NTPC Limited
(A GOVT OF INDIA ENTERPRISES)
RAMAGUNDAM STPS-II(3 x 500MW)
BIDDING DOCUMENTS
FOR
“R&M of CPU in Stage-II Units” PACKAGE
FOR RAMAGUNDAM STPS, STAGE-II ( 3 X 500 MW)
BIDDING DOCUMENT NO.: SR-CS-3120(R&M-MG)-114A-9
(This document is meant for the exclusive purpose of bidding against this E- Bid Invitation
No. / Specification and shall not be transferred, reproduced or otherwise used for purposes
other than that for which it is specifically issued.)
BIDDING DOCUMENTS
FOR
R&M OF CPU IN STAGE-II UNITS” PACKAGE
FOR RAMAGUNDAM STPS, STAGE-II ( 3 X 500 MW)”
BIDDING DOCUMENT NO.: SR-CS-3120(R&M-MG)-114A-9
CONTENTS
1. SECTION – I INVITATION FOR BIDS (IFB)
2. SECTION – II INSTRUCTIONS TO BIDDERS (ITB)
3. SECTION – III BID DATA SHEET(BDS)
4. SECTION – IV GENERAL CONDITIONS OF CONTRACT
(GCC)
5. SECTION – V SPECIAL CONDITIONS OF CONTRACT
(SCC)
6. SECTION – VI TECHNICAL SPECIFICATION, SPECIAL
TERMS & CONDITIONS AND BID DRAWINGS
7. SECTION – VII FORMS AND PROCEDURES (FP)
BIDDING DOCUMENTS
FOR
R&M OF CPU IN STAGE-II UNITS” PACKAGE
FOR RAMAGUNDAM STPS, STAGE-II ( 3 X 500 MW)
BIDDING DOCUMENT NO.: SR-CS-3120(R&M-MG)-114A-9
Sub: Priority of Documents
The several documents forming the contract are to be taken as mutually explanatory of one
another, detailed drawing being followed in preference to small scale drawing and figures
dimensions in preference to scale and Special Conditions in preference to General Conditions.
In the Case of discrepancy between various documents, the following order of preference shall be
observed:
Special Conditions of Contract
General Conditions of Contract
Bid data sheets
Instructions to Bidders
In the Case of discrepancy between Schedule of Quantities, the Specifications and/ or the
Drawings, the following order of preference shall be observed:
(a) Description in Schedule of Quantities.
(b) Particular Specification and Special Conditions, if any.
(c) Drawings
(d) Technical Specifications.
SECTION – I
INVITATION FOR BIDS
ABRIDGED IFB
ABRIDGED INVITATION FOR BID
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
Unified Shared Service Centre-SR
C&M department
INVITATION FOR BIDS (IFB)
FOR
R&M OF CPU IN STAGE-II UNITS” PACKAGE
FOR RAMAGUNDAM STPS, STAGE-II ( 3 X 500 MW)
(DOMESTIC COMPETITIVE BIDDING)
BIDDING DOCUMENT NO.: SR-CS-3120(R&M-MG)-114A-9
IFB No.: 9900170433 Date: 27.12.2018
BIDDING DOCUMENT NO.: SR-CS-3120(R&M-MG)-114A-9
NTPC invites Online Bids on Single Stage Two Envelope Basis (Envelope-I: Techno-Commercial Bid
&
Envelope
-II: Price Bid) from eligible bidders for aforesaid Package.
Bid Document shall be on sale from 27.12.2018 to 24.01.2019
Bid shall be received upto 15:00 hrs (IST) on 24.01.2019 and Techno Commercial Bids
shall be
opened on 25.01.2019 at 15:30 hrs (IST). The Price Bid opening date will be communicated at a
later date.
