NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
EPC PACKAGE
FOR
SETTING UP 400 TPD MUNICIPAL SOLID WASTE TO ENERGY PROJECT
AT
BADARPUR THERMAL POWER STATION
LOCATED AT
NEW DELHI, INDIA
(International Competitive Bidding)
IFB No. : 40077727 Date: 30.06.2017
Bidding Document No.: CS-9597-001-9
1.0 NTPC invites online Bids on Two Stagebidding basis (Stage-I (Techno-Commercial) Bid &
Stage-II (Price) Bid) from eligible Bidders for aforesaid Package, as per the Brief Scope of
Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The scope of supply and service for the package shall include Design, Engineering,
Manufacturing, Supply, Packing and Forwarding, Transportation, Unloading, Storage, Installation and
Commissioning of components of 400 TPD Waste to Energy plant in Full EPC basis at Badarpur
Thermal Power Plant, New Delhi
Bidder shall provide comprehensive operation & maintenance of the plant for a period of five years from
the date of successful completion of trial run.
The scope includes the following:
1. Design, engineering, manufacturing, supply, packing and forwarding, transportation, unloading, storage,
installation, testing and commissioning of Equipments.
2. Acoustic enclosure for entire plant / machinery along with appropriate architecture to ensure pleasing
appearance on par with international standards to promote people acceptance level towards WtE plant.
3. Design and construction of foundation for equipment & chimney.
4. Site leveling, clearing of vegetation, if any.
5. Construction of Main Control room(s) with switchgear room, Operator cabin (if any) store room for spares,
equipments, chemicals etc., with all electrical fitting and furniture, fencing of plant boundary, security
cabin etc.
6. Construction of switchyard(s) with associated electrical works required for interfacing with grid (i.e.
transformer, breakers, isolators panels, protection system, earthing and metering) and evacuation of
power through underground trench or cable trestle / over ground.
7. Construction of internal roads, pathways, fencing and drainage system.
8. Construction of water treatment / leachate treatment system.
9. Supply of all hardware & software electronic systems to upload emission parameter to website for remote
monitoring and display at plant gate.
10. Operation & maintenance of WtE Plant along with electrical equipments, consumables and spare parts
for a period of five years from the date of successful completion of trial run including disposal of ash to
nearby ash pond.
11. Supply, erection and commissioning of fire fighting systems and its network inside the plant.
12. Supply of Mandatory spares (for two years).
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
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 at 11.0
and as per the following schedule:
Issuance of IFB
30.06.2017
Document Sale Dates
11.07.2017 to 10.08.2017
Last Date for receipt of queries for clarification
from prospective Bidders
17.08.2017
Date, Time and venue for Pre-Bid conference
17.08.2017, 1030 Hrs (IST) at NTPC-
EOC, Noida
Bid Receipt Date & Time for Stage-I (Techno-
commercial) Bid
07.09.2017 up to 1430 Hrs (IST)
Bid Opening Date & Time for Stage-I (Techno-
commercial) Bid
07.09.2017 at 1500 Hrs (IST)
Bid Submission & Opening Date & Time for
Stage-II (Price) bid
Shall be intimated separately by NTPC
Cost of Bidding Document in INR
INR 22,500/- (Rupees Twenty Two
Thousand Five Hundred only)
Cost of Bidding Document in USD
USD 500 (US Dollar Five Hundred only)
Rs. 22,500
4.1 Prospective bidders from UP state are compulsorily required to provide TIN number at the
time of purchase of Bidding Documents from the office of NTPC Ltd.
5.0 All bids must be accompanied by Bid Security for an amount of INR 7,42,50,000/- (Indian
Rupees Seven Crores Forty Two Lakhs Fifty Thousand only) or USD 1,139,200/-
(US Dollars One Million One Hundred Thirty Nine Thousand Two Hundred Only) in the
form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-
RESPONSIVE AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
6.1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in any one of the qualifying routes i.e
Route-1 (clause 6.1.1.0) or Route-2 (clause 6.1.2.0) including requirements stipulated in sub clauses of
respective Route. In addition, the Bidder should also meet the requirements stipulated under clause
6.2.0.0 together with the requirements stipulated under section ITB.
