Clause No.
INVITATION FOR BIDS (IFB)
LOT-6 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS
-
0011
-
6
)
-
9
CORRIGENDUM NO -01 TO INVITATION FOR
BIDS (IFB)
PAGE
1 OF 4
NTPC Limited
(A Government of India Enterprise)
(CORPORATE CONTRACTS, NOIDA)
CORRIGENDUM NO -01 TO INVITATION FOR BIDS (IFB)
FOR
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE FOR LOT-6 PROJECTS
(Domestic Competitive Bidding)
IFB No:40088163 Date:15.05.2020
Bidding Document No: CS-0011-109(6)-9
Corrigendum- Change in conditions of QR considering the COVID-19 Situation
1.0 NTPC Limited invites on-line bids on Single Stage Two Envelope Basis (i.e. Envelope-
I: Techno-Commercial and Envelope-II: Price) from eligible Bidders for aforesaid
package, as per the scope of work briefly mentioned hereinafter. Lot-6 comprises the
following Projects: -
1. RIHAND SUPER THERMAL POWER STATION, STAGE-I (2x500 MW),
RIHAND
2. SIPAT SUPER THERMAL POWER STATION, STAGE - II (2x500 MW), SIPAT
3. BARAUNI THERMAL POWER PROJECT, STAGE-II (2x250 MW), BARAUNI
4. MUZAFFARPUR THERMAL POWER STATION, STAGE- II (2x195 MW),
KANTI
2.0 Brief Scope of Work
The Flue Gas Desulphurisation System Package Lot-6 shall comprise of supply and
services of all equipment’s of Flue Gas Desulphurisation system (FGD) Package such
as Booster Fans, Absorber for each unit; Slurry re-circulation pumps; Oxidation blowers;
common Limestone grinding and crushed limestone storage & handling applicable only
for Barauni and Kanti, & Gypsum dewatering system; buildings for Slurry re-circulation
pumps/Oxidation blowers, Limestone grinding System (except for Sipat and Rihand),
Gypsum dewatering system, FGD control Room and gypsum handling & storage; Low
height Wet chimney with continuous emission monitoring system; Waste water treatment
system; Augmentation of Electrical Aux System; Fire Fighting system; Service &
Instrument air compressors; Air conditioning of FGD control room and ventilation for all
FGD system buildings; Civil foundation for FGD equipment, building & chimneys; all
Clause No.
INVITATION FOR BIDS (IFB)
LOT-6 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS
-
0011
-
6
)
-
9
CORRIGENDUM NO -01 TO INVITATION FOR
BIDS (IFB)
PAGE
2 OF 4
structural work; Architectural work of FGD system buildings and associated Electrical,
C&I system.
The detailed scope of work shall be as per specifications and scope defined in the
Common Bidding Document no. CS-0011-109(6)-9 for Flue Gas Desulphurization
System Package for Lot-6 Projects.
3.0 NTPC intends to finance the aforesaid Package through Domestic Funds.
4.0 Detailed specification, scope of work and terms & conditions are given in the Bidding
Documents, which are available for examination and sale at the address given below
and as per the following schedule:
Issuance of IFB
24.04.2020
Issuance of Corrigendum 01
15.05.2020
Documents Sale Dates & Timings
From 15.05.2020 to 21.05.2020 up to 1700
hrs. (IST)
Last date for receipt of queries from
bidders (if any) *
2
7
.05.2020
Pre Bid Conference date & time
2
7
.05.2020 at 1100 hrs. (IST)
Bid (both Techno-Commercial and
Price) receipt date & time
Upto
10
.0
6
.2020 by 1430
hrs.
(
IST)
Date & Time for opening of Techno–
Commercial bid
10
.0
6
.2020 at 1500
hrs.
(IST)
Date & Time for opening of Price bid
Shall be intimated after opening of Techno-
Commercial Bid.
Cost of Bidding Documents in INR
INR
22,500.00
*No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond
the last date of receipt of Queries/ Pre-Bid Conference as specified above.
