1
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
STACKER CUM RECLAIMER PACKAGE FOR
KUDGI SUPER THERMAL POWER PROJECT, STAGE-I (3X 800 MW)
AT
KUDGI, DISTRICT BIJAPUR, STATE OF KARNATAKA, INDIA
(International Competitive Bidding)
IFB No. : 40084182 Date: 05.12.2017
Bidding Document No. : CS-9573-157A-2
1.0 NTPC invites online bids on TWO STAGES (i.e. Stage-I: Techno-Commercial Bid and
Stage-II: Price Bid) from eligible Bidders for Stacker Cum Reclaimer Package for Kudgi Super
Thermal Power Project, Stage-I (3x800 MW) situated at
Kudgi in District Bijapur in Karnataka, as per the Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The Stacker cum Reclaimer Package consists of Two (2) numbers of uni-directional
Stacker cum Reclaimer machines of 3700/3700 MTPH rated capacity for Kudgi STPP
and One (1) number uni-directional stacker cum Reclaimer machine of 2400/2400
MTPH rated capacity for Darliaplli STPP, complete with all equipment along with boom
conveyor, structural, electrical, cable reeling drums, all trailing cables cable trays and
accessories, boom resting and maintenance platform, boom tie arrangement for
Stacker cum Reclaimer to operate in conjunction with respective yard conveyor.
The scope of work shall include Design, engineering, manufacture, shop fabrication, assembly,
testing and inspection at manufacturer’s works, packing, dispatch, transportation, transit
insurance, custom clearance etc. as applicable, delivery at Site (Kudgi & Darlipalli), unloading,
handling and storage at Site, insurance during storage, erection including supervision of
erection, testing, inspection, commissioning and handing over to Employer and guarantee
testing including all associated electrical & structural works for Stacker cum Reclaimer package
including supply of mandatory spares. The scope shall also include supply and erection of rails
for Stacker cum Reclaimers and any modifications if required in the existing foundations of
3700 TPH/2400TPH Stacker cum Reclaimers.
Detailed Scope of Work is as per specifications and scope defined in Bid Documents.
3.0 NTPC intends to finance the subject package through External Commercial Borrowings
(ECB)/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:
2
Documents Sale Dates & Timings
05.12.2017 to 26.12.2017 (up to 1500 hrs.
IST)
Last Date of Receipt of Query
28.12.2017
Last date for receipt of TechnoCommercial bid
(Stage-I)
10.01.2018 up to 1430 Hrs.(IST)
TechnoCommercial bid (Stage-I) opening Date &
Time
10.01.2018 at 1500 Hrs.(IST)
Bid Submission Date & Time for Stage-II (Price)
bid
Shall be intimated separately
Cost of Bidding Document per set for Indian
Bidders and per set for Foreign Bidders
INR 22,500/- (Indian Rupees Twenty Two
Thousand Five Hundred only)
US $ 500 (US Dollar Five Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,07,25,000/- (Indian
Rupees One Crore Seven Lakh Twenty Five Thousand only) or USD 1,64,100/- (United States
Dollars One Lakh Sixty Four Thousand and One Hundred only).
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-
RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.
6.0 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Kudgi Super Thermal Power Project (3x800MW) and Darlipali Super Thermal Power Project
(2x800 MW) have been declared Mega Power Projects by Ministry of Power (Govt. of India).
Accordingly, supplies of goods for this package shall be eligible for the benefits / exemptions as
per provisions of relevant policy & Notifications of Govt. of India.”
7.0 QUALIFYING REQUIREMENT FOR BIDDERS
1.0 In addition to the satisfactory fulfillment of the requirements stipulated under section ITB
(Instructions To Bidder), the following shall also apply:
1.1 Bidder should have designed, manufactured, supplied, erected/supervised erection and
commissioned/supervised commissioning including all associated structural steel works and
electrical works at least one (1) number cantilever boom type, slewable and luffable, bucket
wheel type traveling Stacker-cum-Reclaimer of rated capacity of 1000/1000 Metric tonnes per
hour (or above) for coal or other mineral of equivalent volumetric capacity which should have
been in successful operation for at least one (1) year prior to the date of Techno-Commercial
bid opening.
2.0 Financial Criteria for Bidder:
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 422 million (Indian
Rupees Four Hundred and Twenty-Two million only) or in equivalent foreign currency.
3
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.
2.2 Net Worth 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.
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.
2.3 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 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 statement 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.
4
NOTES:
(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 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 & 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.
10.0 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, 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.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 Address for communication:
Manager (CS-II) / AGM (CS-II)
NTPC Limited,
6
th
Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP), INDIA
Pin - 201301
Fax No.: 0091-120 - 2410011
Tel. No.: 0091-120 - 4946676/8611
E-mail: amitk@ntpc.co,in, vbtotale or sanjaydeodhar@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in