NTPC LIMITED
(A Government of India Enterprise)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE FOR LOT-1B PROJECTS
(Domestic Competitive Bidding)
IFB No.: 40078446 Date: July 31, 2017
COMMON BIDDING DOCUMENT NO. - CS-0011-109(1B)-9
A. NTPC Limited invites e-Bids from eligible Bidders for Flue Gas Desulphurisation
(FGD) System Package for LOT-1B Projects in Two Stages [i.e. Stage-I (Techno-
Commercial) Bid and Stage-II (Price) Bid], as per the brief scope of work mentioned
hereinafter. Lot-1B comprises the following Projects: -
(i) Muzaffarpur Thermal Power Project, Stage-II (2X195 MW), KBUNL
(ii) Feroze Gandhi Unchahar Thermal Power Project, Stage-IV (1X500 MW)
(iii) Mauda STPP, Stage-I (2X500 MW)
(iv) Barh STPP, Stage-II (2X660 MW)
(v) Rihand STPP, Stage-II (2X500 MW) & Stage-III (2X500 MW)
(vi) Vindhyachal STPP, Stage-III (2X500 MW) & Stage-IV (2X500 MW)
B. The brief scope of work is as under:-
Design, engineering, manufacture, shop fabrication, preassembly, shop testing/ type
testing at manufacturer’s works, packing, transportation, unloading, handling and
conservation of equipment at site, complete services of construction including
erection, supervision, pre-commissioning, commissioning and performance testing of
equipments under bidder’s scope of work of FGD System, Lime stone handling,
storage, crushing and Gypsum handling & storage, low height wet chimney, Zero
Liquid Discharge (ZLD) wherever applicable, and its associated auxiliaries including all
associated Electrical, Control & Instrumentation, Civil, Structural and Architecture
works.
The detailed scope of work shall be as per specifications and scope defined in the
Common Bidding Document no. CS-0011-109(1B)-9 for Flue Gas Desulphurisation
System Package for Lot-1B Projects.
C. NTPC intends to finance this package through Borrowings / Own Resources.
D. 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:
Issue of IFB
31.07.2017
Sale of Bidding Documents
From 07.08.2017 to 28.08.2017 (up to
1730 hrs. IST)
Last date for receipt of queries
from bidders (if any)
05.09.2017
Date & Time of Pre-Bid
Conference
11.09.2017, 1100 hrs. (IST)
Stage-I (Techno-Commercial)
B
id
submission Date & Time
Up to 29.09.2017 by 1430 hrs. (IST)
Stage-I (Techno-Commercial)
Bid Opening
Date & Time
29.09.2017 at 1500 Hrs. (IST)
Stage-II (Price) Bid Receipt Date
& Time
Shall be intimated separately by 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
E. Bidder is required to furnish a Declaration, along with their Bid Security, in the Format
stipulated in the Bidding documents declaring number of Projects they are interested
in taking award (which shall be atleast one Project but not more than three Projects).
Accordingly, Bidders shall submit the Bid Security as specified below based on the
number of Projects they are interested in taking the award: -
a) For Bidders interested in Three (3) Projects for award
All Bids must be accompanied by Bid Security for an amount of Rs
395,257,000/- (INR Three Hundred Ninety-Five Million Two Hundred
Fifty-Seven thousand only) as stipulated in the Bidding Documents.
b) For Bidders interested in Two (2) Projects for award
All Bids must be accompanied by Bid Security for an amount of Rs
263,504,000/- (Rupees Two Hundred Sixty-Three Million Five
Hundred Four Thousand only) as stipulated in the Bidding Documents.
c) For Bidders interested in One (1) Project for award
All Bids must be accompanied by Bid Security for an amount of Rs 131,752,000/-
(Rupees One Hundred Thirty-One Million Seven Hundred Fifty-Two
Thousand only) as stipulated in the Bidding Documents.
Any Bid not accompanied by an acceptable Bid Security in a separate sealed
envelope alongwith Declaration regarding number of Projects for which Bidder
is interested in taking award shall be rejected by the Employer as being non-
responsive and returned to the Bidder without being opened.