6.1.1.0 Route-1: Qualified Waste to Energy Equipment Manufacturer (QWTEM)
6.1.1.0(A) The Bidder should have designed, engineered, manufactured/got manufactured, erected/supervised
erection, commissioned/supervised commissioning of at least two (2) number of Waste to Energy Plants
employing waste fired grate system having rated capacity of at least 300 Tonnes per day per line
capacity each or higher in atleast two (2) different project locations. Further, such waste fired grate
system should be of the type specified, i.e. grate fired - cooling type (air cooled or water cooled) and
moving type (reciprocating or counter reciprocating or rotary) and all two (2) reference Waste to Energy
Plants should have been in successful operation for a period of not less than two (2) year prior to the
date of techno-commercial bid opening. The Bidder shall offer only the type of grate for which it is
qualified.
AND
6.1.1.0(B) The Bidder should have designed, engineered, manufactured / got manufactured, erected / supervised
erection, commissioned / supervised commissioning of at least two (2) number of Waste to Energy Plants
employing waste fired flue gas treatment system which is suitable for the grate firing system of 300
Tonnes per day per line capacity each or higher in atleast two (2) different project locations. Further,
such flue gas treatment equipment system should be of the type specified, i.e. semi dry type or dry type
and all two (2) reference Waste to Energy Plants should have been in successful operation for a period
of not less than two (2) year prior to the date of techno-commercial bid opening. The Bidder shall offer
only the type of flue gas treatment system for which it is qualified.
6.1.2.0 Route-2: Indian JV Company of QWTEM/ Indian Subsidiary company of QWTEM
6.1.2.1 The Bidder shall be a Joint Venture (JV) Company incorporated in India under the Companies Act of
India, as on the date of techno-commercial bid opening, promoted by a QWTEM meeting requirements of
clause 6.1.1.0, created for the purpose of manufacturing/supplying in India waste to energy equipment
System. The QWTEM shall maintain a minimum equity participation of 26% in the JV Company for a
lock-in period of 7 years from the date of incorporation of JV Company or up to the end of defect liability
period and one of the promoters shall be a majority stakeholder who shall maintain a minimum equity
participation of 51% in the JV Company for a lock in period of 7 years from the date of incorporation of JV
Company or up to the end of defect liability period of the contract whichever is later. Further, Bidder
should have executed orders, received in the last 5 years, with the total value of such projects being INR
5,000 million or more.
Alternatively
The Bidder shall be an Indian Subsidiary Company of a QWTEM meeting requirements of clause 6.1.1.0,
registered in India under the Companies Act of India, as on the date of techno-commercial bid opening,
for manufacturing/supply of waste to energy equipment System. The subsidiary Company shall remain a
subsidiary company of the QWTEM for a minimum period of 7 years from the date of incorporation of
such Subsidiary Company or up to the end of defect liability period of the contract whichever is later.
Further, Bidder should have executed orders, received in the last 5 years, with the total value of such
projects being INR 5,000 million or more.
6.1.2.2 Bidder should also have a valid ongoing collaboration and technology transfer agreement with the
QWTEM or their technology provider (if any) meeting requirements of clause 6.1.1.0, valid minimum up to
the end of the defect liability period of the contract, shall necessarily cover transfer of technological
knowhow for grate firing and flue gas treatment equipment System in the form of complete transfer of
design dossier, design softwares, drawings and documentation, quality system manuals and imparting
relevant personnel training to the Indian Manufacturing Company. In such a case Bidder can either
source the waste to energy equipment System from such manufacturer or manufacture/get manufactured
the waste to energy equipment System as per the design and manufacturing drawings of such QWTEM /
under supervision of QWTEM.
