NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
CW SYSTEM EQUIPMENT PACKAGE
FOR
MEJA THERMAL POWER PROJECT (2X660 MW)
OF
MEJA URJA NIGAM PRIVATE LIMITED
(A Joint Venture of NTPC Limited and UPRVUNL) AT
MEJA, DISTRICT ALLAHABAD, STATE OF UTTAR PRADESH, INDIA (International Competitive Bidding)
IFB No. : 40025210 |
Date: 08.08.2014 |
Bidding Document No.:
1.0NTPC Ltd. on behalf of Meja Urja Nigam Private Limited(MUNPL) invites online bids on
Single Stage Two Envelope bidding basis
2.0BRIEF SCOPE OF WORK
The scope of work includes design, manufacture, engineering, inspection and testing at suppliers works, packing, forwarding to site, unloading, erection, supervision, pre- commissioning, testing and commissioning, and performance testing of equipment/system of the CW system equipment package and furnishing of spares as per specifications and scope defined in the bidding documents
(Salient Technical features are also available on NTPC website hosting this IFB)
3.0MUNPL intends to finance the subject package through ECB/Own Resources.
4.0Detailed specification, scope of work and terms & conditions are given in the bidding documents, which can be downloaded from NTPC
Bid Document No. |
: |
|
Issuance of IFB |
: |
08.08.2014 |
1
Bid Document Online Sale Date
Last Date for receipt of queries for clarification from prospective Bidders
Bid comprising of Techno- Commercial proposal and Price Proposal Receipt Date & Time
Date & Time of opening of
:From 08.08.2014 to 26.08.2014
:01.09.2014
:Up to 11.09.2014 by 1430 hrs (IST)
:11.09.2013 at 1500 hrs (IST)
Date & Time of Opening of |
: |
To be notified separately after opening of |
|
Price Bid |
|
|
Techno Commercial Bid |
Cost of Bidding Document |
: |
Rs. 11,250/- (Rupees Eleven Thousand Two |
|
|
|
Hundred Fifty only) per set for Indian Bidders |
|
|
|
and |
US $ 250 (US Dollar Two Hundred Fifty |
|
|
only) per set for Foreign Bidders. |
5.0Bid Security for an amount of Rs. 6,860,000/- (Indian Rupees Six Million Eight Hundred
Sixty Thousand only) or US Dollars 113,100 (US Dollars One Hundred Thirteen Thousand One Hundred only) shall be submitted offline prior to date and time for online bid submission . IF ANY BIDDER DOES NOT SUBMIT ACCEPTABLE BID SECURITY
IN A SEPARATE SEALED ENVELOPE PRIOR TO THE DATE AND TIME FOR ONLINE BID SUBMISSION, HIS BID SHALL BE REJECTED BY THE EMPLOYER AS BEING
6.0BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Meja TPP (2x660 MW) of MUNPL 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 Govt. of India.
7.0QUALIFYING REQUIREMENT
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the following shall also apply:
7.1.0 Technical Criteria
The Bidder should meet the qualifying requirements of any one of the qualifying routes stipulated under clause 7.1.1 or 7.1.2 or 7.1.3.
7.1.1The Bidder should have designed either by itself or through its Collaborator/Associate, manufactured/got manufactured, supplied, erected/supervised erection, and commissioned/supervised commissioning of at least two (2) nos. of vertical wet pit pumps or two (2) nos. of concrete volute pumps or two (2) nos. of metallic volute pumps with concrete encasement, each of rated capacity 36,000 cum./hr or more, having specific speed in the
2
range of
The Bidder should offer only the type of CW pumps i.e. vertical wet pit type pumps or concrete volute type pumps or metallic volute pumps with concrete encasement for which Bidder gets qualified as above.
7.1.2 Bidder who has designed by itself, manufactured/got manufactured, supplied, erected/supervised erection, and commissioned/supervised commissioning of at least two (2) nos. of vertical wet pit pumps or two (2) nos. of concrete volute pumps or two (2) nos. of metallic volute pumps with concrete encasement , each of rated capacity 15,000 cum./hr or more, having a specific speed in the range of
The Bidder should offer only the type of CW pumps i.e. vertical wet pit type pumps or concrete volute type pumps or metallic volute pumps with concrete encasement for which its Associate/ Collaborator gets qualified as per clause 7.1.1 above.
In such a case Bidder should furnish undertaking jointly executed by it and its Associate/Collaborator for the successful performance of the CW pump, as per the format enclosed in the bidding document. 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. Further, in case of award, the Bidder’s Associate/Collaborator will be required to furnish an
7.1.3a)The Bidder should be a wholly or partially (with minimum 51% holding) held Indian subsidiary of a firm who in turn meets the requirements of clause 7.1.1. Further, the Bidder should have executed/be executing atleast one (1) Contract involving design, manufacture/got manufactured, supply, erection/supervision of erection, and commissioning/supervision of commissioning of at least two (2) nos. of vertical wet pit pumps or two (2) nos. of concrete volute pumps or two (2) nos. of metallic volute pumps with concrete encasement ,each of rated capacity 15,000 cum./hr or more.
b)The Bidder should furnish a Deed of Joint Undertaking jointly executed by it and its Holding Company (i.e. the firm meeting requirements of clause 7.1.1 above) in which the executants of Deed of Joint Undertaking shall be jointly and severally liable to the Employer for successful performance of the Contract as per format enclosed in bidding documents. This Deed of Joint Undertaking should be submitted along with
c)The Bidder should offer only the type of CW pumps i.e. vertical wet pit type pumps or concrete volute type pumps or metallic volute pumps with concrete encasement for which the Holding Company of the Bidder (i.e. the firm meeting requirements of clause 7.1.1 above) is qualified.
3
Notes for clause 7.1.1, 7.1.2 and 7.1.3
i)For qualification under clause 7.1.1, a firm can meet the requirements stipulated under clause 7.1.1 above either singularly or collectively along with its Subsidiaries.
ii)In case the Bidder is a Holding Company meeting the requirements stipulated under clause 7.1.1 on the strength of collective experience of itself and its Subsidiaries, then the Holding Company should furnish Deed of Joint Undertaking executed by the Holding Company and all such Subsidiaries enabling qualification under clause 7.1.1, for successful performance of the CW Pumps as per the format enclosed in bidding documents.
Further in case of award, an
iii)For qualification under clause 7.1.2, in case the Bidder’s Associate/Collaborator is a Holding Company meeting the qualifying requirements stipulated under clause 7.1.1 on the strength of collective experience of itself and its Subsidiaries, then the Deed of Joint Undertaking to be submitted by the Bidder as stipulated under clause 7.1.2, should be executed by the Bidder and its Associate/Collaborator along with all such Subsidiaries for successful performance of the CW pumps, as per the format enclosed in bidding documents. Further in case of award, an
iv)For qualification under clause 7.1.3, in case the Bidder’s Holding Company meets the qualifying requirements stipulated under clause 7.1.1 on the strength of collective experience of itself and its Subsidiaries, then the Bidder should submit an additional Deed of Joint Undertaking executed by it and its Holding Company alongwith all such Subsidiaries for successful performance of the CW pumps, as per the format enclosed in bidding documents. Further in case of award, in addition to the
v)All Deed of Joint Undertaking (s) wherever stipulated should be submitted along with the Techno Commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.
vi)(*) Specific speed as stipulated above is the specific speed calculated at the best efficiency point of the pumps as defined in Hydraulic Institute Standards (HIS).
4
7.2.0Financial Criteria
7.2.1Financial criteria for Bidder
a)The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of
(Indian Rupees One Hundred Sixty One 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 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 annual financial statement of the Holding Company.
In case where audited results for the 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 7.2.1 a) and/ or clause 7.2.1 b) above on its own, the Holding Company would be required to meet the stipulated turnover requirements at clause 7.2.1 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
e)The unutilized line of credit for fund based and
equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits shall 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
5
group, the Bidder would be required to provide a Banker’s certificate regarding the unutilized line of credit for fund based and
g)In case the Bidder’s unutilized line of credit for fund based and
7.2.2Financial Criteria for Collaborator/Associate (in case of Bidder participating through clause 7.1.2):
a)The average annual turnover of the Collaborator/Associate, in the preceding three (3) financial years as on the date of
Rs. 16 Million (Indian Rupees Sixteen 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
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 on 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 with the bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated annual financial statement of the Holding Company of the Collaborator/Associate.
In cases where audited results for the 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 7.2.2 a) and/ or clause 7.2.2 b) above on its own, its Holding Company would be required to meet the stipulated turnover requirements at clause 7.2.2 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
6
Techno Commercial bid, a Letter of Undertaking from the Holding Company, supported by Board Resolution of the 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 Collaborate/Associate is associated.
e)The unutilized line of credit for fund based and
Twelve Million only) or in equivalent foreign currency.
In case certificates from more than one bank are submitted, the certified unutilized limits shall 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
g)In case the Collaborator/Associate’s unutilized line of credit for fund based and
7.2.3Financial Criteria for Holding Company (in case of Bidder participating through clause 7.1.3):
The Holding Company should meet the financial criteria as given in clause 7.2.1 for Bidder.
Notes for clause 7.2.1, 7.2.2 and 7.2.3
(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
7
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
7.3.0Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder / its 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 downloaded by any interested Bidder on payment
Note: No hard copy of Bidding documents shall be issued.
11.0Issuance 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 Bid
Security, Power of Attorney and Joint Deed of Undertaking(s) (if applicable) separately offline as detailed in Bidding Documents by the stipulated bid submission 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.
13.0Address for communication:
AGM (Contract
NTPC Limited,
6th Floor, Engineering Office Complex,
Distt. Gautam Budh Nagar, (UP), INDIA Pin - 201301
Fax No.:
8
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
9