NTPC LIMITED


(A GOVERNMENT OF INDIA ENTERPRISE)

(CONTRACTS AND MATERIALS)

SRHQ, SECUNDERABAD)


INVITATION FOR BIDS (IFB)


FOR

DRY FLY ASH CONVEYING AND TRANSPORTATION PACKAGE FOR RAMAGUNDAM SUPER THERMAL POWER STATION STAGE-I (3X200 MW) AT RAMAGUNDAM, DISTRICT-KARIMNAGAR, ( TELANGANA), INDIA


(Domestic Competitive Bidding)


NIT No.: 40043440 Date: 10.08.2015


  1. NTPC invites on-line bids from eligible Bidders for the " Dry Fly Ash Conveying and Transportation package" for NTPC Ramagundam stage-1, (3X200 MW) at Ramagundam, Distt-Karimnagar (Telangana) as per scope of work, briefly mentioned hereinafter.


2.0 Brief Details:



NIT No.



NIT Date



Document Sale Commencement Date & Time

10.08.2015


Document Sale Close Date & Time

10.09.2015


Source of IFB/NIT

SRHQ Secunderabad


Contract Classification

Equipment Supply & erection


Cost of Bidding Documents in INR

7730/-


EMD in INR

36,23,000/-


Last Query Date (if any)

18.09.2015


Reply to queries by NTPC

25.09.2015


Last Date and Time for Bid submission

08.10.2015 upto 1500 hrs


Technical Opening Date & Time

08.10.2015 at 1530 hrs



Dry fly ash conveying and transportation package for Ramagundam super thermal power station stage-I (3x200 mw)

BID DOC NO. SR-CS-3120-162A-9


SECTION – I

INVITATION FOR BIDS

BID INVITATION NO. 40043440


Page 1 of 10





  1. Bid Security and Integrity Pact shall be submitted in a sealed envelope separately offline by the stipulated bid submission 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.


    1. 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 Hyderabad or Secunderabad 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 (Guidelines to Bidders) 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 questionnare available at pre-requisite tab under "e-tender" at ntpctender.com for issue of vendor code and SRM user id/password.



5.0 Brief Scope of Work:


The scope of work comprises turnkey supply, erection and commissioning of complete mechanical, electrical C&I and associated civil , structural & architectural works of Dry ash conveying system for unit #1 ESP and for last two fields of unit #2, & 3 ESPs of stage-I. The scope of work also includes supply and erection of dry fly ash storage silo for ash utilization purposes. The scope of work shall include the design, engineering, manufacture, shop fabrication, assembly, testing and inspection at manufacturer’s work, type testing wherever applicable, packing, ocean shipment, marine insurance, custom clearance, port clearance and handling, inland transportation, inland transit insurance, delivery at site, unloading, handling, storage and in plant transportation at site, complete services of erection including erection supervision and site testing, all modification works on existing plant including dismantling, handling, overhaul/repair and re-erection as required, inspection, all associated civil, structural and architectural works, insurance during storage, erection and commissioning, performance testing and handing over to the Owner, of Dry ash conveying system for unit#1 ESP and for last two fields of unit #2, & 3 ESPs of stage-I as defined in specification.


The Dry ash conveying system shall consist of screw compressors, air lock/pump tanks, ash intake & discharge valves, CI&MS pipes, instrument air compressors , Structural steel Silo, silo aeration blowers, EOT crane in compressor house,ash conditioner, telescopic chutes, etc., along with modification in existing ESP hoppers, water pipe headers etc.,


Under Electrical system, HT & LT Switch gears, HT & LT Power cables, Control cables, lighting, cabling, earthing, lightning protection control system are included in the package.


Under C&I system, instruments, Process connection & piping, instrumentation, control & power supply cables, PLC based control system are included in the package.


Complete civil , structural & architectural works associated with compressor house, switch gear room/MCC/Control room, silo utility complex,foundation & supporting structures of all equipments including Silo, transformer yard area, RCC cable trenches, cable ducts etc., access roads, modification in existing structures as required & dismantling of structural asssemblies etc., are also included in the package


6.0 REQUIREMENTS FOR REQUEST OF BID DOCUMENTS

6.1 The prospective bidders are requested to visit www.ntpctender.com site and get acquainted with e-tender procedure

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


6.3 Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, for goods produced and services rendered, shall be issued the bidding documents free of cost and shall be exempted from paying Earnest Money Deposit.