F. Qualification Requirements for Bidders.
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the
following shall also apply:
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 1.1.0) or Route-2 (clause 1.2.0) or Route-3 (clause
1.3.0) or Route-4 (clause 1.4.0) including requirements stipulated in sub clauses of
respective Route. In addition, the Bidder should also meet the requirements stipulated
under clause 2.0.0 together with the requirements stipulated under section ITB.
1.1.0 Route-1: Qualified Wet Limestone based Flue Gas Desulphurisation (FGD) System
Manufacturer (QFGDM)
1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised erection
and commissioned/supervised commissioning of at least one (1) no. of wet limestone
based Flue Gas Desulphurisation System, having flue gas treatment capacity of not less
than 20,00,000 Nm3/hr, with desulphurisation efficiency of at least 90 %, operating in a
pulverised coal fired power plant. The above wet limestone based Flue Gas
Desulphurisation System should have been in successful operation for a period not less
than one (1) year prior to the date of Techno-Commercial bid opening.
1.2.0 Route-2: Wet Limestone based Flue Gas Desulphurisation System Manufacturer
with Collaboration and Technology Transfer Agreement with QFGDM
1.2.1 The Bidder should have designed, engineered, supplied, erected/supervised erection
and commissioned/supervised commissioning of at least one(1) no. of wet limestone
based Flue Gas Desulphurisation system having flue gas treatment capacity of not less
than 6,00,000 Nm
3
/hr, with desulphurisation efficiency of at least 85%, operating in a
pulverised coal fired power plant. The above wet limestone based Flue Gas
Desulphurisation System should have been in successful operation for a period not less
than one (1) year prior to the date of Techno-Commercial bid opening.
1.2.2 Bidder should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 1.1.1 on its own, valid
minimum up to the end of the defect liability period of the contract. In such a case Bidder
can either source the FGD System from such manufacturer or manufacture/get
manufactured the FGD System as per the design and manufacturing drawings of such
QFGDM.
1.2.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the
QFGDM, in which the executants of DJU shall be jointly and severally liable to the
Employer for successful performance of the FGD System including meeting the
technical guarantees. The DJU shall be submitted along with techno-commercial bid,
failing which the Bidder shall be disqualified and its bid shall be rejected.
1.2.4 In case of award of a project, the QFGDM will be required to furnish an on demand bank
guarantee for an amount of 5% of the total contract price of the Flue Gas
Desulphurisation System Package for the awarded project in addition to the contract
performance security to be furnished by the Bidder.
1.3.0 Route-3: Steam Generator Manufacturer / Indian JV company of Steam Generator
manufacturer or QFGDM/ Indian Subsidiary company of Steam Generator
manufacturer or QFGDM with Collaboration and Technology Transfer Agreement
with QFGDM
1.3.1 (a) Bidder should have designed, engineered, manufactured/got manufactured, erected/
supervised erection and commissioned/supervised commissioning of atleast one (1) no.
of pulverised coal fired steam generator for 200 MW or higher capacity unit or having
minimum 600T/hr steaming capacity. Further, such Steam Generator should have been
in successful operation for a period not less than one (1) year prior to the date of
Techno-Commercial bid opening.
Alternatively
(b) 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
(i) an Indian Company registered in India under the Companies Act of India and (ii) a
Steam Generator Manufacturer meeting requirements of clause 1.3.1(a) or a QFGDM
meeting requirements of clause 1.1.1, created for the purpose of
manufacturing/supplying in India steam generator sets/Flue Gas Desulphurisation
System. The Steam Generator Manufacturer/QFGDM 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 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 order(s), during the last 5 years, with the total value of such project(s) being
INR 5,000 million or more as on the date of Techno-commercial bid opening.
