NTPC LIMITED

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

BALANCE WORK FOR FIRE DETECTION & PROTECTION SYSTEM PACKAGE

FOR

NABINAGAR THERMAL POWER PROJECT (4X250MW)

OF

BHARTIYA RAIL BIJLEE COMPANY LTD.

(A JOINT VENTURE OF NTPC LTD. AND MINISTRY OF RAILWAYS)

AT

NABINAGAR, DISTRICT AURANGABAD, BIHAR

(International Competitive Bidding)

IFB No. : 40026783

Date: 19.09.2014

Bidding Document No. : CS-0270-151(R)-2

1.0Govt. of India has accorded approval for establishment of a Joint Venture Company between NTPC Ltd. and Ministry of Railways, Govt. of India, for setting up a 1000 MW coal based Power Station at Nabinagar, District Aurangabad, Bihar which will be set-up and managed by NTPC and whose nominee would be Chief Executive Officer (CEO) of the Joint Venture Company.

Accordingly, a joint venture company by the name ‘Bhartiya Rail Bijlee Company Limited’ (BRBCL) has been incorporated with its Registered office at NTPC Bhawan, Core-7 Scope Complex, 7 Institutional Area Lodhi Road New Delhi-110 003. NTPC on behalf of BRBCL is inviting e-Bids on Single Stage Two Envelope bidding basis (Envelope-I: Techno- Commercial Bid & Envelope-II: Price Bid) from eligible Bidders for Balance Work for Fire Detection & Protection System Package for Nabinagar Thermal Power Project, (4 X 250

MW).

2.0BRIEF SCOPE OF WORK

The scope of the proposal for the Design, Engineering, Manufacture, Shop Fabrication, Inspection and Testing at Manufacture’s works/supplier’s works, Packing and Inland transportation to the site, insurance, delivery to site, receipt, unloading, handling, storage and in plant transportation at site, fabrication at site, installation, testing and commissioning including successful completion of trail operation and performance and guarantee testing of Fire Detection and Protection System complete with all other electrical and allied system equipments including furnishing of spares at site as per specifications. Further, obtaining necessary approvals for the complete fire detection and protection system from TAC accredited agency is also in the scope of Bidder as per specification and scope defined in the bidding documents.

3.0BRBCL intends to finance Balance Work for Fire Fighting and Protection System Package through External Commercial Borrowings / Own Resources.

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:

Bid Document No.

:

CS-0270-151(R)-2

Bid Document Sale Date

:

From 19.09.2014 to 10.10.2014 upto 1730 Hrs

Last Date & Time of receipt of bid :

Up to 31.10.2014 by 1500 Hrs. (IST)

Comprising both Techno- Commercial

 

Bid and Price Bid

 

 

Date & Time of opening of Techno-Commercial Bid

Date & Time of opening of Price Bid

Cost of Bidding Document per set for Indian Bidders and per set for Foreign Bidders.

:31.10.2014 at 1530 hrs (IST)

:To be notified separately after opening of Techno- Commercial Bid

:INR 7875/- (Rupees Seven Thousand Eight Hundred Seventy Five only)

US $ 175 (US Dollar One Hundred Seventy Five only)

5.0All bids must be accompanied by Bid Security for an amount of INR 40,29,000/-. (Indian Rupees Forty Lacs Twenty Nine Thousand only) or USD 66,100/- (US Dollars Sixty Six Thousand and One Hundred only).

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

Nabinagar TPP, (4 X 250 MW) has been declared a Mega Power Project by the Ministry of Power (Government of India). Accordingly, supplies of goods under this Package shall be eligible for the benefits/exemptions as per provisions of relevant policy & notifications of the Government of India.

7.0Qualification Requirements for Bidders

In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the following shall also apply:

7.1The Bidder should have designed, supplied, erected and commissioned atleast one (1) fire protection system of Contract value not less than 35.0 Million or equivalent in foreign currency (exchange rate applicable as on date of Techno-Commercial bid opening), in Industrial installation. The Fire Protection System should have comprised of:

(a)Fire hydrant system

(b)High velocity water (HVW) spray or medium velocity water (MVW) spray or sprinkler system.

(c)Fire water pumping and pressurizing arrangement

The system mentioned above should have been designed to the recommendations of Tariff Advisory Committee of India or Oil Industry Safety Directorate (OISD) or any other International reputed authority (like LPC-U.K. or NFPA, USA) and this system 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.

7.2Financial Criteria

7.2.1The 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 200 million (Indian Rupees Two hundred million only) or in equivalent foreign currency.

7.2.2The 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.

7.2.3In 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 financial statements 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.

7.2.4In case a bidder does not satisfy the financial criteria, stipulated at Cl. 7.2.1 and/or Cl.7.2.2 above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl.7.2.1 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 its 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 for the execution of the Contract by the Bidder in case of award.

7.2.5The 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 84 Million (Indian Rupees Eighty Four 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.

7.2.6Where 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 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 Cl. 7.2.5 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 with the bidding documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

7.2.7In case the Bidder's unutilised line of credit for fund based and non-fund based limits specified at Cl.7.2.5 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 at clause 7.2.5 above to the Bidder or to the Treasury Centre as the case may be, shall be acceptable.

Notes :

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 provisions 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 & surplus.

ii)Other income shall not be considered for arriving at annual turnover.

iii)For unutilised 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.

7.3.0Notwithstanding 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 downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at New Delhi or directly through the 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.

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.

12.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

13.0Address for communication:

DGM (CS-I) / Sr. Manager (CS-I) NTPC Limited,

6th Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA,

Distt. Gautam Buddha Nagar, (UP), INDIA Pin - 201301

Fax No.: 0091-120 – 2410 011 / 2410 335 Tel. No.: 0091-120 – 494 8656 / 494 8616

e-mail: neerajkumar02@ntpc.co.in or arvindkumar01@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in