For the detailed IFB and bidding documents, please visit at https://eprocurentpc.nic.in/nicgep/app
or
www.ntpctender.com or www.ntpc.co.in or may contact Sr. Manager (C&M)/ AGM (C&M),
Unified Shared Service Centre, NTPC Limited, Simhadri Super Thermal Power Station, Admin
Building Annex, Via Parawada, PO NTPC Simhadri, Visakhapatnam, A.P. 531020, on Telephone
Nos. 9884119921/ 9491399874
or at office.
DETAILED IFB
DETAILED INVITATION FOR BID
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
Unified Shared Service Centre-SR
C&M department
INVITATION FOR BIDS (IFB)
FOR
R&M OF CPU IN STAGE-II UNITS” PACKAGE
FOR RAMAGUNDAM STPS, STAGE-II ( 3 X 500 MW)
BIDDING DOCUMENT NO.: SR-CS-3120(R&M-MG)-114A-9
(Domestic Competitive Bidding)
IFB/NIT: 9900170433 Date: 27.12.2018
1. NTPC Limited (NTPC), invites online Bids on Single Stage Two Envelope (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. BRIEF SCOPE OF WORK:
The scope of “R&M of CPU in Stage-II ( 3 x 500 MW) Units” PACKAGE to be supplied,
erected and commissioned under
this specification shall be as detailed hereinafter.
The Contractor shall be fully responsible for system and detailed Design, engineering,
manufacture, civil works, inspection and testing at supplier’s works, packing, forwarding to site,
unloading, erection, supervision, pre-commissioning, testing and commissioning and
performance testing of the equipment / system and works including Dismantling of existing CPU
facilities and supply of mandatory spares as specified and covered under the specifications of
NIT Ref: 9900170433, for Ramagundam STPS Stage-II (3 x 500 MW) Jyothinagar, Dist-
Karimnagar, Telangana.
3.0 NTPC intends to finance the subject package through Own Resources.
4.0 Detailed scope of work, specifications and terms & conditions are given in the Bidding
Documents which are available for sale as per the following schedule:
Bidding Document No. 9900170433
Document download/ Sale Commencement Date
27.12.2018, 12:00 hrs (IST)
Document Sale/ download Close Date & Time 24.01.2019 up to 15:00 hrs (IST)
Last date for receipt of queries/clarifications 10.01.2019 , 17:00 hrs (IST)
Bid Submission End Date & Time
Up to 24.01.2019 , 15:00 hrs (IST)
Techno-commercial Bid Opening Date & Time
25.01.2019 , 15:30 hrs (IST)
Price Bid Opening Date & Time
Will be intimated separately
Cost of Bidding Documents(Tender fee) in INR Rs. 7875/- per set (inclusive of GST)
Prospective bidders from U.P. State are compulsorily required to provide TIN number
at the time of purchase of bidding documents.
5.0 All bids must be accompanied by Bid security for an amount of Rs. 20,00,000 /- (Indian Rupees
Twenty Lakhs only) in the form as stipulated in bidding documents.
Any Bid not accompanied by the acceptable Bid Security and Tender Fee in a separate sealed
envelope shall be rejected by the Employer/NTPC as being non-responsive and returned to the
bidder without being opened.
Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or Udyog Aadhar or any other
body specified by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, for
goods produced and services rendered, shall be issued the bidding documents free of cost and
shall be exempted from paying Bid Security/ Earnest Money Deposit.
Vendors having valid Small Scale Industries Certificate registered with the National Small
Industries Corporation (NSIC) under single point registration scheme for the said item are
exempted from payment of Tender Fee. Bidders seeking exemption should enclose a photocopy of
valid registration certificate giving details such as validity, monetary limit, stores etc. along with their
request for Tender Document.
The benefit as above to MSEs shall be available only for Goods/ Services produced & provided by
MSEs.
MSEs seeking exemption and benefits should enclose a attested/ self-certified copy of registration
certificate as a part of his bid, giving details such as stores/ services, validity (if applicable) etc.
failing which they run the risk of their bid being passed over as ineligible for the benefits applicable
to MSEs.
