NTPC LIMITED
(A GOVERNMENT OF INDIAENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
'WATER TREATMENT PLANT' PACKAGE
FOR
DARLIPALI SUPER THERMAL POWER PROJECT,
LOCATED AT DARLIPALI,
STATE OF ODISHA, INDIA.
(International Competitive Bidding)
IFB No. : |
Date : May 09, 2014 |
1.0NTPC Limited invites sealed Bids from eligible Bidders for Water Treatment Plant Package for Darlipali Super Thermal Power Project,
2.0BRIEF SCOPE OF WORK
The brief scope of work of Water treatment Plant package includes Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of complete Water Treatment Plant package for Darlipali STPP (2 x 800 MW) including
3.0.NTPC intends to finance the subject package through External Commercial Borrowings/Own sources.
4.0Detailed 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:
Bidding Document No. |
: |
|
Bidding Document Sale |
: |
From 09.05.2014 to 02.06.2014 |
Date & Time |
|
From 1000 Hrs. to 1500 Hrs. (IST) |
: |
Upto 24.06.2014 by 1430 Hrs. (IST) |
|
Bid Receipt Date & Time |
|
|
: |
24.06.2014 at 1500 Hrs. (IST) |
|
Bid Opening Date & Time |
|
|
Cost of Bidding Document |
: |
` 22,500/- (Indian Rupees Twenty |
|
|
Two Thousand Five Hundred only) |
|
|
per set for Indian Bidders and US $ |
|
|
500 (US Dollars Five Hundred only) |
|
|
per set for Foreign Bidders. |
Date of Submission of
The Bidding Documents can also be downloaded from http://www.ntpctender.com as per the details mentioned at Sl. No. 10.0 below.
5.0All Bids must be accompanied by Bid Security for an amount of ` 1,16,73,000/- (Indian
Rupees One Crore Sixteen Lakh Seventy Three Thousand only) or US $ 190,600 (US Dollars One Hundred Ninety Thousand Six Hundred only) as stipulated in the Bidding Documents.
Any Bid not accompanied by an acceptable Bid Security in a separate sealed envelope shall be rejected by the Employer as being
6.0BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Darlipali STPP,
7.0QUALIFYING REQUIREMENTS FOR BIDDERS.
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the following shall also apply :
7.1.0Bidder should have designed, supplied, erected and commissioned at least two (2) numbers water/waste water treatment plants, each with a capacity of not less than 1000 cum/hr., comprising of clarifiers/tube settlers/thickeners or a combination thereof including civil works. The plants should have been in successful operation for at least one (1) year prior to the date of
7.2.0(a) In case the Bidder offers ion exchange based demineralisation plant for DM water, the Bidder should have designed, supplied, erected and commissioned at least one (1) number of ion exchange based demineralising plant, consisting of at least two (2) streams each of minimum 60 cum/hr capacity, capable of producing outlet water quality of silica and conductivity not more than 0.02 ppm as SiO2 and
0.2 micromho/cm respectively, which should have been in successful operation for at least one (1) year prior to the date of
OR
(b)In case the Bidder offers reverse osmosis with mixed bed combination plant for DM Water, the Bidder should have designed, supplied, erected and commissioned / supervised commissioning of one (1) number Reverse Osmosis (RO) Plant of minimum capacity (permeate flow) of 120 Cum/hr OR two (2) numbers RO Plants in separate contracts each of minimum capacity (permeate flow) of 60 Cum/hr OR three (3) numbers RO Plants in separate contracts each of minimum capacity (permeate flow) of 40 Cum/hr. The above RO plant (s) should be having inlet feed water with TDS > 500 ppm and capable of producing permeate water quality with TDS not more than 150 ppm OR having inlet feed as sea water and capable of producing permeate water quality with TDS not more than 500 ppm. The plant (s) should have been in successful operation for at least one (1) year prior to the date of
7.3.0Bidders who meet the requirement of Clause 7.1.0 but do not meet the requirement of Clause 7.2.0 above can also participate provided they associate with a firm meeting the requirements of Clause 7.2.0.
In such a case Bidder should furnish an undertaking jointly executed by it and its Associate for satisfactory performance of ion exchange based demineralising plant or reverse osmosis with mixed bed plant & supply of equipment as per format enclosed in the bidding documents. This Deed of Joint Undertaking should be submitted along with the
The Bidder should offer ion exchange based demineralising plant OR reverse osmosis with mixed bed combination plant for DM water, for which Bidder or its Associate gets qualified as above.
Further, in case of award, the Bidder's Associate/Collaborator shall be required to furnish an on demand bank guarantee as per the format enclosed with the bidding documents for a value equal to 3.0% (Three percent) of the contract price in addition to the contract performance security to be furnished by the Bidder.
7.4.0Financial criteria :
7.4.1Financial criteria of bidder
(a)The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of
` 196 Million (Indian Rupees one hundred ninety six million only) or in equivalent foreign currency.
(b)The Net Worth of the Bidder as on the last day of the preceding financial year should not be less than 25% of its
(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 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 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 form part of the Consolidated Financial Statements of the Holding Company.
In case where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
(d)In case a Bidder does not satisfy the financial criteria, stipulated at Clause 7.4.1
(a)and/ or Clause 7.4.1 (b) above on its own, its Holding Company would be
required to meet the stipulated turnover requirements at Clause 7.4.1 (a) above, provided that the net worth of such Holding Company as on the last day of the preceding financial year is atleast equal to or more than the
(e)The unutilized line of credit for fund based and
(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 unutilized line of credit for fund based and
pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.
(g)In case the Bidder's unutilized line of credit for fund based and
7.4.2Financial criteria of Collaborator /Associate
(a)The average annual turnover of the Collaborator/Associate meeting the
requirement of Clause 7.2.0 above, in the preceding three (3) financial years as
on the date of
(b)The Net Worth of the Collaborator / Associate as on the last day of the preceding financial year should not be less than 25% of its
(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 the Holding Company of Collaborator/Associate.
(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 Financial Statement of the Holding Company of Collaborator/Associate
In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.
(d)In case a Collaborator / Associate does not satisfy the financial criteria, stipulated at Clause 7.4.2 (a) and/ or Clause 7.4.2 (b) above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Clause 7.4.2 (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
in the bidding 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.
(e)The unutilized line of credit for fund based and
(f)Where another Company of the group acting as the Treasury Centre is responsible for Treasury Management of the Collaborator/Associate having combined credit /guarantee limit for the whole group, the Collaborator/ Associate would be required to provide a Banker's certificate regarding the unutilized line of credit for fund based and
(g)In case the Collaborator/Associate's unutilized line of credit for fund based and
Notes for Clause no. 7.4.1 and 7.4.2
(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)For unutilized line of credit for fund based and
7.5.0Notwithstanding 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.
8.0NTPC 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.
9.0Prospective Bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of Bidding Documents from Office of NTPC.
10.0A complete set of Bidding Documents may be purchased by any interested Bidder on submission of a written application and payment
In case the registered Bidders who have downloaded the Bidding Documents require an additional manual copy of the documents then such Bidders shall be required to purchase the manual copy of the Bidding Documents following the procedure detailed above.
Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified. 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.
11.0Address for communication :
AGM
Sixth Floor, Engineering Office Complex, Plot
Fax No: