INVITATION FOR BIDS (IFB)

NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

WR-1 HQ MUMBAI OFFICE

INVITATION FOR BIDS (IFB)

FOR

“INSTALLATION OF MINI OIL GUN IGNITION SYSTEM (MOIS)

IN ONE OF THE BOILER OF MOUDA STAGE-1 (500 MW, BHEL MAKE,

CORNER FIRED BOILER), MOUDA, MAHARASHTRA 441104

(INTERNATIONAL COMPETITIVE BIDDING)

Tender Ref: 9900161845

Date: 02.08.2018

Bidding Document NO: C00072

1.0NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding basis” from eligible bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The brief scope of wook includes Engineering, Supply, Erection, installation, Testing & Commissioning works of Mini/Tiny/Minor Oil Ignition System MOIS) Package for one unit of Mouda Super Thermal Power Project Stage-I (2X500 MW) on single point responsibility basis, as covered under the bidding documents. Detailed scope of work has been specified in the bidding documents.

3.0NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own sources.

4.0Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding Documents, which are available for examination and Sale at our eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the following schedule:

 

NIT Date

02.08.2018

 

 

 

Document sale Commencement Date

02.08.2018

 

 

 

Last date for receipt of queries from bidders

17.08.2018

 

 

 

(if any)

 

 

 

 

Last Date & time for Bid submission

04.09.2018 at

1100 Hrs (IST)

 

 

Technical Bid Opening Date & Time

05.09.2018 at

1500 Hrs (IST)

 

 

Price bid Opening Date & time

Shall be intimated separately.

 

 

Tender Fee

 

 

 

 

for Indian Bidders

INR 2250.00

(Rupees Two

 

 

 

Thousand Two Hundred Fifty only)

 

 

for Foreign Bidders.

US $ 50 (US Dollar Fifty only)

 

 

 

 

 

 

 

 

 

 

 

5.0All bids must be accompanied by Bid Security for an amount of INR 5,00,000/- (Indian Rupees Five Lakh only) or US $ 7,300/- (United States Dollars Seven Thousand Three Hundred only) in the form as stipulated in the Bidding

INVITATION FOR BIDS (IFB)

documents. Bid Security shall be submitted in a sealed envelope separately in physical form 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 SHALL NOT BE OPENED.

6.0QUALIFYING REQUIREMENTS FOR BIDDERS.

The bidder who wishes to participate in the bidding shall meet the Qualifying Requirements stipulated hereunder:

6.1Technical Requirement

6.1.1The bidder should have

(i)manufactured/ supplied , AND

(ii)erected / supervised erection,

of Mini/ Tiny/ Micro/ Minor Oil Ignition System (MOIS), which should be operating in conjunction with pulverised coal tangential / corner fired steam generating unit, rated for minimum of 500 MW unit size or minimum 1590 T/Hour steaming capacity, which should have been in successful operation in at least one installation for a period of not less than One (01) year as on date of Techno-commercial bid opening.

AND

6.1.2The bidder should have executed works of Commissioning of Mini/Tiny/Micro/Minor Oil Ignition System (MOIS) during last Seven (07) years prior to the date of techno-commercial bid opening meeting the following criteria:

i)Single Contract of value (work mentioned in clause 6.1.1/ 6.1.2 or both together) not less than 377.00 Lakhs

OR

ii)Two contracts of value (work mentioned in clause 6.1.1/ 6.1.2 or both together) not less than 235.7 Lakhs each

OR

ii)Three Contracts of value (work mentioned in clause 6.1.1/ 6.1.2 or both together) not less than 188.5 Lakhs each.

6.1.3The bidder who does not meet the criteria at Clause 6.1.1 above but meets clause 6.1.2 only, can also participate provided it associates with a manufacturer, who fully meets the requirement at Clause 6.1.1 above.

In such a case, the Bidder shall furnish an undertaking, jointly executed by him and his collaborator / associate as per the format enclosed in the bid

INVITATION FOR BIDS (IFB)

document for successful performance of the contract. The joint deed of undertaking shall be submitted along with the bid failing which the bidder shall be disqualified and his bid shall be rejected. Further, in case of award the Bidder’s collaborator/ associate will be required to furnish on a demand bank guarantee for five percent (5%) of the contract price in addition to the contract performance security to be furnished by the Bidder.

6.2Financial criteria

6.2.1The average annual financial turnover of the bidder during the preceding three (03) financial years as on date of bid opening shall not be less than

INR 471.36 Lakhs (INR Four Hundred Seventy One Lakhs and thirty six thousand Only).

6.2.2In case the bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1 above on its own, it’s holding company would be required to meet the stipulated turnover requirements at Cl. 6.2.1 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 Techno-Commercial 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.

6.2.3The net worth of the bidder as on the last day of the preceding financial year should not be less than 100% of the 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 company and / or Subsidiaries of its Holding companies, or as a consortiums/Joint Venture, wherever applicable, the Net worth of the bidder and its Subsidiary(ies) and/or Holding company and /or Subsidiary(ies) of the Holding Company or as a consortiums/Joint Venture, in combined manner shall be calculated as follows:

Net worth(combined)=(X1+X2+X3)/(Y1+Y2+Y3)*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.

6.2.4In 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 in 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 the Holding Company.

INVITATION FOR BIDS (IFB)

(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 Report of the company.

6.2.5In 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 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.

NOTES:

(i)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.

(ii)Other income shall not be considered for arriving at annual turnover.

(iii)The word “executed” means that the bidder should have achieved the criteria specified in the above QR within preceding Seven (07) years period even if the contract has been started earlier and / or is not completed / closed. The same shall be supported by documentary evidence issued by the owner.

(iv)MOIS system shall consist of dedicated coal burners, enhanced mini- oil burner, oil piping, complementary combustion air system, flame- image monitoring system, DDCMIS based control system etc.

(v)Reference work executed by a bidder as a sub-contractor may also be considered provided the certificate issued by main contractor is duly certified by project authority specifying the scope of work executed by the sub-contractor in support of the qualifying requirement.

(vi)“Holding company “and “Subsidiary Company “shall have the meaning ascribed to them as per Companies Act of India.

INVITATION FOR BIDS (IFB)

(vii)For Annual turnover indicated in foreign currency, the exchange rate as on seven (07) days prior to the date of Techno- commercial bid opening shall be used.

7.0NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation for Bids/NIT without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.

8.0A complete set of Bidding Document may be downloaded by any interested Bidder from https://eprocurentpc.nic.in/nicgep/app. Tender fee as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at Mumbai is required to be submitted in separately sealed envelope at the address mentioned in the bidding document before stipulated date & time of submission of bid.

Prospective bidders are compulsorily required to provide GSTIN number at with Tender Fee.

9.0Issuance 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 Cost of bidding document, Bid Security and Power of Attorney separately offline as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below.

10.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

11.0Address for communication:

Sr Manager/AGM (Contracts & Materials) NTPC Limited, Western Region -I Headquarters, 2nd Floor, Samruddhi Venture Park,

MIDC, Marol, Andheri (E), Mumbai- 400 093 (India)

Fax No. : 0091-22~28348334 /Tel. No. : 0091-22-28206655

Email: subhashpaliwal@ntpc.co.in, subodhshankar@ntpc.co.in

Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or www.ntpc.co.in

12.0Registered Office

NTPC Limited

NTPC Bhawan, SCOPE Complex,

7, Institutional Area, Lodi Road,

New Delhi – 110003

Corporate Identification Number: L40101DL1975GOI007966.

Website: www.ntpc.co.in