Page 1 of 8
NTPC Limited
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
AUGMENTATION OF DRY FLY ASH TRANSPORTATION SYSTEM
FOR 02 UNITS
OF
SIPAT SUPER THERMAL POWER PROJECT STAGE-I (3x 660 MW)
AT
SIPAT, DISTRICT BILASPUR, STATE OF CHHATISGARH, INDIA
(International Competitive Bidding)
IFB No.: 40076710 Date: 07.06.2017
Bidding Document No.: CS-9518-162E(R)-2
1.0 NTPC invites Online Bids on Two Stage Bidding Basis (Stage-I: Techno-
Commercial Bid & Stage-II: Price Bid) from eligible bidders for
Augmentation of Dry Fly Ash Transportation System for 02 Units of Sipat
STPP Stage-I (3x660MW) situated at Sipat in Bilaspur District, State of
Chhatisgarh, as per scope of work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
2.1 Description of Existing System
Sipat STPP Stage I comprises of 3 units (Unit # 1, 2 & 3) of 660 MW each. The
existing ash handling system consists of a vacuum conveying system for
evacuation of fly ash from ESP hoppers to buffer hoppers located near the ESPs.
The vacuum conveying system is provided for all three units of Stage I. The
second stage transportation system consists of a pressure conveying system for
fly ash from buffer hoppers up to storage silos.
The capacity of the existing transportation system is suited for transportation of
dry fly ash from buffer hoppers to storage silos for only one unit at a time.
2.2 Scope of Proposed Augmentation Package
The augmentation of dry fly ash transportation system consists of transportation
of fly ash from existing buffer hoppers of 2 Units of Stage I, to storage silos by
pressure transportation system.
System will consist of transport air compressors, instrument air compressors,
CI/MS pipes, structural steel silos (4 numbers), silo aeration blowers, hydromix
dust conditioners, telescopic chutes, booster & wash water pumps etc.
Under electrical system, LT switchgears, LT power & control cables along with PLC
based control system, lighting, cabling, earthling, lightning protection, motors, VFD
etc. are included.
Page 2 of 8
Under C&I system, all instruments and devices, instrumentation cables are
included.
Civil works and structural works associated with the system are included. Work
shall include both new Structure and strengthening of existing Structure as per
system requirement.
3.0 NTPC intends to finance the subject package through External Commercial
Borrowings/Own resources.
4.0 Detailed 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.:
40076710
Bidding Document Sale Date
08.06.2017 to 07.07.2017
Last Date for receipt of queries for
clarification from prospective
Bidders
18.07.2017
Bid Receipt Date & Time for Stage-I
(Techno-commercial) Bid
31.07.2017 up to 1500 Hrs(IST)
Bid Opening Date & Time for Stage-
I (Techno-commercial) Bid
31.07.2017 at 1530 Hrs (IST)
Bid Submission & Opening Date &
Time for Stage-II (Price) bid
Shall be intimated separately by NTPC.
Cost of Bidding Document per set
for Indian Bidders and per set for
Foreign Bidders:
22500/- (Indian Rupees Twenty Two
Thousand Five Hundred Only) per set
for Indian Bidders and USD 500 (US
Dollar Five Hundred Only) per set for
Foreign Bidders.
5.0 All bids must be accompanied by Bid Security for an amount of
1,04,55,000/- (Indian Rupees One Crores Four Lac Fifty Five Thousand
only) or US $ 1,60,200 (US Dollars One Lac Sixty Thousand Two Hundred
only). Any bid not accompanied with acceptable Bid Security in a
separate sealed envelope shall be rejected by the employer as being non-
responsive and returned to the bidders without being opened.
6.0 BENEFITS / EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Sipat Super Thermal Power Project (3x660MW) has been declared a Mega
Power Project by the Government of India. Accordingly, supplies of goods
under this package shall be eligible for the benefits/ exemptions as per
provisions of the relevant notifications of the Govt. of India.