Alternatively
(c) The Bidder shall be an Indian Subsidiary Company of a Steam Generator Manufacturer
meeting requirements of clause 1.3.1(a) or an Indian Subsidiary Company of a QFGDM
meeting requirements of clause 1.1.1, registered in India under the Companies Act of
India, as on the date of techno-commercial bid opening, for manufacturing/supply of
Steam Generator sets/Flue Gas Desulphurisation System. The subsidiary Company
shall remain a subsidiary company of the Steam Generator Manufacturer/QFGDM 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 order(s), during the last 5 years, with the total value of
such project(s) being INR 5,000 million or more as on the date of Techno-commercial
bid opening.
1.3.2 Bidder should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 1.1.1, valid minimum up to
the end of the defect liability period of the contract. In such a case Bidder can either
source the FGD System from such manufacturer or manufacture/get manufactured the
FGD System as per the design and manufacturing drawings of such QFGDM.
1.3.3 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 QFGDM, in which the executants of DJU shall
be jointly and severally liable to the Employer for successful performance of the FGD
System including meeting the technical guarantees. The DJU shall be submitted along
with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall
be rejected.
1.3.4 In case of award of a project, the QFGDM will be required to furnish an on demand bank
guarantee for an amount of 5 % of the total contract price of the Flue Gas
Desulphurisation System Package for the awarded project in addition to the contract
performance security to be furnished by the Bidder.
1.4.0 Route-4: EPC Organization with Collaboration and Technology Transfer
Agreement with QFGDM
1.4.1 The Bidder should be an Engineering, Procurement and Construction (EPC)
organization and should have executed, in the last 10 years, large industrial projects on
EPC basis (with or without civil works) in the area of power, steel, oil & gas, petro-
chemical, fertilizer, Flue Gas Desulphurisation and / or any other process industry with
the total value of such projects being INR 5,000 million or more. At least one of such
projects (in single or multiple contract) should have a total contract value of INR 2,000
million or more. These projects shall be in successful operation for a period of not less
than one (1) year prior to the date of Techno-Commercial bid opening.
1.4.2 Bidder should also have a valid ongoing collaboration and technology transfer
agreement with a QFGDM meeting requirements of clause 1.1.1, valid minimum up to
the end of the defect liability period of the contract. In such a case Bidder can either
source the FGD System from such manufacturer or manufacture/get manufactured the
FGD System as per the design and manufacturing drawings released by such QFGDM.
1.4.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the
QFGDM, in which the executants of DJU shall be jointly and severally liable to the
Employer for successful performance of the FGD System including meeting the
technical guarantees. The DJU shall be submitted along with techno-commercial bid,
failing which the Bidder shall be disqualified and its bid shall be rejected.
1.4.4 In case of award of a project, the QFGDM will be required to furnish an on demand bank
guarantee for an amount of 5 % of the total contract price of the Flue Gas
Desulphurisation System Package for the awarded project in addition to the contract
performance security to be furnished by the Bidder.
Notes for clause 1.0.0
(1) Definitions
(i) “QFGDM" (Qualified Wet Limestone based Flue Gas Desulphurisation System
Manufacturer) means a manufacturer meeting requirements stipulated at 1.1.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also
include bituminous coal/brown coal/ Anthracite coal/lignite.
(iii) “Flue Gas Desulphurisation System” or “FGD System” wherever appearing above shall
mean consisting of at least Absorber System.
(iv) The word “executed” in Clause 1.3.1 (b)/ Clause 1.3.1 (c) means the Bidder should have
commissioned the project(s) specified in the Clause 1.3.1 (b)/ Clause 1.3.1 (c) even if
the contract has been started earlier and / or is not completed / closed.
(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 1.1.1,
1.2.1 & 1.3.1 (a), 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/ QFGDM shall also be considered qualified, in case the award for executing
the reference works has been received by the Bidder/ QFGDM 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/ QFGDM
claim of meeting the qualification requirement as per clause 1.1.1, 1.2.1, 1.3.1(a) &
1.4.1 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 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1 above.