5.0 Each Bidder is required to declare the number of Projects for which Bidder is
interested in taking award. Bidders shall submit the Bid Security as specified below
based on the number of Projects they are interested in taking the award: -
a) For bidders interested in three (3) or more Projects for award
All Bids must be accompanied by Bid Security for an amount of Rs. 15 Cr (INR
Fifteen Crore only) as stipulated in the Bidding Documents.
b) For bidders interested in two (2) Projects for award
All Bids must be accompanied by Bid Security for an amount of Rs. 10 Cr (INR
Ten Crore only) as stipulated in the Bidding Documents.
c) For bidders interested in one (1) Project for award
Clause No.
INVITATION FOR BIDS (IFB)
LOT-6 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS
-
0011
-
6
)
-
9
CORRIGENDUM NO -01 TO INVITATION FOR
BIDS (IFB)
PAGE
3 OF 4
All Bids must be accompanied by Bid Security for an amount of Rs. 5 Cr (INR
Five Crore only) as stipulated in the Bidding Documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY AS PER
BIDDING DOCUMENTS, SHALL BE REJECTED BY THE EMPLOYER AS BEING
NON-RESPONSIVE AND SHALL NOT BE OPENED.
6.0 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 directly by
Credit Card/ Net Banking through the e-payment gateway at our SRM Site
(https://etender.ntpclakshya.co.in). 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 along
with duly filled in questionnaire for issue of vendor code and SRM user id/password.
7.0 Qualifying Requirements for Bidders:
Qualifying Requirement (QR) for subject package is Attached as Appendix-1
8.0 "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."
9.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
10.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
11.0 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.
12.0 Address for Communication
DGM (CS) / Manager (CS)
NTPC Limited,
Clause No.
INVITATION FOR BIDS (IFB)
LOT-6 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS
-
0011
-
6
)
-
9
CORRIGENDUM NO -01 TO INVITATION FOR
BIDS (IFB)
PAGE
4 OF 4
6th Floor, Engineering Office Complex,
Plot No. A-8A, Sector 24, NOIDA,
Distt. Gautam Budh Nagar (U.P.), Pin – 201301, INDIA
Telephone No. : 9650992301/ 7607789993
e-mail :
abhishekjain02@ntpc.co.in /pawanksharma@ntpc.co.in
Websites : https://etender.ntpclakshya.co.in or
www.ntpctender.com
or
www.ntpc.co.in
13.0 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
DOC.No.:0011:109(6):POM:Q:001 Page 1 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
Appendix-I to Corrigendum No -01 to IFB
APPROVED QUALIFYING REQUIREMENTS FOR FLUE GAS DESULPHURISATION
(FGD) SYSTEM PACKAGE OF LOT-6
1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in any one of
the qualifying routes i.e Route-1 (clause 1.1.0) or Route-2 (clause 1.2.0) or
Route-3 (clause 1.3.0) or Route-4 (clause 1.4.0) including requirements
stipulated in sub clauses of respective Route. In addition, the Bidder should
also meet the requirements stipulated under clause 2.0.0 together with the
requirements stipulated under section ITB.
1.1.0 Route-1: Qualified Wet Limestone based Flue Gas Desulphurisation
(FGD) System Manufacturer (QFGDM)
1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised
erection and commissioned/supervised commissioning of at least one(1) no.
of wet limestone based Flue Gas Desulphurisation System, having flue gas
treatment capacity of not less than 20,00,000 Nm
3
/hr, with desulphurisation
efficiency of at least 90 %, operating in a pulverised coal fired power plant.
The above wet limestone based Flue Gas Desulphurisation System should
have been in successful operation for a period not less than one (1) year prior
to the date of Techno-Commercial bid opening.
1.2.0 Route-2: Wet Limestone based Flue Gas Desulphurisation System
Manufacturer with Collaboration and Technology Transfer Agreement
with QFGDM
1.2.1 The Bidder should have designed, engineered, supplied, erected/supervised
erection and commissioned/supervised commissioning of at least one(1) no.
of wet limestone based Flue Gas Desulphurisation system having flue gas
treatment capacity of not less than 6,00,000 Nm
3
/hr, with desulphurisation
efficiency of at least 85%, operating in a pulverised coal fired power plant. The
above wet limestone based Flue Gas Desulphurisation System should have
been in successful operation for a period not less than one (1) year prior to the
date of Techno-Commercial bid opening.