6.1.2.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it, the promoter(s) having 25% or
higher equity participation in the Subsidiary Company / JV Company (as the case may be) and the
QWTEM, in which the executants of DJU shall be jointly and severally liable to the Employer for
successful performance of the contract. The DJU shall be submitted along with techno-commercial bid,
failing which the Bidder shall be disqualified and its bid shall be rejected.
6.1.2.4 In case of award, the QWTEM will be required to furnish an on demand bank guarantee for an amount of
5% of the total contract price of the waste to energy equipment System Package in addition to the
contract performance security to be furnished by the Bidder.
Notes for clause 6.1.0.0
(1) Definitions
(i) (i) “QWTEM" (Qualified Waste to Energy System Manufacturer) means a manufacturer meeting
requirements stipulated at 6.1.1.0.
(ii) Whenever the term 'waste fired' is appearing above, "Waste" shall be deemed to include unsegregated
and untreated Municipal Solid Waste.
(iii) Whenever the term “waste fired grate system”, is appearing above, the same shall be deemed to include
complete combustion system with waste feeding system, grab cranes, grate, pusher / feeder,
primary/secondary air supply system, ash extractor, steam generator system including heating surface
cleaning system, insulation, refractory, pressure parts including super heaters, evaporator, air heater,
economiser, drum, up to the inlet of flue gas treatment system.
(iv) Whenever the term “flue gas treatment system”, is appearing above, the same shall be deemed to include
complete flue gas treatment system with fabric bag filter, bag filter de dusting system, flue gas
conditioning / quenching, chemical storage system, chemical dozing/metering system, ash storage, ash
disposal system, chemical recirculation system, CEMS.
(v) Wherever the term “successful operation”, is appearing above, the criteria for successful operation shall
confirm the below condition in a plant. Bidder shall submit a certificate from the owner (end user) of the
reference plant for the same.
The reference plant should have
Run more than 6000 operation hours in each year and
Met all the local environmental standards for emission, wherever the plant is located.
(2) Erection/Commissioning
Where erection / supervision of erection and commissioning / supervision of commissioning has not been
in the scope of the Bidder as mentioned in clause 6.1.1.0, the Bidder should have acted as an advisor for
erection and commissioning. Necessary documents / certificates from the client, in support of above shall
be furnished along with the Techno-Commercial bid.
(3) Direct / Indirect order
The Bidder/ QWTEM shall also be considered qualified, in case the award for executing the
reference works has been received by the Bidder either directly from owner of plant or any other
intermediary organization. However, a certificate from such owner of plant or any other intermediary
organisation shall be required to be furnished by the Bidder along with its Techno-Commercial bid in
support of the Bidder's/ QWTEM claim of meeting the qualification requirement as per clause 6.1.1.1
above. Further, certificate from owner of the plant shall also be furnished by the Bidder along with the
Techno-Commercial bid for the successful operation as specified at clause 6.1.1.0 above.
(4) Holding Company as a Qualified Waste to Energy system Manufacturer
(i) A Holding Company, singularly or collectively along with its Subsidiaries (held either directly or
indirectly), meeting the requirements of clause 6.1.1.0 above, and also owning the technology for waste
to energy equipment system, shall also be considered as Qualified Waste to Energy system
Manufacturer. However, in such a case either the Indian subsidiary Company created for manufacturing
of waste to energy equipment system in India shall be a subsidiary of the Holding Company or the
Holding Company shall maintain a minimum equity of 26% in the Joint Venture Company, created for
manufacturing of waste to energy equipment system in India.
