NTPC e-tender
NTPC Limited
(A Government of India Enterprise)
Central Procurement Cell /CC&M Deptt
NOTICE INVITING APPLICATION
for
online “PAN – NTPC VENDOR ENLISTMENT
1. NIA No: Enlistment/CEG/TMD-11 Dated: 05.12.2018
Receipt of online applications for pan NTPC enlistment of service providers
for the Contract Enlistment Group (CEG), TMD-11, is open.
Description of CEG:
TMD-11: Capital Overhauling/Overhauling of Steam Turbines of rated capacity
250 MW or less, having stationery blades fitted into diaphragms
Interested Service providers can apply online.
Please visit our website
www.vendor.ntpc.co.in/enlistment for further details and apply online for the
above CEG by logging on to this website.
Service providers who have
applied for enlistment to this CEG earlier shall also
have to resubmit their
online applications
in this website with latest and relevant credentials as per
the QR.
Note:
The last date for receipt of online application for pan NTPC vendor
enlistment for CEG No: TMD-11 in current enlistment cycle (C-11) is
31.12. 2018.
However service providers are requested to apply well
before last date to avoid last minute rush.
For any clarification in this regard vendors may please contact:
Sh U A Panigrahi , AGM(CPC), Phone: 0120-2410257, Mob No: 9650995781
Sh D K Sarraf, AGM(CPC),Phone: 0120-2410867, Mob No: 9650997043
1
NTPC LTD
CORPORATE OPERATION SERVICES, EOC, NOIDA
VENDOR ENLISTMENT FOR OVERHAULING OF STEAM TURBINES ON PAN NTPC BASIS
1
CEG No
TMD-11
2
Name of CEG
Capital Overhauling/Overhauling of Steam Turbines of rated
capacity 250 MW or less, having stationery blades fitted into
diaphragms
3
Responsibility Centre
CPC
4
Indicative Scope of Work :
Technical Specifications for Capital Overhauling/overhauling of Steam Turbines having
stationery blades fitted into diaphragms
A. To carryout Capital Overhauling/overhauling
of Steam Turbine and associated
equipment i.e. All Turbine/HP/IP/LP Cylinder, Turbine Stop/Control valves, LP
Bypass stop/Control valves, CRH NRV’s, Extraction NRV,s, Main steam/Hot Reheat
Strainers with in the stipulated time (Barring to Barring). Details of Scope of work
and T&C shall be as per tender enquiry. The scope includes, to carry out;
Dismantling, Assembly of Cylinder, components as per required procedure. Check
healthiness of steam path components and check/set/ensure required steam path
clearances.
Dismantling, assembly of Main steam piping/Casing joint, all miscellaneous piping
e.g. Gland steam supply, leak-off, drains etc.
Dismantling, Inspection, Assembly of Bearings. Check/correct necessary matching
of bearing support/contact areas, bedding check and ensure proper clearances
during fitment.
Dismantling, Inspection and Assembly of Stop/control valves. Check/correct
necessary matching of stem to seating area and ensure proper oil/key clearances
during fitment. Ensure proper fitment of oil catcher/oil guards with required
clearances.
Necessary checks on various keys, inspect, clean/replace, set at required
clearances
Necessary checks on various seal rings. Ensure healthiness and Measure
values/dimensions as per requirement.
Dismantling/assembly of casing parting plane fasteners using induction heating
Equipment, directly or through associates
Checking for Matching, correction of Parting plane contact area ,
checking/correction of flange/stud heating groove depth
Dismantling, Inspection, Assembly of Main Oil Pump/Governor as per required
procedure, Replace necessary components e.g. bearings/Wear rings/shaft etc.
Dismantling, Inspection, assembly of Barring gear assembly
Inspection/replacement of Compensator/Bellows
2
float check as per procedure.
Radial/facial run out, swing check and necessary face corrections for removing
high points, Convexity, concavity etc.
Rotor/Diaphragm/Liner/carrier replacement as per procedure
Axial clearance check, Diaphragm centering with Dummy shaft/Piano wire/Laser
alignment kit (as per requirement). Diaphragm machining with/without diaphragm
replacement.
Diaphragm/Liner/casing thermal clearance check.
Minimum radial clearance check by lead wire and seal cutting/as applicable.
Babbit healthiness check, DPT,MPI check of various components and NFT of LP
Turbine blading directly or through reputed associates
Coupled Run out, Decoupling, Free Run out, MOP-HP-IP-LP, LP-Generator
alignment.
Casing loading checking/correction using dynamometer
Catenary checking/correction through shims under deck springs, directly or
through associates
Dismantling, Inspection, Assembly of Strainers.
Necessary weld repair work of Turbine components e.g. Diaphragms, Nozzle boxes
Alumina cleaning of steam path components
Slow speed balancing either directly or through reputed associates
Necessary Rotor gland/seal segments/Peak seal refining at site
In-situ blade replacements directly or through reputed associates
Coupling bolt reaming/Honing directly or through associate
Laser alignment for centering of diaphragms may be done directly or through associates
B. Tools, Tackles and Fixtures
: The service provider should have required
tools/tackles, fixtures for carrying out jobs as above and for meeting the
requirement of complete
all cylinders at a time. Service provider is required to
submit the list.