1.2.2 Bidder should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 1.1.1 on its own,
valid minimum up to the end of the defect liability period of the contract. In
such a case Bidder can either source the FGD System from such
manufacturer or manufacture/get manufactured the FGD System as per the
design and manufacturing drawings of such QFGDM.
1.2.3 An Undertaking to be jointly executed by the Bidder and the collaborator/
associate for complying the provisions of Deed of Joint Undertaking”, shall be
submitted by the bidder along with techno-commercial bid, failing which the
Bidder shall be disqualified and its bid shall be rejected.
Further, the bidder emerging as the successful Bidder shall be required to
submit the Deed of Joint Undertaking(s) (DJU) executed by it and the
DOC.No.:0011:109(6):POM:Q:001 Page 2 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
QFGDM, in which the executants of DJU shall be jointly and severally liable to
the Employer for successful performance of the FGD System as per format
enclosed with the bidding documents.
1.2.4 In case of award of a project, the QFGDM will be required to furnish an on
demand bank guarantee for an amount of 2% of the total contract price of the
Flue Gas Desulphurisation System Package for the awarded project in
addition to the contract performance security to be furnished by the Bidder.
1.3.0 Route-3: Steam Generator Manufacturer / Indian JV company of Steam
Generator manufacturer or QFGDM/ Indian Subsidiary company of
Steam Generator manufacturer or QFGDM with Collaboration and
Technology Transfer Agreement with QFGDM
1.3.1 (a) Bidder should have designed, engineered, manufactured/got
manufactured, erected/ supervised erection and
commissioned/supervised commissioning of atleast one (1) no. of
pulverised coal fired steam generator for 200 MW or higher capacity unit
or having minimum 600T/hr steaming capacity. Further, such Steam
Generator should have been in successful operation for a period not less
than one (1) year prior to the date of Techno-Commercial bid opening.
Alternatively
(b) The Bidder shall be a Joint Venture (JV) Company incorporated in India
under the Companies Act of India, as on the date of techno-commercial
bid opening, promoted by (i) an Indian Company registered in India under
the Companies Act of India and (ii) a Steam Generator Manufacturer
meeting requirements of clause 1.3.1(a) or a QFGDM meeting
requirements of clause 1.1.1, created for the purpose of
manufacturing/supplying in India steam generator sets/Flue Gas
Desulphurisation System. The Steam Generator Manufacturer/QFGDM
shall maintain a minimum equity participation of 26% in the JV Company
for a lock-in period of 7 years from the date of incorporation of JV
Company and one of the promoters shall be a majority stakeholder who
shall maintain a minimum equity participation of 51% in the JV Company
for a lock in period of 7 years from the date of incorporation of JV
Company or up to the end of defect liability period of the contract,
whichever is later. Further, Bidder should have executed
project(s)/order(s), during the last 5 years, with the total value of such
project(s) )/order(s) being INR 5,000 million or more as on the date of
Techno-commercial bid opening.
Alternatively
(c) The Bidder shall be an Indian Subsidiary Company of a Steam Generator
Manufacturer meeting requirements of clause 1.3.1(a) or an Indian
Subsidiary Company of a QFGDM meeting requirements of clause 1.1.1,
registered in India under the Companies Act of India, as on the date of
techno-commercial bid opening, for manufacturing/supply of Steam
Generator sets/Flue Gas Desulphurisation System. The subsidiary
Company shall remain a subsidiary company of the Steam Generator
Manufacturer/QFGDM for a minimum period of 7 years from the date of
incorporation of such Subsidiary Company or up to the end of defect
DOC.No.:0011:109(6):POM:Q:001 Page 3 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
liability period of the contract, whichever is later. Further, Bidder should
have executed project(s)/order(s), during the last 5 years, with the total
value of such project(s)/order(s) being INR 5,000 million or more as on the
date of Techno-commercial bid opening.
