NTPC LIMITED

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

BALANCE WORKS OF ASH HANDLING SYSTEM & ASH WATER RECIRCULATION

PACKAGE

FOR

SOLAPUR SUPER THERMAL POWER PROJECT (2x660 MW)

AT

SOLAPUR, DISTRICT SOLAPUR, STATE OF MAHARASHTRA, INDIA

(International Competitive Bidding)

IFB No. : 40044625

Date: 14.09.2015

Bidding Doc. No.: CS-9571-162C(R)-2

1.0NTPC invites online bids on Two Stage bidding basis [i.e. Stage-I (Techno- Commercial) Bid and Stage-II (Price) Bid] from eligible bidders for aforesaid Package, as per the Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The scope of work comprises turnkey supply of balance mechanical, electrical, C&I and associated structural works requiring completion and erection and commissioning of complete mechanical, electrical, C&I and structural works of ash handling system for two (2) nos. boilers, of 660 MW nominal rating and their associated electrostatic precipitators, as specified and defined in the specification. The scope of work also includes supply and erection of dry fly ash storage silos for ash utilization purposes.

Some of the major equipments such as ash water pumps, ash slurry disposal pumps, vacuum pumps, blowers, heaters, semi EOT cranes, valves and pipes have been received at site. On the civil front, buildings such as ash slurry pump house, ash water pump house, ash slurry sump, ash water sump, etc have been partially constructed. In view of the above, none of the pre-commissioning and commissioning milestone have been achieved so far.

The scope of work shall include the design, engineering, manufacture, shop fabrication, assembly, testing and inspection at manufacturer’s works, 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, inspection, all associated structural works, insurance during storage, erection and commissioning, performance testing and handing over to the Owner, of Ash handling system for two (2) nos. boilers, each of 660 MW.

3.0NTPC intends to finance the subject 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:

Bidding Document No.

:

CS-9571-162C(R)-2

Bidding Document Sale Date

:

From 16.09.2015 to 06.10.2015

 

 

upto 1730 hrs (IST)

Last date for receipt of queries

:

07.10.2015

from bidders (if any)

 

 

Stage-I (Techno-Commercial) Bid

 

 

Receipt Date & Time

:

Upto 20.10.2015 by 1500 hrs (IST)

Stage-I (Techno-Commercial) Bid

 

 

Opening Date & Time

:

20.10.2015 at 1530 hrs (IST)

Date & Time of receipt and opening

:

Shall be intimated separately by

of Stage-II (Price) Bid

 

NTPC after opening of Stage-I

 

 

(Techno-Commercial) Bid.

Cost of Bidding Document

:

Rs 22,500/- (Rupees Twenty Two

 

 

Thousand Five Hundred only) per

 

 

set for Indian Bidders and US $

 

 

500/- (US Dollars Five Hundred

 

 

only) per set for Foreign Bidders.

5.0All bids must be accompanied by Bid Security for an amount of Rs 1,37,55,000/- (Indian Rupees One Crore Thirty Seven Lakh Fifty Five Thousand only) or US$ 206,000/- (US Dollar Two Hundred Six Thousand 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 SHALL NOT BE OPENED.

6.0BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Ministry of Power (Govt. of India) has certified that Solapur Super Thermal Power

Project (2x660 MW) fulfils the laid down criteria for Mega Power Project. Accordingly, supplies of goods for this package shall be eligible for the benefits / exemptions as per provisions of relevant policy & Notifications of Govt. of India.

7.0QUALIFYING REQUIREMENT FOR BIDDERS

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

2/9

7.1.1The Bidder should be a supplier of ash handling systems and should have executed ash handling systems involving design, engineering, manufacture, supply, erection/ supervision of erection and commissioning/ supervision of commissioning for:

(a)Bottom Ash Handling system comprising a jet pump system in conjunction with water impounded Bottom Ash Hopper designed for 50 tonnes/ hour (dry ash basis) or more per jet pump for pulverised coal fired boilers.

