Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE- WR1, KAWAS
NOTICE INVITING TENDER (NIT)
FOR THE WORK OF
TRIENNIAL MAINTENANCE CONTRACT FOR BOILER, TURBINE &
AUXILLIARIES AT NTPC MAUDA
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: 9900203615 Date : 29.06.2020
Bidding Document NO: C01030
1.0 NTPC 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.
2.0 BRIEF SCOPE OF WORK
Brief scope of this proposal covers Triennial Maintenance (Running Maintenance,
Breakdown Works) Contract of Boiler, ESP, Turbine and Auxiliaries Stage-I (2 X 500
Mw) Units & Stage-II((2 X 660 Mw) at NTPC- Mauda for 03 years.
3.0 Detailed 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 D
ate
2
9
.06.2020
Document sale Commencement
Date
29.06.2020
Last date for receipt of queries from
bidders (if any)
10.07.2020
Last Date & time for Bid submission 18.07.2020 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time
.0
7
.2020
a
t 16:00
Hrs (IS
T)
Price bid Opening Date & time Shall be intimated separately.
Tender Fee
INR 10,620.00 (Rupees Ten Thousand Six
Hundred and Twenty only)
Tender fee shall be submitted in the form of
Demand Draft / Banker's cheque / Pay Order from
any Nationalized / Scheduled Bank drawn in
favour of NTPC Limited, payable at Kawas.
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
4.0 All bids must be accompanied by Bid Security for an amount of INR
50,00,000.00/- (Indian Rupees Fifty Lakhs only) in the form as stipulated in the
Bidding documents. Bid Security shall be submitted in a sealed envelope
Page 2 of 5
separately in physical form by the stipulated bid submission closing date and
time at the address given below.
5.0 Benefits of MSME bidders in respect of Tender Fee and Bid Security shall be
applicable in line with clause 03 of Section IV-SCC. Purchase preference to local
suppliers is applicable (refer clause 29 of Section IV-SCC).
6.0 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.
7.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
7.1 Technical Criteria:
7.1.1 Bidder should have executed work, which includes any of the following works:-
a) The bidder must have executed ‘Maintenance Contract’ (Boiler & auxiliaries, Turbine
& auxiliaries and Generator) of 500 MW station or above capacity (individual Generating
Unit capacity should be 200MW or above), for a period of two years or more in a single
contract or repeat contract within preceding 07 (seven) years as on the date of Techno-
commercial bid opening. Repeat Contract means even if original contract was awarded
for smaller duration, if the same contract period is extended, the total duration shall
include extended duration in addition to original contract duration for the purpose of
evaluation.
OR
b) The bidder should have executed minimum four (04) numbers of Turbine overhauls of
200MW or above sized units consisting of High Pressure (HP) Turbine, Intermediate
Pressure (IP) Turbine, Lo Pressure (LP) Turbine , Valves and Generator together or in
split contracts and minimum three (03 numbers of Boiler Overhauls of 200MW or above
sized units within preceding 07 (seven) years as on th date of Techno-commercial bid
opening.
OR
c) The bidder should have executed erection and commissioning of at least two units of
500 MW or above capacity, in combined or separate contracts within preceding 07
(seven) years as on the date of Techno-commercial bid opening. One unit comprises of
Boiler, Turbine (HP, IP and LP) and Generator required for 500MW (or more) unit
capacity.
7.1.2 OEM/ OES of SG & Auxiliaries Package and TG & Auxiliaries Package for Mouda
STPP Satge I & II i.e. ‘M/s BHEL.’ & ‘M/s GE Power Systems India Pvt Ltd.’ shall be
deemed/ considered to have met Technical Criteria stipulated in Qualifying
Requirements of this work. However, in case they bid for the Tender, they shall have to
qualify Financial Criteria stipulated in this Qualifying Requirements.
Note:
Page 3 of 5
1. The word “executed” mentioned in clause 7.1 means that the bidder should have
achieved the criteria Specified in clause 7.1 with any of the following conditions:
i. Case I: The work is started earlier (prior to the period stipulated in clause 7.1) but
completed within the stipulated period as mentioned in clause 7.1 In such cases, entire
executed quantity of the relevant work vide the work order shall be considered for
evaluation.
ii. Case-II: The work is started and completed within the stipulated period as mentioned
in clause 7.1. In such cases, entire executed value of the relevant work vide that work
order shall be considered for evaluation.
iii. Case-III: The work is started within the stipulated period as mentioned in clause 7.1
but not completed as on the last date of stipulated period. In such cases, “In Progress”
executed quantity of the relevant work vide that work order as on the last date of
stipulated period, shall be considered for evaluation.
2. In case of orders under execution, the value of work executed till the date of Techno-
commercial bid opening duly certified by owner shall be considered acceptable.
3. Reference work executed by the bidder as a sub-contractor may also be considered
provided the certificate issued by main contractor is duly certified by owner specifying
the scope of work executed by the sub-contractor in support of qualifying requirements.
4. Maintenance of generator refers to only mechanical works related to generator and
auxiliaries.
7.2 Financial criteria:
7.2.1 The average annual turnover of the Bidder, should not be less than 11.50 Crore
(Rupees Eleven Crore and Fifty Lakh only) during the preceding three (3) completed
financial years as on the date of Techno-commercial bid opening.
7.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 7.2.1
above on its own, its holding company would be required to meet the stipulated turnover
requirements at Cl. 7.2.1 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 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.
7.2.3 The Net Worth of the bidder shall not be less than 100% 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% of their total paid up share capital. However individually, their Net worth should not
be less than 75% of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
Page 4 of 5
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 their
respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals
7.2.4 In 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
for substantiation of its qualification:-
1. Copies of the unaudited unconsolidated financial statements of the bidder along with
copies of the audited consolidated financial statements of its Holding Company.
2. 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 Report of the Holding Company.
7.2.5 In cases where audited results for the last preceding 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:
1. 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.
2. Other income shall not be considered for computing annual turnover.
3. “Holding Company" and “Subsidiary Company” shall have the meaning ascribed to
them as per Companies Act of India, in vogue.
8.0 NTPC 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.
9.0 A 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 favor of NTPC
Ltd., Payable at Kawas 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.
Page 5 of 5
Prospective bidders are compulsorily required to provide GSTIN number at
with Tender Fee.
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 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.
12.0
Transfer of Bidding Documents purchased by one intending Bidder to
another is not permissible.
Address for Communication
ADDITIONAL GENERAL MANAGER (C&M)
NTPC Limited, Western Region 1 Shared Service Centre
Kawas, Simulator Building, Kawas Gas Power Project,
PO Adityanagar,
Surat394516, Gujarat
Telephone No. : 0261-2860165 , 02612877965,02612877981,
Email:
saketsrivastava@ntpc.co.in/
bnarasimha@ntpc.co.in
/
subodhshankar@ntpc.co.in
Websites: www.eprocure.gov.in (or) https://eprocurentpc.nic.in/nicgep/app
(or) www.ntpctender.com
1. Registered Address
NTPC Bhawan, Core-7, Scope Complex,
Institutional Area, Lodhi Road, New Delhi-110003, Corporate Identification
Number: L40101 DLI975 GOI007966, Website: www.ntpc.co.in