CIN - U74899DL1999PLC098274

Slide 1

NTPC-SAIL POWER COMPANY (PVT.) LIMITED
(A JOINT VENTURE OF NTPC & SAIL)

CORPORATE CONTRACTS & MATERIALS, NEW DELHI
(DOMESTIC COMPETITIVE BIDDING)
DETAILED INVITATION FOR BIDS


IFB No.: CC&M-C-278 & 280-220 Dt. 29.07.2013
R&M Work of Distributed Control System for
Rourkela Captive Power Plant-II (2X60MW).
 
1.0
NSPCL invites e-tenders on Single Stage – Two Envelope Bidding basis (i.e. Envelope-I : Techno-Commercial Bid and Envelope-II: Price Bid) from eligible bidders for R&M Work of Distributed Control System package for Rourkela Captive Power Plant-II (2x60 MW) located at Rourkela, District Sundergarh in the state of Odisha as per the brief Scope of Work mentioned hereinafter.
2.0
BRIEF SCOPE OF WORK
 

The R&M scope of work for the equipment, material and system shall include design, engineering, re-engineering, manufacture / refurbishment / retrofitting, fabrication, assembly, pre-shipment testing at manufacturer's works, proper packing for transportation, delivery at plant site, unloading, storage, installation, interconnection with related plant and equipment, calibration, testing, commissioning and putting the Control and Instrumentation System together with all accessories, auxiliaries and associated equipment.

 

Replacement of existing INTELEKTRAN-S Analog control system and Allen–Bradley PLC system with DCS package is intended to procurement of the equipment and systems for control, protection, operation and monitoring of the total plant, except a few areas along with other sub-systems for other functions.

 

The control system, called Distributed Control system (DCS) is envisaged to consist of the following sub-systems:-

 
1.
Station C&I consisting of following as minimum
(a) Modulating control for Steam-Generator (SG).
(b) Modulating control for various Cycles
(c) Binary control of the auxiliaries for Steam-Generator (SG)
(d) Binary control of the auxiliaries for Turbine-Generator (TG).
2. SG C&I consisting of following as minimum
(a) Burner Management System (BMS)
(b) Boiler Protection.
3. TG C&I consisting of following as minimum
(a) Interface with EHTC and TSI system.
(b) Turbine Protection
 

Its Human Machine Interface (HMI) is to be based on Large Video Screen (LVS) displays supported by TFT monitor based Operator Work Stations (OWS). These devices through customized user-friendly displays, soft alarm facia and pop-up displays are used for giving fast pin-pointed faults/ status to the operator. Local/Back-up operation of some equipments/drives is envisaged through Push Buttons in some application. The total system is to be networked through a Station-Wide LAN for use of real time data of various plant areas by other users like maintenance, planning, efficiency enhancement groups etc with adequate security policies.

 

The sequence of events recording & alarm annunciation are also implemented as a part of DCS system. A GPS based master and slave clock system is envisaged for uniform and synchronized timing signals throughout the entire station.

 

Replacement of old Pneumatic control valves with actuator with new Pneumatic control valves with actuators and some motorized actuator with integral starters.

 

The power supply for each of the above control systems is to be based on 24V DC provided through microprocessor based modular system and for the peripherals and other subsystem through 230V Single Phase UPS along with battery backup for Main plant. 

 

Field instruments like temperature elements, Temperature Transmitter, Pressure Transmitters, DP transmitters, Level Transmitters along with their process connection & piping as well as measurement systems etc are also procured through this package.

 

Apart from above, Operator control desks, panels, shielded twisted pair instrumentation cables, control and power cables, optical fiber cables, field erection material viz. conduits, trays etc are also included in this package.

 

In addition, dismantling of existing equipment and panels, as identified and as required, is also included in the package.