(b)Pneumatic fly ash handling system for conveying fly ash from ESPs of a single pulverised coal fired boiler unit by vacuum conveying system designed for 30 TPH or more conveying capacity per vacuum extractor.

(c)Pneumatic Fly Ash Transportation System for transporting fly ash from pulverised coal fired boiler unit having capacity of not less than 20 TPH for a conveying distance of not less than 500 mtr. including fly ash storage silos.

(d)Complete high concentration ash slurry disposal system for handling not less than 40 tonnes of ash per hour for pulverised coal fired power stations which includes, among others, positive displacement ash slurry pumps & piping system with associated controls.

The systems mentioned at clause 7.1.1(a), (b) & (c) 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. The system mentioned at clause 7.1.1(d) 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. For the purpose of qualification, the experience as at clause 7.1.1 (a), (b), (c) & (d) above in separate plants also is permissible.

An individual boiler unit having its own independent bottom ash handling system can be considered as a plant for meeting the requirement of clause 7.1.1 (a) above.

An individual boiler unit having its own independent fly ash handling system upto wetting units/dry dust collection buffer hoppers which includes, among others, independent fly ash handling equipment below ESP hoppers, independent ash conveying piping upto wetting units/ dry dust collection buffer hoppers can be considered as a plant for meeting the requirement of clause 7.1.1 (b) above. Further, 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 requirement of clause 7.1.1 (c) above.

For reference fly ash handling systems, the design capacity of conveying from ESPs to buffer hoppers and of transportation from buffer hoppers to storage silos

3/9

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.

7.1.2Bidder who is a supplier of ash handling systems but does not meet the requirements under clause 7.1.1 in part or in full can also participate provided it has executed at least the following systems of ash handling plant involving design, engineering, manufacture, 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.

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 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 pulverised coal fired boiler units generating not less than 40 TPH of ash per boiler.

AND

collaborates/associates with party(ies) who meet(s) either the total requirement or the balance part under clause 7.1.1(a), (b), (c) above which the Bidder itself is not able to meet. For Cl. 7.1.1(d), Bidder may engage an agency who has done Design & Engineering for high concentration ash slurry disposal system handling not less than 40 TPH of ash for pulverised coal fired power station and the system should have been in successful operation for at least two (2) years prior to date of Techno-Commercial bid opening.

7.1.3The activity of design and engineering under clause 7.1.1 (a), (b) & (c) should have been carried out by the Bidder and not through any external design agency/agencies. The activity of design and engineering under clause 7.1.1(d) should have been carried out by either the Bidder or through design agency/design agencies having experience for high concentration ash slurry disposal system.

For design and engineering activity referred under clause 7.1.2 the activity should have been carried out by either the Bidder or through design agency/agencies having experience for reference systems. In case of Collaborator(s)/Associate(s) (meeting the balance part of total requirement under clause 7.1.1), the activity of design and engineering for the reference systems should have been carried out by them.

7.1.4Bidder seeking qualification through clause 7.1.2 shall furnish undertaking(s) jointly executed by it and its Collaborator(s)/Associate(s) for the successful performance of the relevant system(s) of the contract, except for HCSD system under Cl. 7.1.1(d), as per Employer's format enclosed in the bidding documents. The Deed(s) of Joint Undertaking(s) shall be submitted along with the Techno-

4/9

Commercial bid, failing which the Bidder shall be disqualified and its Techno- Commercial bid shall be rejected. Further, in case of award, each of Bidder’s Collaborator(s)/Associate(s) 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.

7.2Financial Criteria of Bidder:

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 Rs 330 million (Indian Rupees Three Hundred Three million only) or in equivalent foreign currency.

In case the Bidder does not satisfy the average annual turnover criteria, stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements, 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 Holding Company’s Board Resolution, 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.

