DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
1 OF 9
NTPC Limited
(A Govt. of IndiaEnterprise)
EOC Noida Office
INVITATION FOR BIDS (IFB) for
Advanced Asset Management (AAM) Package for
NTPC SIMHADRI Stage-I (2 X 500 MW) &Stage-II (2X500 MW)
(Domestic Competitive Bidding)
IFB No: 40087966 Date:12.04.2019
Bidding Document No. : CS-3500-418-9
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 Details:
IFB No
40087966
IFB Date
12.04.2019
Document Sale Commencement Date & Time
19.04.2019 10:00:00
Document Sale Close Date & Time
02.05.2019 17:30:00
Source of IFB/NIT
EOC Noida Office
Contract Classification
Equipment Supply & Erection
Last Date and Time for Bid submission
24.05.2019 14:30:00
Technical Bid Opening Date & Time
24.05.2019 15:00:00
Price Bid Opening Date & Time
Shall be informed later
Cost of Bidding Documents in INR
11,250
EMD in INR
50,00,000
Last Pre- Bid Query Date (if any)
07.05.2019
Pre-Bid Conference Date & Time
08.05.2019 11:00:00
3.0 The finances for subject package are intended to be met from internal resources of NTPC.
4.0 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/ sap/bc/gui/sap/its/bbpstart). 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 alongwith duly filled in questionnaire
for issue of vendor code and SRM user id/password.
5.0 All Bidders are compulsorily required to provide GSTIN number at the time of purchase of bidding
documents from office of NTPC.
6.0 Brief Scope of Work & other specific detail:
As part of Digitalization initiatives for Power plant, Employer intends to procure Advanced Asset
Management (AAM) solution for Simhadri Super Thermal Power Station (4 x 500 MW) through this
tender. The solution is intended for the optimization of maintenance process along with simplifying
the monitoring and management of data. The Contractor’s scope shall include hardware & software
design, engineering, material procurement, fabrication, programming, testing, packing, unloading,
storage, shipping, erection, installation, commissioning and site acceptance testing with all related
services in accordance with the requirement of specifications.
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
2 OF 9
The Advanced Asset Management solution envisaged for the project shall consist of the following
broad components:
1. Asset Performance Management (APM):
a. Reliability Centric Maintenance (RCM) Software
b. Diagnostic Advisory System for alerts generated by Employer’s Advance Pattern
Recognition Software.
2. IIoT Solutions for:
a. Real-time Equipment and Process Monitoring inside plant boundary
b. Real-time Equipment and Process Monitoring for areas outside plant boundary
c. Condition monitoring
3. Digital Worker:
a. Mobility application
b. Realwear based Digital Helmet /Connected Digital Worker-Skill Center
c. Real time location tracking system (RTLS)
4. Asset Information Management (AIM):
a. Creation of Intelligent 3D Modelling including creation of Intelligent P&IDs
b. Digitization of plants documents and drawings, meta data generation and inter-linking of
3-D model, 2-D drawings, documents etc.
5. Industrial Wireless Network:
The industrial wireless private network to be established that will provide connectivity to
multiple services (inside the plant boundary and offsites outside the plant boundary) which
are being established as part of this package.
The above system components shall either be integrated on to a platform (IIoT Platform) or shall
have application level integration.
This implementation will include interface with various existing Employer systems for example SAP,
PI, APR, Condition Monitoring systems along with fetching data through offline files, web pages etc.
This will enable unified view of assets/equipment by combining required data from different sources.
Further, this includes providing a fully integrated workflow management system (collaborative
environment) allowing users to comment, initiate discussions, attach external files, have well defined
SOPs, generate reports and a knowledge repository to continuously store all input data, processed
data and other system data.
7.0 Qualifying Requirements for Bidders:
In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB
(Instruction to Bidders), the Bidder should also meet the qualifying requirements stipulated
under clause (I & II) or (I, II & III) indicated below.
I Technical Criterion:
7.1 Routes
7.1.1 Route-1
7.1.1.1 The bidder should have got one (1) order for APM (Asset
Performance Management) implementation with the offered
software for a large industrial setup such as power plant,
cement plant, refinery, steel plant, coal mine, fertilizer plant.
AND
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
3 OF 9
7.1.1.2 The bidder should have got one (1) order for Digital Worker
implementation with the offered software or AIM (Asset
information management) implementation with the offered
software or IOT (Internet of Things) solution for a large
industrial setup such as power plant, cement plant, refinery,
steel plant, coal mine, fertilizer plant.
7.1.2 Route-2
7.1.2.1 In case the Bidder does not meet the requirement of either
7.1.1.1 or 7.1.1.2 above, the Bidder can also qualify
provided it collaborates/associates with an entity who
meets those requirement of 7.1.1.1 or 7.1.1.2 above which
the Bidder does not meet, so that complete requirements
of 7.1.1 above are met by the Bidder along with its
Collaborator/Associate.
OR
7.1.2.2 In case the Bidder does not meet both the requirements of
7.1.1.1 & 7.1.1.2 above, and the Bidder has supplied
DDCMIS for a power plant of 200MW or above, the Bidder
can also qualify provided it collaborates/associates with
entity(ies) who meet the requirements of 7.1.1.1 and
7.1.1.2 above.
7.1.2.3 In cases of Collaborator/Associate, the Bidder should furnish
along with its bid Deed of Joint Undertaking (DJU) for each
Collaborator/Associate, jointly executed by the Bidder along
with its Collaborator/Associate for full responsibility of the
performance of the part of the contract for which it is
associated, 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 the scope of work for which the
Collaborator/Associate is responsible. This Deed of Joint
Undertaking(s) should be submitted along with the Bid, failing
which the Bidder shall be disqualified and its bid shall be
rejected. In case of award, each of this Collaborator/Associate
shall be required to furnish an on-demand Bank Guarantee as
per the format enclosed with the bidding documents for a value
as per following, in addition to the Contract Performance
Securityto be furnished by the bidder.
