NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

(CORPORATE CONTRACTS, NOIDA)

INVITATION FOR BIDS (IFB)

FOR

'ASH HANDLING SYSTEM & ASH WATER RECIRCULATION ' PACKAGE

FOR

DARLIPALI SUPER THERMAL POWER PROJECT, STAGE-I (2X800 MW)

LOCATED AT DARLIPALI, DISTRICT-SUNDERGARH,

STATE OF ODISHA, INDIA

(International Competitive Bidding)

Bidding Document No.: CS-9549-162C(R)-2

I.NTPC Limited invites e- Bids from eligible Bidders for Ash Handling System & Ash Water Recirculation Package for Darlipali Super Thermal Power Project, Stage-I (2X800 MW) located at Darlipali, District-Sundergarh, State of Odisha, India in Two Stages [i.e. Stage-I (Techno-Commercial) Bid and Stage-II (Price) Bid], as per the brief scope of work mentioned hereinafter

II.The brief scope of work is as under:-

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, Inspection, all associated Structural and Architectural Works, Insurance during Storage, Erection and

Commissioning, Performance Testing and Handing Over the complete Ash Handling System for two (2) nos. Boiler of 800 MW nominal rating and their associated Electrostatic Precipitators, as defined in this specification.

Ash handling system shall consist of the following sub systems:

a)Bottom Ash and Economiser Ash Handling System

i)Jet pump and Water Impounded Hopper System

OR

ii)Submerged Scrapper Conveyor and dry type hopper System

Page 1 of 10

b)Bottom Ash Hopper Over flow Water System

Over flow water from bottom ash hopper is to be reused in ash handling system

c)Dry Fly Ash Conveying system

Two alternatives for pneumatic conveying system have been specified for conveying of fly ash in dry form from ESP hoppers and air preheater hoppers upto buffer hoppers. i.e. vacuum conveying system or pressure conveying system

d)Ash Water System

Ash water system shall consist of bottom ash HP water pumps, BA LP water pumps, Flushing water pump, Fly ash HP water pumps, Economiser Hopper Ash Water pumps etc.

e)Ash Disposal System

i) Bottom ash and Economiser Hopper, Air preheater and Duct hopper ash slurry disposal system

The bottom ash and Economiser Hopper , Air preheater and Duct hopper ash slurry from both the units shall be transported to ash in wet lean slurry form

ii) Fly ash slurry disposal system

The fly ash collected in HCSD silos shall be mixed with water in an agitator tank at controlled rate to obtain the desired high concentration. This high concentration slurry shall be further pumped to Ash dyke approximately.

f)Dry Fly Ash Transportation system

The dry fly ash from the electrostatic precipitator hoppers shall be taken to buffer hoppers of each unit.Dry fly ash from buffer hoppers shall be transported either to HCSD silos or to storage silos located near the plant boundary. The storage silos shall have rail/road unloading facilities.

g)Ash water recirculation system

h)The scope of electrical system includes VFD , Motors etc. are included in the package

i)The scope of C&I system includes instrumentation cables. DCS based control system shall be procured separately under station control and instrumentation package.

j)Civil works are excluded from the scope of AHS package.

Further, the detailed scope of work shall be as per provisions of Bidding Document No. CS-9549-162C(R)-2.

Page 2 of 10

III.NTPC intends to finance this package through ECB / Own Resources.

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

V.All Bids must be accompanied by Bid Security for an amount of Rs 3,38,75,000/- (Indian Rupees Three Crore Thirty Eight Lakh Seventy Five Thousand only) or USD 502,400 (US Dollars Five Hundred Two Thousand Four Hundred only) as stipulated in the Bidding Documents.

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.

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:

Page 3 of 10

(a)Bottom Ash Handling system comprising either a jet pump system in conjunction with water impounded Bottom Ash Hopper or a submerged Scraper Chain Conveyor system designed for the following conveying capacities for pulverized coal fired boilers:

The reference Bottom Ash Handling systems should be of the same type i.e. jet pump system or submerged scraper chain conveyor system, as is being offered by the Bidder.

(b)Pneumatic fly ash handling system for conveying fly ash from ESPs of a single pulverized coal fired boiler unit by either:

(i)Pressure conveying system designed for 30 TPH or more conveying capacity.