7.2.2The Net Worth of the Bidder as on the last day of the preceding financial year as on the date of Techno-Commercial Bid opening should not be less than 100% (hundred percent) of its paid-up share capital. In case the Bidder does not meet the Net Worth criteria above on its own, it can meet the requirement of Net Worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of its Holding Companies wherever applicable. In such a case, however, the Net worth of the Bidder & Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of its Holding Company, in combined manner should not be less than 100% (hundred percent) of their total paid-up share capital. However, individually their Net worth should not be less than 75%(seventy five percent) of their respective paid up share capitals. For consortiums / joint ventures, wherever applicable, the net worth of all consortiums / joint venture members in combined manner should not be less than 100%(hundred percent) of their paid up share capital. However, individually their Net worth should not be less than 75% (seventy five percent) of their respective paid up share capitals.

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 alongwith copies of the audited consolidated financial statements of the Holding Company.

5/9

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 last financial year as on the date of Techno- Commercial bid opening are not available, financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, the Bidder is not able to submit the certificate from a practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.

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

7.3.1For Bidder seeking qualification through clause no. 7.1.2 above, the average annual turnover of its 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 amounts specified below:

I)Rs 9 million (Indian Rupees Nine million only) or in equivalent foreign currency for the Collaborator/Associate for bottom ash handling system (meeting requirement of clause 7.1.1(a) above).

ii)Rs 2 million (Indian Rupees Two million only) or in equivalent foreign currency for the Collaborator/Associate for fly ash vacuum conveying system (meeting requirement of clause 7.1.1 (b) above).

iii)Rs 47 million (Indian Rupees Forty Seven million only) or in equivalent foreign currency for the Collaborator/Associate for fly ash transportation system (meeting requirement of clause 7.1.1 (c) above).

In case the Collaborator(s)/Associate(s) does not satisfy the average annual turnover criteria stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements, 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 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 bidding documents, pledging unconditional and irrevocable financial support to the Collaborator(s)/Associate(s) to honour the terms and conditions of the Deed of Joint Undertaking in case of award of the contract to the Bidder with whom the Collaborator/Associate is associated.

7.3.2The Net Worth of the 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

6/9

than 100% (hundred percent) of its paid-up share capital. In case the Collaborator/Associate does not meet the Net Worth criteria on its own, it can meet the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of its Holding Companies wherever applicable. In such a case, however, the Net worth of the Collaborator/Associate and its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of the Holding Company, in combined manner should not be less than 100% (hundred percent) of their total paid up share capital. However, individually their Net Worth should not be less than 75%(seventy five percent) of their respective paid-up share capitals. For consortiums / joint ventures, wherever applicable, the net worth of all consortiums / joint venture members in combined manner should not be less than 100%(hundred percent) of their paid-up share capital. However, individually their Net worth should not be less than 75% (seventy five percent) of their respective paid up share capitals.

7.3.3In case the Collaborator(s)/Associate(s) is/are 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) further furnish(es) the following documents for 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 the Holding Company of Collaborator(s)/Associates(s).

(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(s)/Associates(s).

In case where audited results for the last financial year as on the date of Techno- Commercial bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, Bidder is not able to submit the Certificate from a practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.

Notes for Clauses 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 & surplus.

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

7/9

iii)“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per Companies Act of India.

iv)For 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.

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 e-Tender Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the e-Tender Site, the bidder would require vendor code & 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 vendor code & user id and password.

Note: No hard copy of Bidding Documents shall be issued.

11.0Issuance of bidding 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, Integrity pact, Deed of Joint Undertaking (if applicable) in physical form as detailed in Bidding Documents before 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:

AGM (CS-II) / Mgr. (CS-II) NTPC Limited,

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

Distt. Gautam Budh Nagar, UP, INDIA Pin - 201301

Fax No.: 091-120 – 2410284/ 2410011

Tel. No.: 091-120 – 4948621/ 4948693/ 2410021 E-mail: sprasad01@ntpc.co.in, arpitjha@ntpc.co.in

8/9

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

9/9