C. Material Supply: Turbine spares/components are with
in scope of NTPC. All
consumables shall be within scope of Service provider.
D. Terms and conditions
The work should be completed in 35-45 days (Barring to Barring)-indicative.
Expected Workmanship quality : The workmanship quality has to be such that either
the vibrations are less than or equal to expected values observed in pre-overhaul
survey. No rework should take place, on account of workmanship, with in the period
specified in Site contract.
Experience of BHEL, KWU/Siemens, LMZ/Power Machines, Ansaldo, MHI, GEC, GE
,ABB, Alstom, Alstom/Parson, Power Machines, Skoda Make/Design steam
3
turbines shall only be considered.
Service pr
ovider should have on its rolls, sufficiently experienced Graduate/
Diploma mechanical engineers, at least 4 numbers, so that 2 each can be posted
for site in charge/supervision on 24x7 basis.
Skilled manpower: Service provider should have sufficient Millwright fitters on its
rolls, so that 8 can be posted at each site for craftsmanship.
For works executed outside NTPC, Service provider should produce work
completion certificate
from Turbine Manufacturer/OEM/SEB/Utility/Company for
satisfactory completion
of work having completed in scheduled overhauling
period.
For cases of overhauls executed in NTPC, Internal feedback shall also be
considered.
5
Technical Qualifying requirements for Capital Overhauling/overhauling of 250 MW or
less Steam Turbines having stationery blades fitted into diaphragms
1.1
The bidder should have carried out, at least two (2) overhauls for Steam Turbines
(diaphragm type) of capacity 200 MW or higher (with at least 2 cylinders at a time) and three
(3) overhauls for Steam Turbines of capacity 90 MW or higher (with all cylinders at a time) of
design/make as per Note below during any three consecutive years ending date of application.
OR
1.2 The bidder should have carried out
at least five (5) overhauls for Steam Turbines
(d
iaphragm type) of capacity 200 MW or higher (with at least 2 cylinders at a time) of
design/make (as per the ‘Note’ below) during any three consecutive years within the last four
years period from the date of submission of application.
Note:
a. Experience of only BHEL, LMZ/Power Machines, KWU/Siemens, Ansaldo, MHI, GEC,
GE, ABB, Alstom, Skoda Make/Design steam turbines either in India or abroad shall be
considered.
b.
Experience of capacity up gradation through cylinder modification at site shall also be
counted equivalent to experience towards overhauling for respective categories
c. Experience of erecting the complete diaphragm type steam turbine of rating 600 MW or
higher shall be considered equivalent to overhaul for diaphragm type turbine with three
cylinders.
d. The three consecutive years shall be cluster of first three years or last three years within
last four years period from date of submission of application. For example if a vendor
submits application on 25
th
September,2018 the last four years period shall be 26
th
September,2014 to 25
th
September,2018. The clusters of three consecutive years shall
be 1st cluster (26
th
Sept,2014 to 25
th
September,2017) & 2
nd
cluster(26
th
Sept,2015 to
25
th
September,2018).
Document to be
submitted by Vendor in
support of meeting QR
1. Relevant and legible PO copies with detailed scope of work,
terms and conditions, BOQ, and Client’s Completion Certificates
for the works executed.
2. Filled up format (Form –A)mentioning details of credential to
be attached
4
6
Guidelines for finding
the executed value of
the POs
submitted by
the applicants
(Three heighest
executed values shall
be considered)
(a) Executed value means “ The combined executed value from all
BOQs of the similar work or the lum- sum amount (if there is no
BOQ) of the similar work executed by the applicant.”
(b)
Similar work means “The work of (overhauling) or (Erection and
commissioning) of steam of Steam Turbine/Turbo Generator of
capacity 60 MW or more executed within last five years from date
of application.
(c)
In case of single /composite POs involving overhauling/erection
and commissioning of Boiler, Turbine and Generator, the executed
value from boiler and its auxiliaries overhauling/erection shall not
be considered.
(d)
Executed values of similar work involving works of TG auxiliaries
covered within the PO and capacity up gradation, if any, shall be
considered.
(e)
Material values supplied, if any, within the similar work shall be
considered as executed values if total material value supplied is
equal to or less than 20% of overall executed value. If the material
value is more, than total material value shall not be considered
within executed value.
(f)
Value means basic value of the PO. Where PO value is composite
(i.e. including Service taxes etc.), the applicant has to give break-
up of composite PO value mentioning basic value, taxes etc. Any
separate re-imbursement/ escalation shall not be considered.
7
Documents to be submitted :
In addition to the documents required in support of meeting technical requirements as stated
above,
following documents are required to be submitted by the applicants applying for
enlistment:-
a. Audited balance sheets including Profit & Loss statements for the previous three completed
financial years (2012-13,2013-14,2014-15) reckoned from the date of application. In case the
audited documents are not ready / available, then certified copy by a registered practicing
Chartered accountant may be submitted.
b. NSIC / SSI / MSME registration certificate, if any.
c. PF and GST registration certificates.
e. Any other documents in addition to the above which the applicant wants to submit.
