Page 1 of 7
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE
FOR
NCTPP, DADRI STAGE-I (4x 210 MW)
AT
VIDYUT NAGAR, DISTRICT GAUTAM BUDH NAGAR, STATE OF U.P, INDIA
(International Competitive Bidding)
IFB No.: 40087173 Date: 23.03.2018
Bidding Document No.: CS-6120-109C-2
1.0 NTPC Ltd. invites online Bids on Single Stage Two Envelope’ bidding basis
(Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible Bidders
for aforesaid Package.
2.0 BRIEF SCOPE OF WORK
The scope of Dry Sorbent Injection (DSI) System Package for NCTPP, Dadri, Stage-
I (4X210MW) for four (4) units of 210 MW shall cover 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 Dry Sorbent Injection (DSI) System and
its associated auxiliaries including all associated Electrical, Control &
Instrumentation , Civil, Structural and Architecture works. Dry Sorbent Injection
System shall use Sodium Bicarbonate as reagent and shall have but not limited to
the following:
Sodium Bicarbonate (SBC) Storage Silos for each units complete with Truck
Unloading System to Storage Silos, Sodium Bicarbonate Feeding, Milling &
Injection system for each unit;
Instrument air compressors common for all the units;
Mill building for each unit for housing Mills, Unloading and Injection Blowers, Truck
unloading Blowers, Dehumidifiers etc.
Complete Electrical System including all motors, LT Switchgears, Transformers,
Electrical Actuators, LT power & control cables, cabling, lighting, common MCC
room etc.
Complete C&I systems including SO
2
analyser.
Associated Civil, Structural and Architectural works including foundation.
First fill and one year topping requirement of consumables/oils/lubricants, supply of
special maintenance tools and tackles, commissioning spares , mandatory spares
etc.
Detailed scope of work has been specified in the bidding documents.
Page 2 of 7
3.0. NTPC intends to finance subject Package through External 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 and as per the following schedule:
Bidding Document No.
:
CS-6120-109C-2
Bidding Document Sale Date &
Time
:
From 26.03.2018 to 02.04.2018
upto 1730 Hrs. (IST)
Pre Bid Conference / Last date
for receipt of queries from
bidders (if any)
:
05.04.2018
Bid Receipt Date & Time
:
Upto 25.04.2018 by 1430 Hrs. (IST)
Bid Opening Date & Time for
Techno-Commercial Bid
:
25.04.2018 at 1500 Hrs. (IST)
Bid Opening Date & Time for
Price Bid
:
Shall be intimated separately by NTPC.
Cost of Bidding Document
:
INR 22,500/- (Indian Rupees Twenty Two
Thousand Five Hundred only) per set for
Indian Bidders and US $ 500 (US Dollars
Five Hundred only) per set for Foreign
Bidders.
5.0 Bid Security for an amount INR 12,740,000/- (Indian Rupees Twelve million Seven
Hundred Forty Thousand only) or USD 194,000/- (US Dollar One Hundred
Ninety Four Thousand only) shall be submitted offline prior to date and time for
online bid submission. IF ANY BIDDER DOES NOT SUBMIT ACCEPTABLE BID
SECURITY IN A SEPARATE SEALED ENVELOPE PRIOR TO THE DATE AND
TIME FOR ONLINE OPENING BID SUBMISSION, HIS BID SHALL BE REJECTED
BY THE EMPLOYER AS BEING 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 Dry Sorbent Injection System Manufacturer (QDSIM)
6.1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised erection
and commissioned/supervised commissioning of at least one (1) no. of permanent
Dry Sorbent Injection System in a pulverised coal fired unit, having flue gas flow of
not less than 6,00,000 Nm
3
/hr, with sulphur dioxide capture efficiency of at least
50%. The above Dry Sorbent Injection System should be using Sodium Bicarbonate
as reagent and should have been in successful operation for a period not less than
one (1) year prior to the date of Techno-Commercial bid opening.