OR

(ii)Vacuum conveying system designed for 30 TPH or more conveying capacity per vacuum extractor.

The reference fly ash handling systems should be of the same type i.e. vacuum system or pressure system, as is being offered by the Bidder.

(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 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 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 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 of either the jet pump system type or submerged scraper chain conveyor system type can be considered as a plant for meeting the requirement of clause 1.1(a) above.

Page 4 of 10

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 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 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 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.

1.2Bidder who is a supplier of ash handling systems but does not meet the requirements under clause 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 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 1.2 (a) and 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 party(ies) who meet(s) either the total requirement or the balance part under clause 1.1(a),(b),(c) above which the Bidder itself is not able to meet. For Cl. 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 pulverized 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.

1.3The activity of design and engineering under clause 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 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 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

Page 5 of 10

balance part of total requirement under clause 1.1, the activity of design and engineering for the reference systems should have been carried out by them.

1.4Bidder seeking qualification through clause 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.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-Commercial bid, failing which the Bidder shall be disqualified and its 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.

2.0Financial Criteria of Bidder:

2.1The average annual turnover of the Bidder, in the preceding three (3) financialRs years as on the date of Techno-Commercial bid opening, should not be less than 862 million

(Indian Rupees Eight hundred sixty two 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 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 the Holding Company, supported by the Holding Company’s Board Resolution, 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.

2.2The Net Worth of the Bidder should not be less than 100% (hundred percent) of the Bidder’s paid-up share capital as on the last day of the preceding Financial year. In case the Bidder 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 Subsidiaries of its Holding Companies wherever applicable. In such a case, however the Net worth of the Bidder 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, if permitted under technical criteria for qualification under clause 1.0 above, 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.

Net worth in combined manner shall be calculated as follows:

Page 6 of 10

Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100

Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.

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.

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, 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. Further, a Certificate would be required from CEO/CFO as per the format enclosed in the bidding documents stating that the financial results of the Company are under audit as on the date of Techno-Commercial bid opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

3.0Financial Criteria of Collaborator(s)/Associate(s)

3.1For Bidder seeking qualification through clause no. 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 73 million (Indian Rupees Seventy three million only) or in equivalent foreign currency for the Collaborator/Associate for bottom ash handling system (meeting requirement of clause 1.1(a) above).

ii)Rs 67 million (Indian Rupees Sixty Seven million only) or in equivalent foreign

currency for the Collaborator/Associate for fly ash vacuum conveying system

(meeting requirement of clause 1.1 b(ii) above). OR

Rs 184 million (Indian Rupees One hundred eighty four million only) or in equivalent foreign currency for the Collaborator/Associate for fly ash pressure conveying system (meeting requirement of clause 1.1 b(i) above).

Page 7 of 10

iii)Rs 198 million (Indian Rupees One hundred ninety eight million only) or in equivalent foreign currency for the Collaborator/Associate for fly ash transportation system (meeting requirement of clause 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 collaborator/Associate is associated

3.2The 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 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 Subsidiaries 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, if permitted under technical criteria for qualification under clause 1.0 above, 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.

Net worth in combined manner shall be calculated as follows:

Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100

Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.

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 furnishes 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)/Associate(s).

Page 8 of 10

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)/Associate(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, Collaborator(s)/Associate(s) 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. Further, a Certificate would be required from CEO/CFO as per the format enclosed in the bidding documents stating that the financial results of the Company are under audit as on the date of Techno-Commercial bid opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

NOTES for clauses 2.0 and 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.

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

(iv)For annual 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.

VIII. 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.

(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.

Issuance 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

Page 9 of 10

opening. Bidder shall furnish Bid Security, Integrity Pact, 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. Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

It may be noted that Prospective Bidders from UP State of India are compulsorily required to provide TIN Number at the time of purchase of Bidding Documents from Office of NTPC.

X.Address for Communication:

AGM (CS-I) / Manager (CS-I) NTPC Limited,

6th Floor, Engineering Office Complex, Plot No. A-8A, Sector 24, NOIDA-201301 Distt. Gautam Budh Nagar (U.P.), INDIA

Page 10 of 10