NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS

(INTERNATIONAL COMPETITIVE BIDDING)

FOR

HP/LP BY-PASS PACKAGE

FOR

MEGA R&M OF SINGRAULI SUPER THERMAL POWER STATION, STAGE-I (5X200MW)

LOCATED AT SHAKTI NAGAR, DISTRICT SONEBHADRA, STATE OF UTTAR PRADESH, INDIA

IFB No.: 40033497 Date: 02.02.2015

Bidding Doc. No: CS-1110(R&M)-110B-9

1.0 NTPC Limited (NTPC) invites online bids from eligible bidders in Two Stages [i.e. Stage-I (Techno-Commercial) Bid and Stage-II (Price) Bid] for the aforesaid package as per the brief Scope of Work mentioned hereinafter.

2.0 BRIEF SCOPE OF WORK

The scope of work for R&M includes designing / re-designing, basic and detailed engineering, re-engineering, refurbishing / retrofitting, supply, inspection and testing at supplier’s works, packing, forwarding to site, unloading and storage at site, pre-assembly, machining if required, site fabrication, dismantling and shifting, erection, repairing, replacing, application of thermal insulation, carrying out all precommissioning checks/ tests and any other work required to complete the system, commissioning and trial operation, performance tests of various equipments and systems covered under the technical specification. The scope also includes supply of necessary tools & tackles and mandatory spares & Maintenance equipment and AMC for one year for the subject Package.

The detailed scope of work is specified in Technical Specifications (Section-VI).

3.0 NTPC intends to finance the subject package through Own Resources.

4.0 Detailed scope of work, specifications and terms & conditions are given in the Bidding Documents which are available for examination and sale at the address given below as per the following schedule:

Documents Sale Dates : From 02.02.2015 to 02.03.2015

& Timings upto 1500 Hrs. (IST)

Stage-I (Techno-Commercial) Bid : 20.03.2015 upto 1430 Hrs. (IST)

Receipt Date & Time

Stage-I (Techno-Commercial) Bid : 20.03.2015 at 1500 Hrs. (IST)

Opening Date & Time

Cost of Bidding Document : Rs.7,875/- (Indian Rupees Seven Thousand Eight Hundred Seventy Five only) per set for Indian Bidders and US$ 175 (US Dollar One Hundred Seventy Five only) per set for Foreign Bidders

Last date of receipt of query : 10.03.2015

from Bidders

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

4.1 Prospective Bidders from UP state are compulsorily required to provide TIN number at the time of purchase of bidding documents from Office of NTPC.

5.0 All bids must be accompanied by Bid security for an amount equivalent to Rs. 5,134,000/- (Indian Rupees Five Million One Hundred Thirty Four Thousand Only) or in US Dollars 82,000 (US Dollars Eighty Two Thousand only) in the form as stipulated in bidding documents.

Any Bid not accompanied by the acceptable Bid Security in a separate sealed envelope shall be rejected by the Employer/NTPC as being non-responsive and returned to the bidder without being opened.

6.0 Qualifying Requirements for Bidders:

In addition to qualifying requirements stipulated under Section ITB (Instruction to Bidder), the Bidder should also meet the qualifying requirements for Renovation and Modernisation stipulated hereunder in clauses 6.1.0 or 6.2.0 and clause 6.3.0

6.1.0 The Bidder should have designed, engineered, manufactured, erected / supervised erection, commissioned/ supervised commissioning of hydraulic operated HP Bypass system and LP Bypass system of 200MW or above capacity unit in at least one (1) coal fired thermal power station which should have been in successful operation for at least one (1) year prior to the date of techno-commercial bid opening. The bidder shall offer only the type of HP and LP bypass valves for which it is qualified.

6.2.0(a) The bidder should be a Joint Venture Company / Subsidiary Company formed for manufacturing and supply of HP and LP bypass system in India and should have a valid collaboration or licensing agreement for design, engineering, manufacturing of such equipment(s) in India with a qualified HP and LP bypass system manufacturer who meets the requirements stipulated at clause 6.1.0 above. Further, in such a case, such qualified HP and LP bypass system manufacturers should have, directly or indirectly through its holding company/ subsidiary company, atleast 26% equity participation in the Indian Joint Venture Company/ Subsidiary Company, which shall be maintained for a lock-in period of seven (7) years from the date of incorporation of such Joint Venture/ Subsidiary or upto the end of defect liability period of the contract, whichever is later. The bidder shall furnish a Deed of Joint Undertaking executed by it, the qualified HP and LP bypass system manufacturer and its holding/ subsidiary Company, as applicable, in which all the executants of the DJU shall be jointly and severally liable to the employer for the successful performance of the contract as per the format in the bidding document. The Deed of Joint Undertaking shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected. In case of award, each executant of the DJU except the bidder will be required to furnish an on demand bank guarantee for INR 1.5 Million (Rupees One and Half Million) in addition to the contract performance security to be furnished by the Bidder.

(b) Before taking up the manufacturing of HP and LP bypass system, the Bidder must create (or should have created) manufacturing and testing facilities at its works as per Collaborator / licenser’s design, manufacturing and quality control system for such equipments duly certified by the Collaborator / licensor.

Further, the Collaborator / Licenser shall provide (or should have provided) all design, design calculation, manufacturing drawings and must provide (or should have provided) technical and quality surveillance assistance and supervision during manufacturing, erection, testing, commissioning of equipments.

6.3.0 Financial Criteria

6.3.1.0 Financial criteria for the Bidder

6.3.1.1 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 INR 73 Million (Indian Rupees Seventy Three Million only) or in equivalent foreign currency.