(4) Holding Company as a Qualified Wet Limestone based Flue Gas Desulphurisation
system Manufacturer
(i) A Holding Company, singularly or collectively along with its Subsidiaries (held either
directly or indirectly), meeting the requirements of clause 1.1.1 above shall also be
considered as QFGDM.
(ii) In such a case, if the Holding Company itself is not the Bidder as a QFGDM, the Holding
Company and all such subsidiaries lending strength / experience to the Holding
Company for meeting the requirements of clause 1.1.1 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 1.1.1 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 Flue Gas Desulphurisation System
Package for the awarded project 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 1.2.4, 1.3.4 & 1.4.4 for
the QFGDM.
(iii) In case the Holding Company itself is the Bidder as a QFGDM as per clause 1.1.1, 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 1.1.1 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 1.1.1, above for an amount aggregating
5 % of the total contract price of the Flue Gas Desulphurisation System Package for the
awarded project 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) Technology Transfer Agreement (Applicable for Clause 1.2.0, 1.3.0 & 1.4.0)
The bidder shall have a technology transfer agreement as on the date of Techno-
commercial bid opening between the Bidder & QFGDM which shall necessarily cover
transfer of technological knowhow for Wet Limestone based Flue Gas Desulphurisation
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 Bidder.
(6) 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.
2.0.0 Financial Criteria
2.1.0 Financial Criteria of Bidder
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 the value
indicated in the following table:
No. of projects, Bidder is
interested in taking award (Refer
Note (v))
Annual turnover of the Bidder, in the
preceding three (3) financial years as
on the date of Techno-Commercial
bid opening INR Million
One (1) project
2100
(Indian Rupees Two thousand one
hundred Million only)
Two (2) Projects
4200
(Indian Rupees Four thousand two
hundred Million only)
Three (3) Projects
6300
(Indian Rupees Six thousand three
hundred Million only)
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.
2.1.2 Net worth of the bidder 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 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.
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.
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.
2.2.0 Financial Criteria of Collaborator/Associate (Applicable for clause 1.2.0, 1.3.0 &
1.4.0)
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 the value indicated in the following table.
No. of projects, Bidder is
interested in taking award (Refer
Note (v))
Average annual turn Over of the
Collaborator/Associate in INR Million
One (1) project
210
(Indian Rupees Two hundred ten
Million only)
Two (2) Projects
420
(Indian Rupees Four hundred twenty
Million only)
Three (3) Projects
630
(Indian Rupees Six hundred thirty
Million only)
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.
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.
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.
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 2.1.0 & 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 Companyand “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.
(v) Bidder/Collaborator shall be required to meet the average annual turnover
criteria specified in clause 2.1.1 & 2.2.1 respectively for the number of projects
for which Bidder has indicated interest in the prescribed format submitted along
with the Techno-Commercial bid. In case Bidder/Collaborator meets the average
turn over criteria for lesser number of projects than indicated in the prescribed
format, submitted along with the Techno-Commercial bid, then the number of
project(s) shall be reduced based on Bidder/Collaborator meeting average
annual turnover criteria specified in clause 2.1.1 & 2.2.1 respectively.
G. Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder / its
Collaborators/Associates/Subsidiaries/Group companies to perform the contract,
should the circumstances warrant such assessment in the overall interest of the
Employer.
H. 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.
I. 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 Bidding 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.
J.
Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
K. 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, Deed of Joint Undertaking (if
applicable) and Power of Attorney separately offline as detailed in Bidding Documents
by the stipulated bid submission closing date and time at the address given below.
L. Address for Communication:
AGM (CS-I) / Sr.Manager (CS-I)
NTPC Limited,
6th Floor, Engineering Office Complex,
Plot No. A-8A, Sector 24, NOIDA,
Distt. Gautam Budh Nagar (U.P.), INDIA Pin - 201301
Telephone No.: 0120-4948659 / 4948680
Fax No. : 0120-2410011
e-mail: atulagrawal@ntpc.co.in /
vikashkumar05@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or
www.ntpctender.com
or
www.ntpc.co.in
M. Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966
***