1.3.2 Bidder should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 1.1.1, valid
minimum up to the end of the defect liability period of the contract. In such a
case, Bidder can either source the FGD System from such manufacturer or
manufacture/get manufactured the FGD System as per the design and
manufacturing drawings of such QFGDM.
1.3.3 An “Undertaking to be jointly executed by the Bidder and the collaborator(s)/
associate(s) for complying the provisions of Deed of Joint Undertaking”, shall
be submitted by the bidder along with techno-commercial bid, failing which the
Bidder shall be disqualified and its bid shall be rejected.
Further, the bidder emerging as the successful Bidder shall be required to
submit the Deed of Joint Undertaking (DJU) executed by it, the promoter(s)
having 25% or higher equity participation in the Subsidiary Company / JV
Company (as the case may be) and the QFGDM, in which the executants of
DJU shall be jointly and severally liable to the Employer for successful
performance of the FGD System as per format enclosed with the bidding
documents.
1.3.4 In case of award of a project, the QFGDM will be required to furnish an on
demand bank guarantee for an amount of 2 % of the total contract price of the
Flue Gas Desulphurisation System Package for the awarded project in
addition to the contract performance security to be furnished by the Bidder.
1.4.0 Route-4: EPC Organization with Collaboration and Technology Transfer
Agreement with QFGDM
1.4.1 The Bidder should be an Engineering, Procurement and Construction (EPC)
organization and should have executed, in the last 10 years, projects on EPC
basis (with or without civil works) in the area of power, steel, oil & gas, petro-
chemical, fertilizer, Flue Gas Desulphurisation and / or any other process
industry with the total value of such projects being INR 2,000 million or more.
At least one of such projects (in single or multiple contract) should have a total
contract value of INR 800 million or more. These projects should have been in
successful operation for a period of not less than one (1) year prior to the date
of Techno-Commercial bid opening.
1.4.2 Bidder should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 1.1.1, valid
minimum up to the end of the defect liability period of the contract. In such a
case, Bidder can either source the FGD System from such manufacturer or
manufacture/get manufactured the FGD System as per the design and
manufacturing drawings released by such QFGDM.
1.4.3 An Undertaking to be jointly executed by the Bidder and the collaborator/
associate for complying the provisions of Deed of Joint Undertaking”, shall be
submitted by the bidder along with techno-commercial bid, failing which the
Bidder shall be disqualified and its bid shall be rejected.
DOC.No.:0011:109(6):POM:Q:001 Page 4 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
Further, the bidder emerging as the successful Bidder shall be required to
submit the Deed of Joint Undertaking(s) (DJU) executed by it and the
QFGDM, in which the executants of DJU shall be jointly and severally liable to
the Employer for successful performance of the FGD System as per format
enclosed with the bidding documents.
1.4.4 In case of award of a project, the QFGDM will be required to furnish an on
demand bank guarantee for an amount of 2 % of the total contract price of the
Flue Gas Desulphurisation System Package for the awarded project in
addition to the contract performance security to be furnished by the Bidder.
Notes for clause 1.0.0
(1) Definitions
(i) “QFGDM" (Qualified Wet Limestone based Flue Gas Desulphurisation System
Manufacturer) means a manufacturer meeting requirements stipulated at 1.1.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also
include bituminous coal/brown coal/ anthracite coal/lignite.
(iii) “Flue Gas Desulphurisation System” or “FGD System” wherever appearing above
shall mean consisting of at least Absorber System.
(iv) The word “executed” in Clause 1.3.1 (b)/ Clause 1.3.1 (c) means the Bidder should
have:
In case of Project(s), commissioned the project(s) specified in the Clause 1.3.1
(b)/ Clause 1.3.1 (c) even if the contract has been started earlier and / or is not
completed / closed
In case of Order(s), completed the scope of work under the order(s) specified in
the Clause 1.3.1 (b)/ Clause 1.3.1 (c) even if the contract has been started earlier
and / or is not closed.