Collaborator(s) /
Associates(s)
Applicable clauses
Bank Guarantee Value
Entity
7.1.1.1
3% (three percent) of the total
contract price
Entity
7.1.1.2
2% (two percent) of the total
contract price
Entity
7.1.1.1&7.1.1.2
5% (five percent) of the total
contract price
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
4 OF 9
7.2.0 The offered APM (Asset Performance Management) software
should have been in successful operation in a large industrial
setup such as power plant, cement plant, refinery, steel plant, coal
mine, fertilizer plant, for a period of not less than one (1) year prior
to the date of bid opening.
.
Notes for clause I Technical Criterion:
1. In case, Bidder’s Subsidiary company or Bidder’s Holding
company or Subsidiary of Bidder’s Holding company meets the
requirement of 7.1.1.1 and/or 7.1.1.2 above, the Bidder shall be
considered meeting those requirements. The Holding company
can be immediate (direct) or any subsequent (indirect) holding
company. The Subsidiary company can be immediate (direct)
or any subsequent (indirect) subsidiary company.
In such a case, Bidder shall furnish along with its bid the
following:
a. Letter of undertaking jointly executed by the Bidder and the
Subsidiary or Holding Company or Subsidiary of Holding
company meeting the requirement(s) of 7.1.1.1 and/or 7.1.1.2,
for full responsibility of the performance of the respective part
of the contract jointly & severally, as per format enclosed with
the bidding document failing which the Bidder shall be
disqualified and its bid shall be rejected.
b. Letter from the CEO/CFO/Director of the common Holding
company of the Bidder and the Subsidiary or Holding
Company or Subsidiary of Holding company meeting the
requirement(s) of 7.1.1.1 and/or 7.1.1.2, shall be submitted to
establish the relationship, as per the format enclosed with the
bidding document. Alternatively any other document can also
be submitted.
2. The scope of APM (Asset Performance Management)
software referred at 7.1.1.1 and 7.2.0 in reference plant to
include asset criticality/asset risk profiling, RCM(Reliability
centered maintenance) or FMEA(Failure modes and effect
analysis), and selection of maintenance plan/strategy.
3. The scope of IOT Solution referred at 7.1.1.2 in reference
plant to include commissioning of wireless sensors,
integration of sensors through communication gateway to
enable visualization or monitoring or analysis.
4. The scope of Digital worker software referred at 7.1.1.2 in
reference plant to include mobile based application for field
operator rounds or maintenance management.
5. The scope of AIM software referred at 7.1.1.2 in reference
plant either to include linking of asset tags to 3-D model,
documents (e.g. datasheets, PIDs) or to include tag to tag,
tag to document navigation/cross-referencing.
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
5 OF 9
6. The reference plant(s) for 7.1.1.1, 7.1.1.2, 7.2.0 may be
same or different.
7. The APM, Digital worker and AIM software offered for this
package should either be same as the software at
reference plant for 7.1.1 or its newer version with same or
different name.
8. The APM software at reference plant for 7.2.0 can be same
as the software offered for this package or its older version
with same or different name.
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 INR 22.5 Crores
(Rupees Twenty Two Crores and fifty Lacs Only).
b) 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.
c) 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
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:
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
6 OF 9
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.
d) 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 the following for different
Collaborator(s) / Associates(s) as applicable.
Collaborator(s) /
Applicable clauses
Required annual turnover in Crores
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
7 OF 9
Associates(s)
Rupees
Entity/ Firm
7.1.1.1
6.75 Crores (Rupees Six Crores
and Seventy Five Lacs Only)
Entity/ Firm
7.1.1.2
₹ 3.4 Crores (Rupees Three Crores
and Forty Lacs Only)
Entity/ Firm
7.1.1.1 &7.1.1.2
10.1 Crores (Rupees Ten Crores
and Ten Lacs 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 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.
DETAILED INVITATION FOR BID
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
8 OF 9
c) In case the Collaborator/Associate is not able to furnish
its audited financial statements on stand alone 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 for clause II & III:
(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
SIMHADRI SUPER THERMAL POWER STATION
STAGE-I (2X500 MW) &STAGE-II (2X500 MW)
BIDDING DOCUMENT NO.: CS-3500-418-9
Advanced Asset Management (AAM)
SECTION-I (IFB)
PAGE
9 OF 9
(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.
Note: No hard copy of Bidding Documents shall be issued.
8.0
Issuance of bid documents to any Bidder shall not construe that such bidder is considered
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 as per 2.0 above at the address given below.
9.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope
separately offline/online by the stipulated bid submission closing date and time at the
address given below. Any bid without an acceptable Bid Security and Integrity Pact (if
applicable) shall be treated as non-responsive by the employer and shall not be opened
and returned to the bidders without being opened.
10.0 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.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0. 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.
13.0 Address for Communication:
Manager (C&M)/ Addl. General Manager (C&M),
NTPC LTD., 6th Floor,
EOC, Plot no. A-8A, Sector 24,
NOIDA (UP), India-201 301
0120 4948604/4948606
Email ID: snmallick@ntpc.co.in / harshmamodia@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or
www.ntpctender.com
or
www.ntpc.co.in
RegisteredOffice
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
CorporateIdentificationNumber:L40101DL1975GOI007966