(ii) In such a case, if the Holding Company itself is not the Bidder as a QWTEM, the Holding Company and
all such subsidiaries lending strength / experience to the Holding Company for meeting the requirements
of clause 6.1.1.0 above should necessarily be part of the DJU being submitted by the Bidder for
successful performance of the contract as per format enclosed with the bidding documents, failing which
the bidder shall be disqualified and its bid rejected. Further, the Holding Company and all such entities
lending strength / experience to the Holding Company for meeting the requirements of clause 6.1.1.0
above shall each be required to furnish separate on demand bank guarantees as per the format enclosed
with the bidding documents for an amount aggregating 5 % of the total contract price of the Waste to
Energy system package divided equally among them, in addition to the contract performance security to
be furnished by the Bidder. This bank guarantee requirement shall supersede bank guarantee
requirement stipulated at clause 6.1.2.4 for the QWTEM.
iii) As an alternative to the requirements of Note 4(ii) above, the Holding Company, as a Qualified Waste to
Energy Manufacturer, shall necessarily be part of the DJU being submitted by the Bidder for successful
performance of the contract for the scope related to Waste to Energy equipment system. However, the
Bidder shall submit a board resolution of the Holding Company stating that in case of any likely change of
management control of any of these subsidiaries, the Holding Company shall arrange for signing of DJU
by all such subsidiaries lending strength / experience to the Holding Company for fulfillment of
requirement of clause 6.1.1.0 in line with the requirements of Note 4(ii) above before the change in
management control actually occurs. In case of award, if the Holding Company itself is not the Bidder as
a Qualified waste to energy equipment manufacturer, the Holding Company shall be required to furnish
separate on demand bank guarantee for an amount of 5 % of the total contract price of the EPC Package,
in addition to the contract performance security to be furnished by the Bidder. This bank guarantee
requirement shall supersede bank guarantee requirement stipulated at clause 6.1.2.4 for the QWTEM.
(iv) In case the Holding Company itself is the Bidder as a QWTEM as per clause 6.1.1.0, the Holding
Company shall submit its board resolution stating that in case of any likely change of management
control of any of these subsidiaries lending strength / experience to the Holding Company for meeting the
requirements of clause 6.1.1.0 above , the Bidder shall arrange for separate on demand bank guarantees
as per the format enclosed with the bidding documents from all such entities lending strength /
experience to the Holding Company for fulfillment of requirement of clause 6.1.1.0, above for an amount
aggregating 5 % of the total contract price of the waste to energy equipment System Package divided
equally among them, in addition to the contract performance security to be furnished by the Bidder before
the change in management control actually occurs.
(5) Equity Lock in period
Wherever equity lock in period requirement or subsidiary status requirement is indicated, the Bidder
would be required to furnish along with its techno-commercial bid, a Letter of Undertaking from the
promoter(s), supported by Board Resolution as per the format enclosed in the bid documents, for
maintaining the required minimum equity for the specified lock in period.
6.2.0.0 Financial Criteria
6.2.1.0 Financial Criteria of Bidder
6.2.1.1 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 2599 Million (Indian Rupees Two
Thousand five hundred Ninety Nine 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 as 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
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.
6.2.1.2 Net worth of the bidder should not be less than 100 % (one hundred percent) of its paid up share
capital as on the last day of the preceding financial year on the date of Techno-commercial bid opening.
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 company 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 , the Net worth of all Consortium/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.
6.2.1.3 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 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 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.
6.2.2.0 Financial Criteria of Collaborator/Associate (Applicable for clause 6.1.2.0)
6.2.2.1 The average annual turnover of the Collaborator/Associate, in the preceding three (3) financial years as
on the date of Techno-Commercial bid opening, should not be less than INR 260 Million (Indian Rupees
Two hundred Sixty Million only) or in equivalent foreign currency.
In case a 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 as
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 the Holding Company’s Board
Resolution, as per the format enclosed in the bid 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.
6.2.2.2 Net worth of the Collaborator/Associate should not be less than 100% (hundred percent) of its paid up
share capital as on the last day of the preceding financial year on the date of Techno-commercial bid
opening. 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 company 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, the Net worth of all
Consortium/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.
6.2.2.3 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 for
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 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, 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 Clause 6.2.1.0 & 6.2.2.0
(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.
7.0 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.
8.0 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
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.
9.0 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.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 Address for communication:
Manager (Contract Services-III) / AGM (Contract Services-III)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-4948615 / 4946654
e-mail: jkbhaskar@ntpc.co.in / nirupampaul@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
12.0 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