(2) Erection/Commissioning
Where erection / supervision of erection and commissioning / supervision of
commissioning has not been in the scope of the Bidder as mentioned in clause 1.1.1,
1.2.1 & 1.3.1 (a), the Bidder should have acted as an advisor for erection and
commissioning. Necessary documents / certificates from the client, in support of
above shall be furnished along with the Techno-Commercial bid.
(3) Direct / Indirect order
The Bidder/ QFGDM shall also be considered qualified, in case the award for
executing the reference works has been received by the Bidder/ QFGDM either
directly from owner of plant or any other intermediary organization. However, a
certificate from such owner of plant or any other intermediary organisation shall be
required to be furnished by the Bidder along with its Techno-Commercial bid in
support of the Bidder's/ QFGDM’s claim of meeting the qualification requirement as
per clause 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1 above. Further, certificate from owner of the
plant shall also be furnished by the Bidder along with the Techno-Commercial bid for
the successful operation as specified at clause 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1 above.
(4) Holding Company and Subsidiary (ies), of such Holding Company (held either
directly or indirectly), collectively meeting the requirements for QFGDM
[Applicable for Clause 1.2.0, 1.3.0 and 1.4.0]
DOC.No.:0011:109(6):POM:Q:001 Page 5 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
(i) A Holding Company along with its Subsidiary(ies), (held either directly or indirectly),
collectively meeting the requirements of clause 1.1.1 and clause 2.2.0, shall also be
collectively considered as QFGDM.
(ii) In such cases, Technical criteria specified at clause 1.1.1 shall be met either by the
Holding Company or any one of the Subsidiaries of the Holding company. Technology
Transfer Agreement, pursuant to Note 5, shall be signed by the Bidder and the entity
meeting the Technical criteria. Similarly, Financial criteria specified at clause 2.2.0
shall also be met either by the Holding Company or any one of the Subsidiaries of the
Holding company.
(iii) All such entities [Holding company and its Subsidiary(ies)] collectively meeting the
requirements of QFGDM as per Note (4) (i) & (ii) above, shall necessarily be part of
the DJU being submitted by the Bidder for successful performance of the FGD
System as per format enclosed with the bidding documents, failing which the bidder
shall be disqualified and its bid rejected.
Further, all such entities [Holding company and its Subsidiary(ies)] collectively
meeting the requirements of QFGDM as per Note (4) (i) & (ii) above, shall each be
required to furnish separate on demand bank guarantees as per the format enclosed
with the bidding documents. Such Bank Guarantee shall be for an amount
aggregating 2% of the total contract price of the Flue Gas Desulphurisation System
Package for the awarded project divided equally among them, in addition to the
contract performance security to be furnished by the Bidder. This bank guarantee
requirement shall supersede bank guarantee requirement stipulated at clause 1.2.4,
1.3.4 & 1.4.4 for the QFGDM.
(5) Technology Transfer Agreement (Applicable for Clause 1.2.0, 1.3.0 & 1.4.0)
The bidder shall have a technology transfer agreement as on the date of Techno-
commercial bid opening between the Bidder & QFGDM which shall necessarily cover
transfer of technological knowhow for Wet Limestone based Flue Gas
Desulphurisation System, in the form of complete transfer of design dossier, design
softwares, drawings and documentation, quality system manuals and imparting
relevant personnel training to the Bidder.
(6) Equity Lock in period
Wherever equity lock in period requirement or subsidiary status requirement is
indicated, the Bidder would be required to furnish along with its techno-commercial
bid, a Letter of Undertaking from the promoter(s), supported by Board Resolution as
per the format enclosed in the bid documents, for maintaining the required minimum
equity for the specified lock in period.