The above benefits to MSEs are meant for procurement of only goods produced and services
rendered by MSEs. However, traders are excluded from the purview of Public Procurement Policy
and not eligible for Benefits to MSEs.
Further, the benefits under Public Procurement Policy for MSEs will not be extended against
tenders for works contracts in line with the judgement of Hon’ble High court of Delhi dated
02.11.2015.
Tenderers seeking exemption should upload valid exemption certificate in Fee cover in GePNIC
having details such as validity, stores and monetary limits and the hard copy shall be submitted
offline before bid submission end date and time. The benefits to MSEs registered under Udhyog
Aadhar Memorandurm (UAM) will be extended only if they have declared their UAM number on the
Central Public Procurement Portal (CPPP).
6.0 Benefits / Exemptions to Supplies for Mega Power Projects-
NOT APPLICABLE
7.0 Qualifying Requirements for Bidders:
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section-III, BDS (Bid Data
Sheet) of Bid do cuments, the following shall also apply:
7.1.0 Technical Criteria:
7.1.1.(a) The bidder should have designed, supplied, erected and commissioned at least one(1)
Condensate Polishing Plant of mixed bed, deep bed type consisting of service vessel of minimum
capacity of 500 m3/hr. The plant shall have external regeneration system, incorporating the same
resin separation and regeneration process as proposed by the Bidder for this package. The above
plant should have been in successful operation for a period of at least one(1) year prior to the date
of Techno-Commercial bid opening.
7.1.2 (a) Bidders who do not meet the qualification requirements stipulated at 7.1.1(a) above, may also
participate provided the Bidder is a contractor in water treatment plant and has executed at least
one(1) number ion exchange based demineralising plant of minimum capacity of 60 cu.m/hr
consisting of maximum two(2) streams and associates for this bid with an Associate who in turn
fully meets the requirements stipulated at 7.1.1(a) above.
7.1.2 (b) In such a case, the Bidder should furnish an undertaking jointly executed by it and its
Collaborator/Associate, as per format enclosed in the bidding documents, for successful
performance of the Condensate Polishing Plant. This Deed of Joint Undertaking(DJU) shall be
submitted along with the Techno-Commercial bid, failing which the Bidder shall be disqualified and
its bid shall be rejected. In case of award, the Bidder's Collaborator/Associate will be required to
furnish an on demand bank guarantee as per format enclosed in the bidding documents for a value
equal to 1%(One percent) of the total contract price in addition to the contract performance security
to be furnished by the Bidder.
7.2.0 Financial Criteria:
7.2.1(a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the
date of Techno commercial Bid opening shall not be less than INR 1424 Lakhs (Indian Rupees
One thousand four hundred and twenty four Lakhs only).
In case, a Bidder does not satisfy the financial 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 its Holding Company, supported by the Board Resolution of the Holding Company, 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.
7.2.1(b) Net Worth should not be less than 100 %( hundred percent) of the Bidder's paid up share capital
as on the last day of the preceding financial year. 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 wherever applicable, 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.
7.2.1(c) In case the Bidder is not able to furnish its audited financial statements on standalone entity
basis, the un-audited 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 un-audited unconsolidated financial statements of the Bidder along with
copies of the audited consolidated financial statements of the 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 un-audited unconsolidated financial statements
form part of the Consolidated 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 practising Chartered Accountant
shall also be considered acceptable. In case, Bidder is not able to submit the Certificate from a
practising 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 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 practising Chartered
Accountant certifying the financial parameters is not available.
7.2.2 Financial Criteria for Collaborator/Associate:
7.2.2 (a) The average annual turnover of the Collaborator/Associate, in the preceding three (3)
financial years as on the date of Techno commercial Bid opening shall not be less than INR 142
Lakhs (Indian Rupees One hundred and forty two lakhs only)."