Page 3 of 7
6.1.2.0 Route-2: EPC Organization with Collaboration and Licensing Agreement with
QDSIM
6.1.2.1 The Bidder should be an Engineering, Procurement and Construction (EPC)
organization and should have executed, in the last 10 years, 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 500 million or more. At least one of
such project (in single or multiple contract) should have a total contract value of INR
100 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.
6.1.2.2 Bidder should also have a valid ongoing collaboration and licensing agreement with a
QDSIM meeting requirements of clause 6.1.1.1, valid minimum up to the end of the
defect liability period of the contract. In such a case Bidder can either source the Dry
Sorbent Injection System from such manufacturer or manufacturer/get manufactured
the Dry Sorbent Injection System as per the design and manufacturing drawings
released by such QDSIM.
6.1.2.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the
QDSIM, in which the executants of DJU shall be jointly and severally liable to the
Employer for successful performance of the Dry Sorbent Injection 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.
6.1.2.4 In case of award of a project, the QDSIM will be required to furnish an on demand
bank guarantee for an amount of 5 % of the total contract price of the Dry Sorbent
Injection Injection 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) “QDSIM" (Qualified Dry Sorbent Injection System Manufacturer) means a
manufacturer meeting requirements stipulated at clause 6.1.1.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to
also include bituminous coal/brown coal/ Anthracite coal/lignite.
(iii) Whenever the term Sodium Bicarbonate” is appearing above, "Sodium
Bicarbonate" shall be deemed to also include Trona (sodium sesquicarbonate /
Sodium sesquicarbonate dihydrate).
(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
6.1.1.1 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/ QDSIM shall also be considered qualified, in case the award for
executing the reference works has been received by the Bidder/ QDSIM 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
Page 4 of 7
required to be furnished by the Bidder along with its Techno-Commercial bid in
support of the Bidder's/ QDSIM claim of meeting the qualification requirement as
per clause 6.1.1.1/6.1.2.1 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 6.1.1.1/6.1.2.1 above.
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
668 Million (Indian Rupees Six hundred sixty eight 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% (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.
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.
Page 5 of 7
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 (Applicable for clause 6.1.2.0)
6.2.2.1 The average annual turnover of the Collaborator, in the preceding three (3) financial
years as on the date of Techno-Commercial bid opening, should not be less than
INR 668 Million (Indian Rupees Six hundred sixty eight Million only) or in equivalent
foreign currency.
In case a Collaborator 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 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 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 is associated.
6.2.2.2 Net worth of the Collaborator 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 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 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.
6.2.2.3 In case the Collaborator is not able to furnish its audited financial statements on
standalone entity basis, the unaudited unconsolidated financial statements of the
Collaborator can be considered acceptable provided the Collaborator further
furnishes the following documents for substantiation of its qualification:
Page 6 of 7
(i) Copies of the unaudited unconsolidated financial statements of the
Collaborator 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 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 purchased by any interested Bidder on
payment (non-refundable) of the cost of documents as mentioned above in the form
of a Crossed Account Payee Demand Draft in favour of “NTPC Limited”, payable at
New Delhi or directly through the payment gateway at our e-Tender Site
(https://etender.ntpclakshya.co.in). For logging on to the e-Tender Site, the Bidder
would require User ID and Password which can be obtained by submitting a
questionnaire available at our e-Tender 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 issuance of User ID and Password.
Note: No hard copy of Bidding Documents shall be issued.
Page 7 of 7
9.0 Issuance of Bidding 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, Power of Attorney, Integrity Pact / Deed of
Joint Undertaking/JV Agreement (as applicable) in physical form as detailed in
Bidding Documents before the stipulated bid submission closing date and time at the
address given below.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 Address for communication:
Manager (Contract Services-I) / DGM (Contract Services-I)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.-Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410035/ 2410011
Tele. No. +91-120-4946641/ 4946647
e-mail: awanishkumar01@ntpc.co.in / vijaysolanki@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com
or www.ntpc.co.in