2.0.0 Financial Criteria
2.1.0 Financial Criteria of Bidder
2.1.1 The average annual turnover of the Bidder, in the preceding three (3) financial years
as on the date of Techno-Commercial bid opening, should not be less than the value
indicated in the following table:
DOC.No.:0011:109(6):POM:Q:001 Page 6 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
No. of projects,
Bidder is
interested in
taking award
(Refer Note (v))
Annual turnover of the Bidder, in the preceding three (3)
financial years as on the date of Techno-Commercial bid
opening INR Million
One (1) project
1778
(Indian Rupees One thousand seven hundred seventy eight
Million only)
Two (2) Projects
3556
(Indian Rupees Three thousand five hundred fifty six
Million only)
Three (3) and
more Projects
5334
(Indian Rupees Five thousand three hundred thirty four
Million only)
In case a 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 Techno-Commercial 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.
2.1.2 Net worth of the bidder should not be less than 100% (hundred percent) of its paid
up share capital as on the last day of the preceding financial year on the date of
Techno-commercial bid opening. In case the Bidder does not meet 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
company 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:
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.
DOC.No.:0011:109(6):POM:Q:001 Page 7 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
2.1.3 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 with the bidding documents, stating that the unaudited
unconsolidated financial statements form part of the consolidated financial
statements of the Holding Company.
In cases 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 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 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.
2.2.0 Financial Criteria of Collaborator/Associate (Applicable for clause 1.2.0, 1.3.0 &
1.4.0)
2.2.1 The average annual turnover of the Collaborator/Associate, in the preceding three (3)
financial years as on the date of Techno-Commercial bid opening, should not be
less than the value indicated in the following table.
No. of projects,
Bidder is interested
in taking award
(Refer Note (v))
Average
annual turn Over of the
Collaborator/Associate in INR Million
One (1) project
178
(Indian Rupees One hundred seventy eight Million only)
Two (2) Projects
356
(Indian Rupees Three hundred fifty six Million only)
Three (3) and more
Projects
534
(Indian Rupees Five hundred thirty four Million only)
In case a 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
DOC.No.:0011:109(6):POM:Q:001 Page 8 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
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 bidder's Techno-
Commercial 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 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.
2.2.2 Net worth of the Collaborator/Associate should not be less than 100% (hundred
percent) of its paid up share capital as on the last day of the preceding financial year
on the date of Techno-commercial bid opening. In case the Collaborator/Associate
does not meet 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 company 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.
2.2.3 In case the Collaborator/Associate is not able to furnish its audited financial
statements on standalone 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 with the bidding documents, stating that the unaudited unconsolidated
financial statements form part of the consolidated financial statements of the
Holding Company.
In cases 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 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 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-
DOC.No.:0011:109(6):POM:Q:001 Page 9 of 9
APPROVED QUALIFYING REQUIREMENTS FOR FLUE
GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
OF LOT-6 PROJECTS
commercial bid opening and the Certificate from the practicing Chartered Accountant
certifying the financial parameters is not available.
Notes for Clause 2.1.0 & 2.2.0
(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) “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 Techno-Commercial bid opening shall be
used.
(v) Bidder/Collaborator shall be required to meet the average annual turn over
criteria specified in clause 2.1.1 & 2.2.1 respectively for the number of projects
for which Bidder has indicated interest in the prescribed format submitted
along with the Techno-Commercial bid. In case Bidder/Collaborator meets the
average turn over criteria for lesser number of projects than indicated in the
prescribed format, submitted along with the Techno-Commercial bid, then the
number of project(s) shall be reduced based on Bidder/Collaborator meeting
average annual turn over criteria specified in clause 2.1.1 & 2.2.1 respectively.
(vi) In case the bidder / collaborator(s) / associate(s) participating under Clause
1.2.0/1.3.0/1.4.0 do not meet the turnover requirement, then, the Turnover of
any of the Promoters individually or all the promoters ( in a combined manner)
(each having Equity Stake more than 25%) of the Subsidiary Company / JV
Company would be considered. Each such promoter of the Subsidiary
Company / JV Company shall have to meet the Net Worth criteria individually
as per clause 2.1.2 and/or 2.2.2. In such an event the Bidder would be
required to furnish along with its techno-commercial bid, a Letter of
Undertaking from such promoter(s), supported by Board Resolution as per the
format enclosed in the bidding documents, pledging unconditional and
irrevocable financial support for execution of the Contract by the Bidder in
case of award.