 
3.0 NSPCL intends to finance the subject Package through Domestic Borrowings.
   
4.0
Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for examination at the address given below till the last date for requesting the bidding documents indicated herein. The salient details and schedule for the bidding is as under:
 

Document No

CC&M-C-278-220

Source of IFB/NIT

NSPCL Corporate Office

Contract Classification

Equipment Supply & Erection

Document Download / Sale Commencement Date & Time

16.08.2013 10:00:00

Document Download / Sale Close Date & Time

06.09.2013 17:00:00

Last Date & Time for Receiving Clarifications

12.09.2013 17:00:00

Last Date and Time for Bid submission

07.10.2013 14:30:00

Technical Bid Opening Date & Time

07.10.2013 15:00:00

Price Bid Opening Date & Time

To be communicated later

Cost of Bidding Documents in INR

6,750/-

Bid Security / EMD in INR

34,34,000/-

5.0
A complete set of Bidding Documents is to be downloaded from NSPCL’s e-tender website http://www.tenderwizard.com/NSPCL after registration on the website and after paying the cost of bidding documents (non-refundable) as mentioned at clause 4.0 above in the form of an Account Payee Demand Draft / Bankers’ Pay Order in favour of NTPC-SAIL Power Company Private Limited or “NSPCL” payable at New Delhi or through Electronic Money Transfer into NSPCL’s Account No. 0007 0500 2031 of ICICI Bank, Connaught Place Branch, New Delhi, (IFSC Code ICIC 0000007) and entering its details at the appropriate place on the website. The original of the Demand Draft / Bankers’ Pay Order or printed copy of the transaction statement for the Electronic Money Transfer is to be submitted in original at the address indicated below along with the Earnest Money Deposit
6.0
Only the downloaded documents are to be used for bidding purposes. Bids shall be submitted and opened at the address given below in the presence of Bidder's representatives who choose to attend.
7.0

All bids must be accompanied by Bid Security for an amount of ` 34,34,000/- (Rupees Thirty Four Lakh Thirty Four Thousand Only) in the form as stipulated in the Bidding Documents.
BIDS FOR WHICH ACCEPTABLE BID SECURITY AND COST OF BIDDING DOCUMENTS IN A SEALED ENVELOPE IS NOT RECEIVED PHYSICALLY AT THE ADDRESS INDICATED BELOW SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.

8.0 Qualifying Requirements for Bidders (QR):
 
1.0
In addition to the satisfactory fulfilment of the requirement stipulated under section ITB, (Instructions to Bidder), the following shall also apply.
2.0
The Bidder should have
(A) Engineered, Manufactured, supplied, erected & commissioned, Distributed Digital Control, Monitoring & Information System (DDCMS) / Distributed Control System (DCS), which is in successful operation in at least one (1) unit of coal fired station having unit rating of 60 MW or above for a period of not less one (1) year as on the date of bid opening.
(B)
Executed an order/orders of DDCMIS / DCS whose control system is either same or of the same series as being offered for this package & which is in successful operation in at least one (1) unit of coal fired station having unit rating 60MW or above for a period of not less than one (1) year as on the date of bid opening.
(C) The control system of both (A) and (B) above shall necessarily include following sub-systems as a minimum,
 
1.
Station C&I consisting of following as minimum
(a) Modulating control for Steam-Generator (SG).
(b) Modulating control for Feed water / Condensate Cycle.
(c) Binary control of the auxiliaries for Steam-Generator (SG).
(d) Binary control of the auxiliaries for Turbine-Generator (TG).
2. SG-C&I consisting of following as minimum on coal fired boiler
(a) Burner Management System (BMS).
(b) Boiler Protection.
 

It is not essential that all the two sub-systems SG-C&I and Station-C&I are implemented in a single unit i.e., Bidder may participate even if the above has been carried out for these two sub-systems in two different units.

3. TG-C&I consisting of following as minimum on KWU/Siemens design steam turbine.
(a) Turbine Protection system (TPS).
3.0

The bidder, who meet the requirements at 2.0 (A) with 2.0 (C) 1 only may also participate  provided he associates with a DDCMIS/DCS manufacturer, who meets the requirements of 2.0 (A),(B) & (C) (1,2,3) above, only for engineered, supplied and commissioned the respective DDCMIS / DCS.