Vendors having valid Small Scale Industries Certificate registered with the National Small Industries Corporation (NSIC) under single point registration scheme for the said item are exempted from payment of Tender Fee. Bidders seeking exemption should enclose a photocopy of valid registration certificate giving details such as validity, monetary limit, stores etc. along with their request for Tender Document.

6.4 NTPC Limited reserves the right to accept/ reject any or all applications / bids in part or full.


7.0.0 QUALIFYING REQUIREMENT FOR BIDDERS :


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

7.1.0 TECHNICAL CRITERIA OF BIDDER

7.1 .1 The Bidder should be a supplier of ash handling systems and should have executed ash handling systems involving design, engineering, manufacturing/got manufactured, supply, erection and commissioning of: (a) Pneumatic fly ash transportation system having capacity of not less than 20 TPH for transporting fly ash from a pulverised coal fired boiler unit for a conveying distance of not less than 500 metres including fly ash storage silos.


The system mentioned above should have been in successful operation in at least one (1) plant for at least two (2) years prior to the date of Techno-Commercial bid opening.

A transportation system provided for an individual boiler unit having dedicated transportation vessels below dry dust collection buffer hoppers and dedicated piping from dry dust collection buffer hoppers to storage silos, including storage silos, can be considered as a plant for meeting the above requirement.

For reference fly ash handling systems, the design capacity of transportation from buffer hoppers to storage silos will be the capacity which the client (of the reference plant against which the Bidder is seeking qualification) must have specified in its contract documents.



7.1.2 Bidder who is a supplier of ash handling systems but does not meet the requirements under clause 7.1.1 can also participate provided the Bidder has executed at least the following systems of ash handling plant involving design, engineering, manufacturing /got manufactured , supply, erection and commissioning:

a) Bottom ash handling system comprising either a jet pump system in conjunction with water impounded Bottom Ash Hopper or submerged scraper chain conveyor system or dry bottom ash system.


b) Fly Ash Handling System for conveying fly ash from ESPs in dry form (involving pneumatic conveying systems of vacuum or pressure type) or in wet (slurry) form.


The systems mentioned at clause 7.1.2 (a) and clause 7.1.2 (b) above should have been in successful operation in at least one (1) plant for at least two (2) years prior to date of Techno-Commercial bid opening and should have been installed for pulverized coal fired boiler units generating not less than 40 TPH of ash per boiler.

AND

Collaborates/associates with a party who meets the total requirement under clause 7.1.1 above.


7.1.3 a) For Bidder seeking qualification through clause 7.1.1, the activity of design and engineering of reference plant under clause 7.1.1 should have been carried out by the Bidder and not through any external design agency/agencies.

b) For Bidder seeking qualification through clause 7.1.2 , the activity of design and engineering of reference plant under clause 7.1.2 should have been carried out by either the Bidder or through design agency having experience for reference systems. However, the activity of design and engineering for reference plant under clause 7.1.1 should have been carried out by the Bidder's Collaborator/ Associate (who is meeting the requirement under clause 7.1.1) and not through any external design agency/agencies.


7.1.4 Bidder seeking qualification through clause 7.1.2 shall furnish undertaking jointly executed by it and its Collaborator/ Associate for the successful performance of the contract , as per Employer's format enclosed in the bidding documents. The Deed of Joint Undertaking shall 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, Bidder's Collaborator/ Associate shall be required to furnish an on demand bank guarantee as per the format enclosed with the bidding documents for a value equal to 1% (one percent) of the total contract price in addition to the contract performance security to be furnished by the Bidder.


7.2.0 FINANCIAL CRITERIA OF BIDDER:


7.2.1 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 1276 Lakhs (Indian Rupees One thousand two hundred seventy six lakhs only).


7.2.2 The Net Worth of the Bidder as on the last day of the preceding financial year shall not be less than 25% of the paid-up share capital.


7.2.3 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 furnishes the following further documents on substantiation of its qualification:


    1. Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.


    1. 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 last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.


7.2.4 In case a Bidder does not satisfy the financial criteria, stipulated at clause 7.2.1 and/ or clause 7.2.2 above on its own, its Holding Company would be required to meet the stipulated turnover requirements at clause 7.2.1 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 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.


7.2.5 The unutilised 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 Rs.750 lakhs (Indian Rupees Seven hundred fifty lakhs only). In case certificates from more than one bank are submitted, the certified unutilized limits should be of the same date from all such banks.