8
Special Terms and Conditions:
A. Evaluation Criteria: (As per QR)
No. of capital overhauls specifying cylinders (HP/IP/LP), Make, design, MW Rating,
Type (Having stationery blades directly fitted into casing or stationery blades fitted in
Diaphragms), P.O. Copies and Work completion certificates, Erection or capacity up
gradation, Financial data like Annual Turn Over.
B. Work completion certificates issued from
Turbine Manufacturer/OEM/SEB/Utility/
Employer Company should mention that “The job has been completed successfully”
OR “There is no adverse report on execution of workOR There is no adverse report
on post commissioning running of the machine within the stipulated period
due to
reasons attributable to the contractor” for the specific PO for which work completion
issued. Separate certificate issued by above authorities specifying the quality of work
shall also be accepted. If required, NTPC may seek clarification/feedback from the
employer/utility related to credential of the applicant/service provider.
C. The job carried out as mentioned in QR within a specific period means that the job
must have been started and completed within the period for overhauling of turbines.
5
In case of erection of complete turbine, the date of start of job may be earlier to the
beginning date of period under consideration but the erection must be complete on or
before last date of period.
D. The bidder should have carried out the erection of turbine means that the unit has
been synchronized to the grid successfully. (First time synchronization shall also be
considered.
E. PF document is mandatory for enlistment.
F. No fee is required to be paid for enlistment. No off line application w
ould be
entertained by NTPC.
G.
In the process of vendor enlistment, NTPC may seek additional information/
clarification and vendor must be ready to furnish promptly any such information, so
asked for.
H. Any contractor currently under BIFR or banned / blacklisted on Pan NTPC basis shall not
be considered for enlistment. However, such vendors may be considered for
enlistment only after expiry of the banning / blacklisting period. If any vendor is
debarred / banned in participating any tender originating from any particular station/
region of NTPC shall continue to remain debarred/banned for that station/ region even
after enlistment on PAN NTPC basis, till expiry of period or else banning order is
revoked by concerned station/ region.
I. The cutoff date for submis
sion of completed application as mentioned in this
notification only for the purpose to commence first cycle of evaluation only. Vendors
intending to get themselves enlisted within the first cycle need to apply online within
this cutoff date. Application s
ubmitted after this date will not be considered for
enlistment in the first cycle.
J. In case, during evaluation of credentials, if any additional or relevant documents is
required by NTPC, the same should be furnished by uploading in website/e-mail
attaching scanned copy of documents duly signed & stamped by the authorized person.
K. Vendors shall be enlisted for three years from the date of uploading of list on website,
subject to fulfillment of the terms & conditions.
L. Interested vendors may open the websit
e (www.vendor.ntpc.co.in) and register
themselves for enlistment by filling registration form online. System generated e-mail
shall be sent to the vendor giving ID & password for authentication & activation. It is
required that the photocopies of the original documents of the relevant credentials
shall be self attested by the authorized signatory with company seal, scanned and
uploaded in “PDF form” as per the instructions shown on the page.
M. Vendor has to send hard copy of following documents in original, in the format given
on the home page of website so as to reach at Central Procurement Cell , EOC, NTPC
Ltd, Noida- U P , PIN: 201301.
i . Letter of Undertaking (to be executed on non-judicial stamp paper of Rs. 100/-)
ii. Power of Attorney (to be executed on non-judicial stamp paper of Rs. 100/-
)
Original Letter of Undertaking and Power of Attorney duly signed are to be sent by
speed / registered post/ courier on stipulated address so as to reach within fifteen
days of submitting the application. Without receipt of original Letter of Undertaking &
Power of Attorney, the applicant shall not be considered for enlistment.
N. For enlisted vendors, at any given point of time, maximum four orders of the works
under the same CEG can be awarded on pan NTPC basis. This clause may be reviewed
by NTPC depending on site feedback.
6
O. The enlisted contractor shall only be given the award based on evaluation of the bids.
Generally subcontracting of the work will not be permitted for this CEG awarded
package except exceptional cases as per site specific requirements. However, 100%
back to back subcontracting will not be allowed in any case. If any subcontractor is
found executing the contract awarded to the enlisted contractor without approval of
NTPC, action against the main contractor will be taken for withholding/ banning of
business dealings as per NTPC Policy.
P. Enlistment done on pan NTPC basis through this NIA will supersede the enlistment
done at site/region.
Q. NTPC reserves that right to cancel this enlistment at any time with prior notice to
enlisted contractors.
R. For any clarification /update the applicants may contact the following executives of
CPC
(i) Sh U A Panigrahi, AGM Ph No: 0120-2410257 Mob No: 9650995781
(ii) Sh D K Saraf, AGM Ph No: 0120-2410867 Mob No: 9650997043