In such a case, (i.e. having an associate), the bidder shall furnish an undertaking, jointly executed by him and Associate for satisfactory performance of the DDCMIS / DCS as per NSPCL format enclosed in bid documents. This joint deed of undertaking shall be submitted along with the bid, failing which the bidder shall be disqualified and his bid shall be rejected. In case of award, the associate will be required to furnish an on-demand bank guarantee as per format enclosed with the bid documents for a value equal to 2% of the total contract price in addition to the Performance Security to be furnished by the Bidder.

4.0(a)

The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of bid opening, shall not be less than INR 1288 lacs (Indian Rupees One Thousand Two Hundred Eighty Eight lacs Only) or in equivalent foreign currency.

4.0(b)

The Net Worth of the Bidder as on the last day of the preceding financial year shall not less than 25% of the paid-up share capital.

4.0(c)

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 furnishes the following further documents on 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 the Holding Company.

ii)

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 from part of the Consolidated Annual Report of the company.

 

In case where audited results for the last preceding financial year are not available, certification of the financial statements from a practicing Chartered Accountant shall also be considered acceptable.

4.0(d)

In case a bidder does not satisfy the financial criteria, stipulated at Cl. 4.0(a) and/ or Cl. 4.0(b) above on its own, the holding company would be required to meet the stipulated turnover requirements at Cl. 4.0(a) 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 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.

4.0(e)

The unutilised line of credit for fund based and non-fund based limits with cash and bank balances including fixed deposits of the bidder as on a date not earlier than 15 days prior to the date of bid opening, duly certified by the Bankers shall not be less than INR 665 lacs (Indian Rupees Six Hundred and Sixty five lacs only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilised limits shall be of the same date from all such banks.

4.0(f)

Where another Company of the group acting as the Treasury Centre is responsible for Treasury Management of the bidder having combined credit/guarantee limit for the whole group, the bidder would be required to provide a Banker’s certificate regarding the unutilised line of credit for fund based and non-fund based limits together with cash and bank balances including fixed deposits available to such Treasury Centre. Further, Treasury Centre shall certify that out of the aforesaid limits certified by the bankers’, the Bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 4.0(e) above. In proof of this, the bidder would be required to furnish along with its bid, a Letter of Undertaking from the Treasury Centre, supported by a Resolution passed by the Board of Directors 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.

4.0(g)

In case the Bidder's unutilized line of credit for fund based and non-fund based limits specified at Cl. 4.0(e) above is not sufficient, a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case the bidder is awarded the contract, the Bank would enhance line of credit for fund based and non-fund based limits to a level not less than the specified amount to the bidder or to the Treasury Management Centre as the case may be, shall be acceptable.

Notes:

 
a)
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 assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit & Loss account and miscellaneous expenses to the extent not adjusted or written of, if any, shall be reduced from Reserves & Surplus.
b) Other income shall not be considered for arriving at annual turnover.
c)
For unutilised line of credit for fund based and non-fund based limits and Turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of bid opening shall be used.
5.0
Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.
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
Issuance / Downloading of Bid Documents by any Bidder or payment / acceptance of tender documents cost shall not construe that such Bidder is considered to be qualified.
11.0
    Bids shall be submitted and opened at the address given below in the presence of Bidder's representatives who choose to attend the bid opening.
12.0
    Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
13.0 ADDRESS FOR COMMUNICATION:
 

AGM(C&M)  / DGM(C&M)
NTPC-SAIL POWER COMPANY PRIVATE LIMITED
4th Floor, NBCC Tower,
15, Bhikaji Cama Place,

New Delhi-110 066
 

Phone: 011-26717376 / 26717377,
Fax: 011-26717365 / 26717363

 

E-mails: vkdassani@gmail.com or pradeep_n_mathur@yahoo.com.