      1. 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 Bankers 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. 7.2.5 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 bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder in case of award.


7.2.7 In case the Bidder's unutilized line of credit for fund based and non-fund based limit specified at Clause 7.2.5 above is not sufficient, a comfort letter from one of the bankers specified in the bid 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 no less than the specified amount at Clause 7.2.5 above to the bidder or to the Treasury Management Centre as the case may be, shall be acceptable.


7.3.0 Financial Criteria of Collaborator(s)/Associate(s):


7.3.1 For Bidder seeking qualification through clause no.7.1.2 above, the average annual turnover of its Collaborator/Associate in the preceding three (3) financial years as on the date of Techno-Commercial bid opening should not be less than INR 1276 Lakhs (Indian Rupees One thousand two hundred seventy six lakhs only) or in equivalent foreign currency.

7.3.2 The Net Worth of each Collaborator/Associate as on the last day of the preceding financial year should not be less than 25% (twenty five percent) of its paid-up share capital.

7.3.3 In case the Collaborator/Associate is not able to furnish its audited financial statements on standalone 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 financial statements of the Holding Company of 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.


7.3.4 In case the Collaborator/Associate does not satisfy the financial criteria, stipulated at clause 7.3.1 and/ or clause 7.3.2 above on its own, its Holding Company would be r equired to meet the stipulated turnover requirements at clause 7.3.1 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 Collaborator/Associate would be required to furnish along with Bidder's Techno­ Commercial bid, a Letter of Undertaking from the Holding Company, supported by Board Resolution of the Holding Company, as per the format enclosed with 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.


7.3.5 For Bidders seeking qualification through clause no. 7.1.2 above, the unutilised line of credit for fund based and non-fund based limits with cash and bank balances including fixed deposits of its Collaborator/Associate as on a date not earlier than 15 days prior to the date of Techno-Commercial bid opening, duly certified by the Collaborator/Associate Bankers, should not be less than Rs.750 lakhs (Indian R upees Seven hundred fifty lakhs 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.


7.3.6 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 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 shall certify that out of the aforesaid limits certified by the bankers, the Collaborator/Associate shall have access to the line of credit of a level not less than the amount specified at clause 7.3.5 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 with 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.



7.3.7 In case the Collaborator/Associate's unutilized line of credit for fund based and non- fund based limits specified at clause 7.3.5 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 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 at clause 7.3.5 above to the Collaborator/Associate or to the Treasury Centre as the case may be, shall be acceptable.


NOTES for clause 7.2.0 and 7.3.0 above:

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


  1. For unutilized line of credit for fund based and non fund based limits and turnover indicated in foreign currency, the exchange rate as on 7(seven) days prior to the date of Techno- Commercial bid opening shall be used.


Notes.


a) The word ‘executed' means the bidder or its sub contractor should have achieved the criteria specified in the above QR within the preceding seven year period even if the contract has been started earlier and/ or is not completed/ closed.


b) The one (1) year period means any continuous twelve (12) month period.

      1. SUB QR FOR CIVIL AND STRUCTURAL AGENCIES

(a) Civil and structural agency

The bidder or its civil and structural agency should have executed the following works within the preceding seven (7 ) years, reckoned prior to the date of techno- commercial bid opening.

  1. Minimum 1500 cum of reinforced cement concrete work in any one (1) year in a single contract.

  2. Minimum 150 MT of fabrication and erection of steel structures in any one (1) year in a single contract.


The bidder shall furnish this information along with the bid in the relevant schedule of the data requirements, titled "Schedule of Qualification regarding Civil and structural agency".


8.0 OTHER GENERAL REQUIREMENTS



The bidder along with bid must submit documentary evidence in support of meeting qualifying requirements such as Copy of Balance sheet and Profit & Loss account for the specified period, Proof of orders being executed along with details and brief description of Projects/Order copies , NSIC certificate wherever applicable, BIS certificate, Registration certificate with department of industries, etc.

Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.



  1. Notwithstanding anything stated above, NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT 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.



  1. Address for communication:


AGM (C&M),

N T P C Limited,

Southern Region Headquarters,

2nd Floor, MCH Commercial Complex,

R.P. Road, Secunderabad, 500 003 Telangana.

Phone No.:040-27804523/ 27805020, Fax No. : 040-27800743/ 27804516

e-mail id: madhavikutty@ntpc.co.in, aprakash@ntpc.co.in

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