NTPC LIMITED

(A GOVERNMENT OF INDIAENTERPRISE)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

'WATER TREATMENT PLANT' PACKAGE

FOR

DARLIPALI SUPER THERMAL POWER PROJECT, STAGE-I (2X800 MW)

LOCATED AT DARLIPALI, DISTRICT-SUNDERGARH,

STATE OF ODISHA, INDIA.

(International Competitive Bidding)

IFB No. : CS-9549-136-2

Date : May 09, 2014

1.0NTPC Limited invites sealed Bids from eligible Bidders for Water Treatment Plant Package for Darlipali Super Thermal Power Project, Stage-I (2X800 MW) located at Darlipali, District-Sundergarh, State of Odisha, India in Two Stages [i.e. Stage-I (Techno- Commercial) Bid and Stage-II (Price) Bid], as per the brief scope of work mentioned hereinafter.

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 Pre-treatment system, Liquid effluent treatment system, DM plant (Option-1) or UF+RO+MB plant (Option-2), CW Treatment System, associated Control & Instrumentation System, Electrical drives, Civil, Structural & Architectural works for various Equipments/ Systems etc. as specified in Technical specifications including supply of Mandatory Spares.

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.

:

CS-9549-136-2

Bidding Document Sale

:

From 09.05.2014 to 02.06.2014

Date & Time

 

From 1000 Hrs. to 1500 Hrs. (IST)

Stage-I (Techno-Commercial)

:

Upto 24.06.2014 by 1430 Hrs. (IST)

Bid Receipt Date & Time

 

 

Stage-I (Techno-Commercial)

:

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 Stage-II (Price) Bid shall be intimated separately after opening of Stage-I (Techno-Commercial) Bids.

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 non-responsive and returned to the Bidder without being opened.

6.0BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Darlipali STPP, Stage-I (2x800 MW) has been declared a Mega Power Project by the Government of India. Accordingly, supplies of goods under this Package shall be eligible for the benefits/exemptions as per provisions of the relevant notifications of the Government of India.

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 Techno-Commercial bid opening.

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 Techno-Commercial bid opening.

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 Techno-Commercial bid opening.

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 Techno-Commercial bid failing which the Bidder shall be disqualified and its bid shall be rejected.

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 Techno-Commercial bid opening, should not be less than

` 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 paid-up share capital.

(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 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 its Holding Company, supported by 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.

(e)The unutilized 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 Techno-Commercial bid opening, duly certified by its Bankers should not be less than ` 187 Million (Indian Rupees one hundred eighty seven million only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits should be of the same date from all such banks.

(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 non-fund based limits together with cash and bank balances including fixed deposits available to such Treasury Centre. Further, Treasury Centre should certify that out of the aforesaid limits certified by its Bankers, the Bidder shall have access to the line of credit of a level not less than the specified amount at Clause 7.4.1(e) above. In proof of this, the Bidder would be required to furnish along with its Techno-Commercial 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 Bidding documents,

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 non-fund based limits specified at Clause 7.4.1 (e) above is not sufficient, a comfort letter from one of the Bankers specified in the Bidding 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 Centre as the case may be, shall be acceptable.

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 Techno-Commercial bid opening, should not be less than ` 43 Million (Indian Rupees forty three million only) or in equivalent foreign currency.

(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 paid-up share capital.

(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 paid-up share capital of the Holding Company. In such an event, the Collaborator / Associate would be required to furnish along with its bidder's Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by Holding Company's Board Resolution (as per the format enclosed

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 non-fund based limits with cash and bank balances including fixed deposits of the Collaborator / Associate meeting requirement of Clause 7.2.0 (a) or (b) above as on a date not earlier than 15 days prior to the date of Techno-Commercial bid opening, duly certified by its Bankers shall not be less than ` 32 Million (Indian Rupees thirty two million only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits should be of the same date from all such banks.

(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 non-fund based limits together with cash and bank balances including fixed deposits available to such Treasury Centre. Further, Treasury Centre should certify that out of the aforesaid limits certified by its bankers', the Collaborator/Associate shall have access to the line of credit of a level not less than the amount specified at Clause 7.4.2 (e) above. In proof of this, the Bidder would be required to furnish along with its Techno-Commercial bid, a Letter of Undertaking from the Treasury Centre, supported by a Resolution passed by the Board of Directors of the Collaborator/Associate's Holding Company, as per the format enclosed 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.

(g)In case the Collaborator/Associate's unutilized line of credit for fund based and non-fund based limits specified at Clause 7.4.2 (e) above is not sufficient, a comfort letter from one of the Bankers specified in the bidding documents unequivocally stating that in case of award of the contract to the Bidder with whom Collaborator/Associate is associated, the Bank would enhance line of credit for fund based and non-fund based limits to a level not less than the specified amounts to the Collaborator/Associate or to the Treasury Centre as the case may be, shall be acceptable.

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 non-fund based limits and 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.

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 (non-refundable) of the cost of Bidding Documents, as mentioned at Sl. No. 4.0 above, in the form of a Crossed Account Payee Demand Draft in favour of "NTPC Limited", New Delhi. The Bidding Documents can also be downloaded from http://www.ntpctender.com on registration and online payment (non-refundable) towards cost of Bidding Documents and the downloaded documents can be used for Bidding purposes.

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 (CS-I) / Asst. Manager (CS-I) NTPC Limited,

Sixth Floor, Engineering Office Complex, Plot A-8A, Sector-24, NOIDA, Distt.-Gautam Budh Nagar, Uttar Pradesh, PIN-201301, India

Fax No: +91-120-2410335/ 2410011 Tele. No. +91-120-4948691/4948660