Page 1 of 7
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
SHARED SERVICE CENTRE WR1, KAWAS
INVITATION FOR BIDS (IFB)
FOR
TRIENNIAL MAINTENANCE CONTRACT FOR ELECTRICAL AND
C&I WORKS OF STAGE I (2 X500MW) AND STAGE II (2 X660 MW)
AT NTPC MOUDA, NAGPUR, MAHARASHTRA
(DOMESTIC COMPETITIVE BIDDING)
Tender Ref: NTPC/SSC - WR-I(Kawas)/ 9900206476 Date: 24.08.2020
Bidding Document NO: C01113
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 work covers Triennial Maintenance Contract for Electrical and C&I
area of Stage I ( 2 X500MW ) and Stage II ( 2 X660 MW) at NTPC-Mouda for 03
years which includes maintenance work of - periodic, preventive, running,
breakdown and overhauling of Electrical & C&I systems and sub-systems as per
detailed scope of work .The maintenance work under this proposal includes
servicing / replacement, internal checking and rectification of equipment /circuits;
assistance in electrical testing works; painting of panels as per instruction of EIC
for the Electrical & C&I equipment as per detailed scope of work including
shifting/placement and cleaning of equipment in the system. Detailed technical
specification specified in the bidding documents.
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 our
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the
following schedule:
NIT Date
24.08.2020
Document sale Commencement Date
24.08.2020
Last date for receipt of queries from
bidders (if any)
07.09.2020
Last Date & time for Bid submission
14.09.2020 at 11:00 Hrs (IST)
Technical Bid Opening Date & Time
15.09.2020 at 16:00 Hrs (IST)
Page 2 of 7
Price bid Opening Date & time
Shall be intimated separately.
Tender Fee
INR 13275/- (Rupees Thirteen
Thousand Two Hundred
Seventy-Five only)
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the last date of receipt of Queries as specified above.
5.0 All bids must be accompanied by Bid Security for an amount of INR 50,00,000/-
(Indian Rupees Fifty Lac only) in the form as stipulated in the Bidding
documents. Bid Security shall be submitted in a sealed envelope separately in
physical form by the stipulated bid submission closing date and time at the
address given below.
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.
Online payment of tender fee and bid security payment option is also made
available at GepNIC portal. Bidders are requested to please avail the facility.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The bidder who wishes to participate in the bidding shall meet the Qualifying
Requirements stipulated hereunder:
6.1 Technical Criteria:
6.1.1 The bidder should fulfil the qualifying requirement as per Route-1 or Route-
2 or Route-3 as defined below:
A. Route-1:
The bidder should have executed ‘Maintenance Contract’ which includes
'Electrical and C&I systems' of 'Boiler-Turbine-Generator (BTG)' / 'Thermal
Power Station' in at least two (02) Thermal Power Generating units, each of
capacity 500 MW or above, for a minimum period of two (02) years within
preceding 07 (seven) years reckoned as on the date of Techno-commercial bid
opening.
B. Route-2:
The bidder(s) who do not meet the qualifying requirement as per Route-1
may also participate subject to meeting qualifying criteria as a combination
of ‘a’ and ‘b’ as defined below:
a. The bidder should have executed ‘Maintenance Contract’ of ‘Electrical
Equipment’/ ‘Installations’ in at least two (02) Thermal Power Generating
Units, each of capacity 500 MW or above, for a minimum period of two (02)
Page 3 of 7
years within preceding 07 (seven) years reckoned as on the date of Techno
commercial bid opening.
b. The bidder should have executed ‘Maintenance Contract’ of ‘Control &
Instrumentation Equipment’/‘Systems’ in at least two (02) Thermal Power
Generating Units, each of capacity 500 MW or above, for a minimum period
of two (02) years within preceding 07 (seven) years reckoned as on the date of
Techno-commercial bid opening.
C. Route-3:
The bidder(s) who do not meet the qualifying requirement as per Route-1 or
Route-2 above may also participate subject to meeting qualifying criteria as a
combination of ‘a’ and ‘b’ and ‘c’ as defined below:
a. The bidder should have executed work(s) of Maintenance of ‘Electrical
Equipment’ / ‘Installations’ with ‘Voltage Class 3.3 kV or above’ in Thermal
Power Station having Unit capacity of 500 MW or above for a minimum
period of two (02) years within preceding 07 (seven) years reckoned as on the
date of Techno-commercial bid opening comprising of any three (03) of the
following four (04) domains:
(i) Power Transformers
(ii) Switchgears
(iii) Electrical rotating machines
(iv) Power supply / cabling system
OR
The bidder should have executed work(s) of ‘Erection and Commissioning’ of
‘Electrical Equipment’/Installations’ with ‘Voltage Class 3.3 kV or above’ at
least in two (02) Thermal Power Generating Units having capacity of 500
MW or above within preceding 07 (seven) years reckoned as on the date of
Techno-commercial bid opening comprising of any three (03) of the following
four (04) domains:
(i) Power Transformers
(ii) Switchgears
(iii) Electrical rotating machines
(iv) Power supply / cabling system.
b. The bidder should have executed work(s) of Maintenance of Switchyard and
Associated Equipment of ‘Voltage Level 220 kV or above’ in Thermal Power
Station having Unit capacity of 500 MW or above, for a minimum period of
two (02) years within preceding 07 (seven) years reckoned as on the date of
Techno-commercial bid opening.