In case, the Collaborator/Associate does not satisfy the average annual turnover criteria above on
its own, its Holding Company would be required to meet the stipulated turnover requirements
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 Techno-
commercial bid, a Letter of Undertaking from the holding company, supported by Board Resolution
of the Holding Company, as per the format enclosed in the bidding documents, pledging
unconditional and irrevocable financial support to the Collaborator/Associate to honour the terms
and conditions of the Deed of Joint Undertaking in case of award of the contract to the Bidder with
whom Collaborator/ Associate is associated.
7.2.2 (b) The Net Worth of the Collaborator/ Associate, as on the last day of the preceding
financial year as on the date of Techno-commercial bid opening, should not be less than 100%
(hundred percent) of its paid-up share capital. In case the Collaborator does not 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.
7.2.2 (c) In case the Collaborator/ Associate is not able to furnish its audited financial statements
on standalone entity basis, the un-audited unconsolidated financial statements of the Collaborator/
Associate can be considered acceptable provided the Collaborator/ Associate furnishes the
following further documents for substantiation of its qualification:
i. Copies of the un-audited unconsolidated financial statements of the Collaborator/ Associate
along with copies of the audited consolidated financial statements of the Holding Company
of Collaborator/ Associate.
ii. A Certificate from the CEO/ CFO of the Holding Company, as per the format enclosed in the
bid documents, stating that the un-audited unconsolidated financial statements form part of
the Consolidated Financial Statement of the Holding Company of Collaborator/ Associate.
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 practising Chartered Accountant shall
also be considered acceptable. In case, Collaborator/ Associate is not able to submit the Certificate
from a practising 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 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 practising Chartered
Accountant certifying the financial parameters is not available.
Notes for Clause 7.2.1 and 7.2.2:-
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. 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 paidup share capitals and Y1, Y2, Y3 are individual paid up share capitals
8.0 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.
9.0 A Complete set of Bidding Documents may be downloaded by any interested Bidder through NTPC e-
procurement portal https://eprocurentpc.nic.in. For logging in to the e-tender website, the bidder would require
user ID and password which can be created at our e-tender website and same has to be informed to concerned
package coordinator. First time users not allotted any vendor code are required to approach NTPC at least five
(5) working days prior to document sale end date along with documents like PAN Card, Address proof and GST
registration etc. for issue of vendor code. Tender fee shall be submitted in the form of a Demand Draft (DD) in
favour of NTPC Ltd., payable at Visakhapatnam.
10.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be
qualified. Bids shall be submitted separately online. Bidder shall furnish Tender Fee & Bid
Security/ MSE certificate for exemption, Power of Attorney, Integrity pact, JV Agreement ,
Deed of Joint Undertaking(DJU) separately offline as detailed in Bidding Documents by the
stipulated bid submission closing date and time at the address mentioned at 13.0.
11.0 Transfer of Bidding Documents purchased by one intending bidder to another is not possible.
12.0 First time users not allotted any vendor code are required to approach NTPC at least five working days
prior to last date of bid submission and submit following details.
(a) For creation of vendor code:
i) Company/ Firm registration copy, GST registration copy, PAN detail copy
ii) Valid email ID, Contact No.
iii) Address Proof
iv) Cancelled cheque & EFT form (to be verified by bank)
Note: Format of EFT (Electronic Fund Transfer) form is attached along with tender
documents.
(b) For registration in GePNIC (Govt. e-Procurement National Informatics Centre) portal
i) Go to site: https://eprocurentpc.nic.in/nicgep/app
ii) Click on online bidder enrolment & fill up your details
iii) Send the copy of registration acknowledgement to dealing officer of case.
13.0 Address for Communication:-
AGM (Contracts and Materials)
Unified Shared Service Centre.
NTPC Limited, Admin Building Annex
Simhadri Super Thermal Power Station
Via Parawada,
PO NTPC – Simhadri,
Visakhapatnam, A.P. – 531020.
Phone: 9884119921/ 9491399874
E-mail: ushagurijala@ntpc.co.in / pkkrishnanunny@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or
www.ntpctender.com or www.ntpc.co.in