder should have designed, supplied, erected and commissioned at least one (1)
number of Air conditioning system having a total installed capacity of 300TR or more including
stand-by chiller unit (if any), which should have included at least one chilling unit with a
minimum capacity of 60TR. The system should have been in successful operation for at least
one (1) year prior to the date of Techno -Commercial bid opening.
2.0 Financial Criteria of Bidder for Qualification:
a) The average annual turnover of the Bidder, in the preceding three (3) financial years as
on the date of Techno-Commercial bid opening, should not be less than INR 100
Million (Indian Rupee One Hundred Million only) or in equivalent foreign currency.
In case a 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 Techno-Commercial bid, a Letter of Undertaking from the
DETAILED INVITATION FOR BID
TANDA THERMAL POWER PROJECT
STAGE-II (2X660 MW)
BIDDING DOCUMENT NO.: CS-9562-147A-2
AIR CONDITIONING SYSTEM PACKAGE FOR
AUXILIARY BUILDINGS
SECTION-I (IFB)
Page
4 of 5
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 should not be less than 100% (hundred percent) of its
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 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 Company
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 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.
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 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 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 Techno-Commercial 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.
DETAILED INVITATION FOR BID
TANDA THERMAL POWER PROJECT
STAGE-II (2X660 MW)
BIDDING DOCUMENT NO.: CS-9562-147A-2
AIR CONDITIONING SYSTEM PACKAGE FOR
AUXILIARY BUILDINGS
SECTION-I (IFB)
Page
5 of 5
(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 Techno-Commercial bid opening shall be used.
9.0 NTPC reserves the right to 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 any claim
arising out of such action.
10.0 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). 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 along with duly filled in questionnaire
for issue of vendor code and SRM user id/ password.
11.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be
qualified. Bids shall be submitted online and opened at the address given below in the presence of
Bidder's 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 at the
address given below.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
13.0 Address for Communication:
AGM (Contract Services-II) / Sr. Manager (Contract Services-II)
NTPC Limited,
6th Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Buddha Nagar, (UP), INDIA
Pin - 201301
Fax No.: 0091 - 120 - 2410011
Tel. No.: 0091 - 120 – 4948610/4946662/4946680
E-mail: satrajitkumar@ntpc.co.in or bmandal@ntpc.co.in or akchhabra@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in