OR
The bidder should have executed work(s) of Erection and Commissioning of
Switchyard and associated equipment of voltage level 220 KV or above in
two (02) Thermal Power Generating Units of capacity 500 MW or above
Page 4 of 7
within preceding 07 (seven) years reckoned as on the date of Techno-
commercial bid opening.
c. The bidder should have executed work(s) of Maintenance of ‘Control and
Instrumentation (C&I) Systems’ comprising C&I of ' Steam Generator (SG) &
auxiliaries' OR ‘Turbine Generator (TG) & Auxiliaries' OR 'Station C&I' in
Thermal Power Station having Unit capacity of 500 MW or above for a
minimum period of two (02) years within preceding 07 (seven) years reckoned
as on the date of Techno-commercial bid opening.
OR
The bidder should have executed work(s) of Erection and Commissioning of
Control and Instrumentation (C&I) Systems in two (02) Thermal Power
Generating units each of capacity 500 MW or above within preceding 07
(seven) years reckoned as on the date of Techno-commercial bid opening,
comprising any of the following: 'Steam Generator (SG) & Auxiliaries' OR
'Turbine Generator (TG) & Auxiliaries' OR ' Station C&I'.
6.1.2 The bidder should be ‘A Class Electrical Contractor’ or ‘A Class Electrical
License Holder’. This is applicable to all three routes i.e. Route-1, Route-2 and
Route-3.
Note:
1. The word “Executed" mentioned above means that the bidder should have
achieved the criteria specified above in the Qualifying Requirements, even
if the total contract is started earlier and/or is not completed/closed.
2. For the contract duration criteria mentioned in clause '6.1.1', even if
original contract was awarded for smaller duration and if the same
contract period is extended, the total duration shall include extended
duration in addition to the original contract duration for the purpose of
evaluation.
6.2 Financial criteria:
6.2.1 The average annual turnover of the Bidder, should not be less than 10.03 Crore
(Rupees Ten Crore and Three Lakh only) during the preceding three (3) completed
financial years as on the date of Techno commercial bid opening.
6.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1 above
on its own, its holding company would be required to meet the stipulated turnover
requirements at Cl. 6.2.1 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, 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.
6.2.3 The Net worth of 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
Page 5 of 7
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:
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
6.2.4 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 in
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 the Holding Company.
2. A Certificate from the CEO/CFO of the Holding Company, as per the format
enclosed in the bid documents, stating that the unaudited unconsolidated financial
statements form part of the Consolidated Annual Report of the Holding company.
6.2.5 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 arriving at annual turnover.
3. “Holding company “and “Subsidiary Company shall have the meaning
ascribed to them as per Companies Act of India, in vogue.
7.0 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
Page 6 of 7
apprise themselves of the relevant provisions of bidding documents in this regard
before submission of their bids.
8.0 Benefits to MSE bidders are applicable for this work. The bidders may
apprise themselves of the relevant provisions of bidding documents in this
regard before submission of their bids.
Note: As per MSME Notification S.O. 2119 (E) dated 26th June 2020, from 1st April
2021, Udyam registration shall be the ONLY valid MSME Registration Document.
On line generation of Udyam Registration Certificate, by the entrepreneur, is available
from 1
St
July2020.
The registered bidders under Udyog Aadhaar Memorandum (UAM), District Industries
Centers (DICs) , NSIC, Khadi & Village Industries Commission (KVIC), Khadi & Village
Industries Board (KVIB), Coir Board, Directorate of Handicrafts and Handloom or Any
other body specified by Ministry of Micro, Small & Medium Enterprises (M/o MSME) ,
who wish to submit valid MSE registration documents, other than Udyam Registration
Certificate, as a proof of being a MSE, shall submit a certificate by a Practicing
Chartered Accountant, for investment in plant & machinery/equipment, audited
turnover and classification of the bidder as MSME as per MSME Notification S.O. 2119
(E) dated 26th June 2020, in the format appended in Section-7-Forms & Procedures of
the bidding documents.
9.0 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.
10.0 A complete set of Bidding Document may be downloaded by any interested
Bidder from https://eprocurentpc.nic.in/nicgep/app. Tender fee and Bid Security
as mentioned above is to be paid online on Gepnic portal. However, Bid Security
(in the form of BG) is 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.
Prospective bidders are compulsorily required to provide GSTIN number
with Tender Fee.
11.0 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 Cost of bidding document, Bid
Security and Power of Attorney separately offline/online as detailed in Bidding
Documents by the stipulated 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.
13.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT 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.
Page 7 of 7
14.0 Address for communication:
Sr. Manager/AGM (Contracts & Materials)
NTPC Limited, Western Region -I Shared Service Centre-Kawas,
Simulator Building, Kawas Gas Power Project,
PO: Adityanagar
Surat- 394516 (India)
Tel. No. : 0091-0261-2877988/2877987/ 02612860165
Email: sunnyagarwal@ntpc.co.in, bnarasimha@ntpc.co.in,
subodhshankar@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
15.0 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