7.0 Qualification Requirements for Bidders
7.1 In addition to the satisfactory fulfillment of the requirements stipulated under
section ITB, following shall also apply:
Page 3 of 8
7.1.1 The bidder should be a supplier of ash handling systems and should have
executed ash handling· systems involving design, engineering, manufacture,
supply, erection and commissioning for Pneumatic Fly Ash Transportation
System having capacity of not less than 20TPH for transporting fly ash from a
pulverized coal fired boiler unit for a conveying distance of not less than 500
mtr. including fly ash storage silos.
The system mentioned above should be 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 can be
considered as a plant for meeting the requirement of above.
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 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 7.1.2 (a) and (b) above should be in successful
operation in at least one (1) plants for at least two (2) years prior to the 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
Collaborate/ Associate with a party who meets the requirement of clause
7.1.1 above
7.1.3 The activity of design and engineering under 7.1.1 should have been carried
out by the bidder and not through any external design agency/agencies. For
design and engineering activity referred under para 7.1.2 the activity should
have been carried out by either the bidder or through design agency/agencies
having, experience for reference systems. However, in case of
collaborator/associate (meeting the requirement under clause 7.1.1), the
Page 4 of 8
activity of design and engineering for the reference systems should have
been carried out by them.
7.1.4 Bidder seeking qualification through Clause No. (7.1.2) shall furnish
undertaking jointly executed by him and his collaborator/associate for
successful performance of the relevant system of the contract as per
Employer's format enclosed in the bidding document. The deed of joint
undertaking shall be submitted along with the techno commercial bid, failing
which the bidder shall be disqualified and his bid shall be rejected. Further, in
case of award, the Bidder's associate/collaborator will be required to furnish
an on demand bank guarantee of 1% (one percent) of the total contract price
in addition to the contract performance security to be provided 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 Rs. 353 Million (Rupees Three Hundred and Fifty Three
Million only) or in equivalent foreign currency
In case a 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.
7.2.2 The 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 7.1.0 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.
Page 5 of 8
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.
7.2.3 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
alongwith 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 with the bidding documents, stating that the unaudited
unconsolidated financial statements form part of the consolidated financial
statements of the Holding Company.
In cases 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 the 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.
7.3.0 Financial Criteria for the Collaborator(s)/Associate(s) for Qualification:
7.3.1 For the bidder seeking qualification through clause no 7.1.2 above, the
average annual turnover of the Collaborator(s) I Associate(s), in the
preceding three (3) financial years as on the date of techno-commercial bid
opening, should not be less than the amount specified below:
Rs. 250 Million (Rupees Two Hundred and Fifty Million only) or in
equivalent foreign currency for the Collaborator/ Associate for fly ash
transportation system (meeting requirement of clause 7.1.1 above.
In case the Collaborator/Associate 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
Page 6 of 8
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 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.
7.3.2 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 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 of clause 7.1.0 above, the Net worth of all consortium/joint
venture members, 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.
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.
7.3.3 In case the Collaborator(s) I Associate(s) is not able to furnish its audited
financial statements on standalone 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/Associate along with copies of the audited consolidated financial
statements of the Holding Company of Collaborator(s)/Associate(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
Page 7 of 8
unconsolidated financial statements form part of the Consolidated financial
statements of the Holding Company of Collaborator/Associate.
In cases 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/Associate 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 the 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 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.
(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.
8.0 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.
9.0 Prospective Bidders from U.P. State are compulsorily required to provide TIN
number at the time of purchase of bidding documents from office of NTPC.
10.0 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 SRM
Site (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
Page 8 of 8
Close date along with duly filled in questionnaire for issue of vendor code and SRM
user id/password.
Note: No hard copy of Bidding Documents shall be issued.
11.0 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 opening. Bidder shall furnish Bid Security, Integrity Pact and Power
of Attorney and Deed of Joint Undertaking (if applicable) to be executed by the
bidder alongwith associated / collaborator separately offline as detailed in Bidding
Documents by the stipulated bid submission closing date and time at the address
given below.
12.0 Address for communication:
Manager (CS-II) / AGM (CS-II)
NTPC Limited,
6th Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP), INDIA
Pin 201301.
Fax No.: 0091-120 2410359/2410011
Tel. No.: 0091-120- 4948674/4948606
e-mail: jagmohan01@ntpc.co.in / snmallick@ntpc.co
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966,
Website: www.ntpc.co.in