6.3.1.2 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.

6.3.1.3 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 the Holding Company.

(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 Annual Financial Statement of the Company.

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.

6.3.1.4 In case a Bidder does not satisfy the financial criteria stipulated at Cl. 6.3.1.1 and/or Cl.6.3.1.2 above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl. 6.3.1.1 above, provided that the net worth of such Holding Company as on 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 bid, a Letter of Undertaking from the Holding Company, supported by Board Resolution, 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.

6.3.1.5 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 the Bankers should not be less than INR 93 Millions (Indian Rupees Ninety Three 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.

6.3.1.6 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 banker’s, the Bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 6.3.1.5 above. In proof of this, the Bidder would be required to furnish along with its 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.

6.3.1.7 In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at Cl.6.3.1.5 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 to the Bidder or to the Treasury Centre as the case may be, shall be acceptable.

6.3.1.8 In case of a bid submitted by Joint Venture, the turnover and line of credit shall be considered on a combined manner for both the JV partners and for the net worth, both the partners shall be required to meet individually. However, in case of a JV of holding and/or subsidiary companies, the options at Cl. 6.3.1.3 or Cl. 6.3.1.4 are also available to the Bidder.

6.3.2.0 Financial Criteria for the Collaborator(s) / Associate(s)

6.3.2.1 The average annual turnover of the Collaborator(s) / Associate(s), in the preceding three (3) financial years as on the date of techno-commercial bid opening, should not be less than the following for different Collaborator(s) / associate(s) as applicable.

Collaborator(s)/ Associate(s)

Applicable clauses

Required annual turnover in Million INR or in equivalent foreign currency

Qualified HP and LP bypass system manufacturer

6.2.0

INR 73 Million (Indian Rupees Seventy Three Million only)

6.3.2.2 The Net Worth of each Collaborator / Associate as on the last day of the preceding financial year as on the date of techno commercial bid opening should not be less than 25% of the paid-up share capital.

6.3.2.3 In case the Collaborator(s) / Associate(s) is not able to furnish its audited financial statements on stand alone entity basis, the unaudited unconsolidated financial statements of the Collaborator(s) / Associate(s) can be considered acceptable provided the Collaborator(s) / Associate(s) furnishes the following further documents on substantiation of its qualification:

(i) Copies of the unaudited unconsolidated financial statements of the Collaborator(s) / Associate(s) along with copies of the audited consolidated financial statements of its Holding Company of Collaborator(s) / Associate(s).

(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 Annual Report of the company.

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.

6.3.2.4 In case a Collaborator(s) / Associate(s) does not satisfy the financial criteria, stipulated at Cl.6.3.2.1 and / or 6.3.2.2 above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl 6.3.2.1, 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(s) / Associate(s) would be required to furnish along with its bid, a Letter of Undertaking from the Holding Company, supported by Board Resolution (as per the format enclosed in the bid documents), pledging unconditional and irrevocable financial support to the Collaborator(s) / Associate(s) to honor 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.

6.3.2.5 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 as on a date not earlier than 15 days prior to the date of techno-commercial bid opening, duly certified by the Bankers should not be less than the following for different Collaborator(s) / associate(s) as applicable.

Collaborator(s)/ Associate(s)

Applicable clauses

Required unutilized line of credit in Million INR or in equivalent foreign currency

Qualified HP and LP bypass system manufacturer

6.2.0

INR 93 millions (Indian Rupees Ninety Three Million only)

In case certificates from more than one bank are submitted, the certified unutilized limits shall be of the same date from all such banks.

6.3.2.6 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 shall 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 Cl. 6.3.2.5 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 Collaborator / Associate’s holding company, as per the format enclosed in the bidding documents, pledging unconditional and irrevocable financial support to the Collaborator / Associate(s) to honor 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.

6.3.2.7 In case the Collaborator / Associate’s unutilized line of credit for fund based and non-fund based limits specified at Cl. 6.3.2.5 above is not sufficient, a comfort letter from one of the bankers specified in the bid 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 amount to the Collaborator / Associate or to the Treasury Management 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 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.

(iv) "Holding Company" and "Subsidiary Company" shall have the meaning ascribed to them as per Companies Act 1956 of India.

(v) For the purpose of compliance to the stipulated turnover criteria given in clause no. 6.3.1.1, the turnover from the Joint Venture(s) in proportion to the bidder’s / proposed JV partner(s)’ share as declared in the Joint Venture agreement, shall also be considered (if applicable).

6.4.0 Notwithstanding 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.

7.0 NTPC 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.

8.0 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 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 e-Tender Site (https://etender.ntpclakshya.co.in). For logging on to the e-Tender Site, the bidder would require user id and password which can be obtained by submitting a questionnaire available at our e-Tender 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 issuance of user id and password.

9.0 Issuance of Bidding Documents to any bidder shall not construe that such Bidder is considered to be qualified.

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

11.0 Address for Communication:

AGM (CS-III) / Sr. Manager (CS-III) / Manager (CS-III)

NTPC Limited,

6th Floor, Engineering Office Complex,

A-8A, Sector-24, NOIDA - 201301,

Distt. Gautam Budh Nagar,

State of UP, India.

Telephone No.: +91-120-4946664, 4946605, 4948619

Fax No.: +91-120-2410295, 2410011

e-mail: sanjaydeodhar@ntpc.co.in, gsrandhawa@ntpc.co.in, pratibhasoni@ntpc.co.in

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

Registered Office: NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi-110003, Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in