DETAILED INVITATION FOR BIDS
FARIDABAD GAS POWER STATION
BIDDING DOCUMENT NO. CS-6300-405-9
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
SECTION - I (IFB)
Page 1 of 6
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
FOR
FARIDABAD GAS POWER STATION
LOCATED AT
VILLAGE - MUJHEDI, P.O. NEEMKA, STATE OF HARYANA, INDIA
(Domestic Competitive Bidding)
IFB No.: 40087902 Date: 28.11.2018
Bidding Document No.: CS-6300-405-9
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 briefly mentioned hereinafter:
2.0 BRIEF SCOPE OF WORK
The C&I Package is intended for the procurement of the equipment and systems for the control,
protection, operation and monitoring of the two nos. of Gas Turbines and auxiliaries and
common systems like CW, CT, DMCW, ACW, COLTS, SCS etc. for Faridabad Gas Power
Station.
Human Machine Interface & Plant Information System (HMIPIS) is based on Large Video
Screen (LVS) displays supported by TFT monitor based Operator Work Stations (OWS). The
total system is networked through a Station-Wide LAN for use of real time data of various plant
areas by other users.
The sequence of events recording are also implemented as a part of Gas Turbine DDCMIS
system. A GPS based master and slave clock system is provided for uniform and synchronized
timing signals through out the entire station.
The power supply for the Gas Turbine is based on 220V DC/24V DC Converters.
For DDCMIS 3 years AMC after warranty is envisaged.
Field instruments like TT, Gas flow metering system, Sox- Nox analyzers as well as
measurement systems like vibration monitoring system for CW pumps & CT fans, 24 V DC
Charger system with batteries, ST TSI and Vibration measurement and analysis system for
Gas Turbine etc are also part of this package.
Apart from above, Operator control desks, panels, Instrumentation, Control & Power Cables
are also included in this package.
The electrical part of the Package is intended for the procurement of 220V DC charger system
along with batteries, Static Frequency Converter (SFC) panel and Static Excitation Equipment
(SEE).
DETAILED INVITATION FOR BIDS
FARIDABAD GAS POWER STATION
BIDDING DOCUMENT NO. CS-6300-405-9
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
SECTION - I (IFB)
Page 2 of 6
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding
Documents, which are available for examination and Sale at the address given below at 12.0
and as per the following schedule:
Issuance of IFB
28.11.2018
Bidding Document Sale Date & Time
From 29.11.2018 to 06.12.2018 upto 1730
Hrs. (IST)
Pre Bid Conference and Last Date for
receipt of queries from bidders (if any)
13.12.2018
Bid Receipt Date & Time
Upto 27.12 2018 by 1430 Hrs. (IST)
Bid Opening Date & Time for Techno-
Commercial Bid
27.12.2018 at 1500 Hrs. (IST)
Price Bid Opening Date & Time
Shall be intimated separately by NTPC.
Cost of Bidding Document
INR 11,250/- (Rupees Eleven Thousand
Two Hundred Fifty only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 50,00,000/- (Indian
Rupees Fifty Lakh only) in the form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE
AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
In addition to the requirements stipulated in section Instruction to Bidder (ITB), the Bidder
should also meet the qualifying requirements stipulated under clause I & II or I, II & III indicated
below.
I. Technical Criterion:
The Bidder should meet the qualifying requirements stipulated under clause 1.0 and 3.0 or 2.0
and 3.0.
1.0 For Bidder
1.1 The Bidder should have designed, engineered, supplied and commissioned DDCMIS/DCS in
at least one (1) thermal power plant of unit rating 200 MW or above.
AND
1.2 The Bidder should have engineered, supplied and commissioned/got commissioned the
Control System for C&I renovation/ up-gradation in at least one (1) Gas Turbine of Siemens
make V 94.2 or V 84.2 turbine, which shall be operating successfully for not less than one (1)
year prior to the date of techno- commercial bid opening.
DETAILED INVITATION FOR BIDS
FARIDABAD GAS POWER STATION
BIDDING DOCUMENT NO. CS-6300-405-9
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
SECTION - I (IFB)
Page 3 of 6
2.0 For Bidder with Collaborator/ Associate
Bidder who meets requirement specified at 1.1 but does not meet requirement specified at 1.2
above and collaborates/ associates with a firm who fully meets the requirements specified at
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 Gas Turbine Control System part 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.
3.0 The offered control system for this project shall be either same or of the same series which is
operating successfully in at least one (1) Gas Turbine of ISO rating 100MW or above for not
less than one (1) year prior to the date of techno- commercial bid opening.
Notes:
1. Thermal plant indicated in clause I-1.1 means either coal based or gas based power plant.
The unit rating will mean rating of single unit for coal based power plant and module rating for
gas based power plant, in combination of GT(s) and ST.
2. In case Bidder is meeting clause I-1.1 above and associates with a firm meeting clause I-1.2
above then its Collaborator/Associate shall meet the requirement of clause III also.
3. Control System for Gas Turbine of Siemens make V 94.2 or V 84.2 turbine as indicated in
clause I -1.2 should necessarily include Gas Turbine electro hydraulic control and Gas Turbine
protection system.
II. 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 29 Crores (Rupees Twenty Nine 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
DETAILED INVITATION FOR BIDS
FARIDABAD GAS POWER STATION
BIDDING DOCUMENT NO. CS-6300-405-9
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
SECTION - I (IFB)
Page 4 of 6
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.
III. 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 22 Crores (Rupees Twenty Two
Crores Only).
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
DETAILED INVITATION FOR BIDS
FARIDABAD GAS POWER STATION
BIDDING DOCUMENT NO. CS-6300-405-9
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
SECTION - I (IFB)
Page 5 of 6
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
standalone 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.
7.0 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.
DETAILED INVITATION FOR BIDS
FARIDABAD GAS POWER STATION
BIDDING DOCUMENT NO. CS-6300-405-9
C&I R&M (RENOVATION & MODERNIZATION) PACKAGE
SECTION - I (IFB)
Page 6 of 6
8.0 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.
Note: No hard copy of Bidding Documents shall be issued.
9.0 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, Joint Deed of Undertaking (if applicable) 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.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from
local suppliers as defined in the bidding documents. The bidders may apprise themselves of
the relevant provisions of bidding documents in this regard before submission of their bids.
12.0 Address for communication:
Manager (Contract Services-IV) / AGM (Contract Services-IV)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-4948669/ 4946671
e-mail: vibhavrastogi@ntpc.co.in / ashokkumar06@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in