NTPC LIMITED

GOVERNMENT OF INDIA ENTERPRISE)

INVITATION FOR BIDS (IFB) FOR

SOLAR THERMAL INTEGRATION , NCPS, DADRI

(International Competitive Bidding)

IFB No.:40036408

Date: 31.03.2015

Bidding Document No: RE-CS-5710-004A-9

 

1.0 NTPC invites on-line bids in Two Stages (i.e. Stage-I (Techno-Commercial) Bid and Stage-II (Price) Bid) from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0 Brief Details

IFB No.

40036408

 

IFB Date

31.03.2015

 

Document Sale Commencement Date

06.04.2015

 

 

 

 

Document Sale Close Date & Time

05.05.2015

15:00:00 (IST)

Last Date and Time for Stage-I (Techno-

28.05.2015

14:30:00 (IST)

Commercial) Bid submission

 

 

Stage-I (Techno-Commercial) Bid Opening Date &

28.05.2015

15:00:00 (IST)

Time

 

 

Last Date and Time for Stage-II (Price) Bid

Shall be Intimated Separately

submission

 

 

Cost of Bidding Documents in INR

22,500/-

 

Last Query Date

10.05.2015

 

Pre-Bid Conference Date & Time

12.05.2015

10:30:00 (IST)

Bid Security in INR

1,08,46,000/-

 

Bid Security in USD

1,71,700.00

 

Cost of Bidding Documents in USD for foreign bidder

500.00

 

Funding Source

Domestic/ Own Resources

3.0Bid Security and Integrity Pact shall be submitted in a sealed envelope separately in physical form by the stipulated Stage-I (Techno-Commercial) bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact shall be treated as non-responsive by the employer and shall not be opened.

4.0A 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/sap/bc/gui/sap/its/bbpstart). 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 alongwith duly filled in questionnaire for issue of vendor code and SRM user id/password.

Note: No hard copy of bidding documents shall be issued.

5.0Brief Scope of Work

The Brief Scope of work for the subject package is as follows:

i)Design, Engineering, Manufacture, Supply, Erection, Integration, Testing, Commissioning and proving the Guaranteed Performance parameters for installation of Integrated Solar Thermal Power Plant as EPC and carry out O&M including supply of all spare parts, consumables, repairs / replacement of any defective equipment etc. up till one year after the successful completion of facilities ( as defined in the specification).

ii)All associated works required for injection of heat generated by Solar Thermal Power Plant to “Dadri 210 MW Unit” by placing a heat exchanger in parallel to HP Heater 6 of TG on the same building with proper support and accurate metering of the heat injected conclusively for demonstration to customers and with recording system for regular billing purpose.

iii)All associated Mechanical, Electrical, Control, Instrumentation, Monitoring and Communication system required for smooth operation of the solar thermal plant from main plant Unit Control Room.

iv)All associated civil engineering works like ground leveling and foundations for mounting solar reflector and collector assemblies, heat exchanger, piping, control cabins for housing control panels, approach road & internal roads, area and plant lighting , earthing system etc.

v)Construction of water management system like collection, storage and distribution for cooling water, water washing and cycle make up etc. including drains and vents.

vi)Equipment for regular monitoring of solar irradiance (DNI), ambient temperature, wind speed and other weather parameters along with data interface.

6.0Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

In addition to the requirements stipulated under section ITB, the Bidder should also meet the qualifying requirements stipulated hereunder in clauses 1.1 or 1.2 as the case may be and 2.0

1.1Route – 1

The Bidder should have designed , engineered, manufactured / got manufactured, erected / supervised erection and commissioned / supervised commissioning of at least one (01) number solar thermal power plant / block* with an installed capacity of at least 12 MWthermal or 3 MWelectrical which should be in successful operation for at least one year prior to the date of techno-commercial bid opening.

* A Solar thermal block means a complete solar thermal field comprising the Reflectors, Support structures, Receiver, Sun Tracking system, Heat Transfer Fluid ( as applicable ) with other associated auxiliary equipment / systems.

1.2Route – 2

A firm having Engineered , Procured , Constructed, in last 10 years, at least one industrial project (with or without civil works) in the area of power, steel, oil & gas, petro-chemical, fertilizer and / or any other process industry of contract value INR 635 Million (Indian Rupees Six Hundred Thirty Five Million only) or higher and operating successfully for a period of not less than one (1) year prior to the date of Techno-Commercial bid opening can also participate provided it forms a Consortium with a firm that meets all the requirements stipulated at clause 1.1 above.

In case of bidding by such a Consortium, the bidder shall necessarily identify the “leader” of the Consortium and clearly specify the scope of work of each firm in this contract. The bidder shall along with its Techno-Commercial bid, furnish legally enforceable Consortium Agreement, as per format enclosed in the bidding documents in which the partners are jointly and severally liable to the Employer for successful performance of the Contract, failing which the Bidder shall be disqualified and its bid shall be rejected.

2.0FINANCIAL CRITERIA:

(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

INR 508 Million (Indian Rupees Five Hundred Eight 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 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 its 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 Annual Report of the 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 Cl. 2.0 (a) and / or Cl. 2.0 (b) above on its own, the holding company would be required to meet the stipulated turnover requirements at Cl. 2.0(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 bidder. 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, 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.

(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 the Bankers shall not be less than INR 318 Million (Indian Rupees Three Hundred Eighteen 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 shall certify that out of the aforesaid limits certified by the bankers’, the Bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 2.0(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 Cl. 2.0(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 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)The consortium shall necessarily identify one of the partners as lead partner.

(v)In case of consortium , the bid security and in the event of award, the Performance Bank Guarantee shall be in the name of both the partners of the consortium

(vi)In case of a bid submitted by consortium, the turnover and the line of credit shall be considered on a combined manner for the consortium. However, both the partners shall be required to meet the net worth criteria individually. In case of consortium of holding and/or subsidiary companies, the options at clause 2.0 (c) & clause 2.0 (d) above are also available to the Bidder.

(vii)In case of consortium, the options at clause 2.0 (c) & clause 2.0 (d) above shall be available to individual consortium partners.

(viii)For the purpose of compliance to the stipulated turnover criteria given in the clause no 2.0 (a) , the turnover from consortium in proportion to Bidder’s proposed consortium share as declared in the consortium agreement, shall also be considered.

(ix)The Consortium Agreement shall contain the scope of work of each firm in this contract. In case of qualification through Route-2, the scope of firm which meets the criteria stipulated under clause 1.1 shall necessarily include design and engineering of the solar thermal block as defined in clause 1.1 and supply of solar reflectors, receiver, heat transfer pumps and sun tracking system including supervision of erection and commissioning.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered 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, Integrity pact in physical form as detailed in Bidding Documents before the stipulated Techno-Commercial bid submission closing date and time at the address given below.

9.0NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation For Bids (IFB) for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0Transfer of Bidding Document purchased by one intending bidder to another is not permissible.

11.0Address for Communication

For the detailed IFB and bidding documents please visit at https://etender.ntpclakshya.co.in,

www.ntpctender.com or www.ntpc.co.in or may contact General Manager (Renewable Energy-Contract Services) / Addl General Manager (Renewable Energy-Contract Services), NTPC Limited, 3rd Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA, Distt. Gautam Budh Nagar, (UP), India, Pin-201301 on Telephone No. +91-120- 2410246 , Fax: +91-120-2410251 email:

aseemjain@ntpc.co.in / rkgupta07@ntpc.co.in or at office.

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