Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
ABSORBER SYSTEM PACKAGE
FOR
SIPAT STPS-II (2X500 MW) LOCATED AT DISTRICT BILASPUR, STATE OF
CHHATISGARH, INDIA
AND
RAMAGUNDAM STPS-III (1X500MW) LOCATED AT DISTRICT-KARIM NAGAR,
STATE OF TELANGANA, INDIA
(International Competitive Bidding)
IFB No.: 40087230 Date: 15.06.2018
Bidding Document No.: CS-9545/3140-109B-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 Absorber System Package for Sipat STPP stage-II (2X500 MW) &
Ramagundam STPS stage-III (1X500 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 Absorber System including all
associated Electrical, Control & Instrumentation, Structural works. The scope of the
package also includes non exclusive License of Technology, owned by Contractor,
for Wet Limestone based FGD to NTPC with rights to design, engineer, manufacture,
assemble, quality control, test, supply, erect, commission, repair, service and retrofit
the complete wet limestone based FGD System for thermal power plants in the
territory on India for a period of fifteen (15) years.
Absorber System shall have but not limited to the following:
Complete Absorber with structure (excluding foundation) and associated equipments-
Spray headers& nozzles, mist eliminators & washing, oxidation grid, agitators,
quenching spray system etc.;
Slurry re-circulation/Gas Cooling pumps, Oxidation blower, Gypsum bleed pumps,
Limestone grinding system, Limestone Slurry pumps, Auxiliary absorbent slurry
pumps with drive motor, piping, valves, accessories;
Auxiliary absorbent tanks & limestone storage tank complete with structure agitators
etc.;
Process water storage and pumping system;
Flue gas ducting, dampers along with supports;
Thermal Insulation, Lagging, Cladding, Painting;
Page 2 of 5
Complete process water and slurry piping along with associated valves etc.;
Compressed air system catering to the requirements of complete Flue Gas
Desulphurisation for each project;
Equipment Cooling Water System catering to the requirements of complete Flue Gas
Desulphurisation for each project.
All Motors along with couplings and coupling guards for all rotating auxiliaries
covered
under this package;
Control valves, actuators and accessories;
Associated Control & Instrumentation;
Complete design, supply, fabrication, assembly and erection of supporting steel
structures (excluding foundation which shall be provided by Employer) of all the
facilities associated with Absorber system package;
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.
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-9545/3140-109B-2
Bidding Document Sale Date &
Time
:
From 18.06.2018 to 25.06.2018
upto 1730 Hrs. (IST)
Pre Bid Conference / Last date
for receipt of queries from
bidders (if any)
:
02.07.2018
Bid Receipt Date & Time
:
Upto 13.07.2018 by 1430 Hrs. (IST)
Bid Opening Date & Time for
Techno-Commercial Bid
:
13.07.2018 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 2 crores or US Dollars 304,800/- (US Dollar Three
Hundred Four Thousand Eight Hundred 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.
Page 3 of 5
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS
6.1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in clause 1.1.0
and clause 2.0.0 together with the requirements stipulated under section ITB.
6.1.1.0 Qualified Wet Limestone based Flue Gas Desulphurisation (FGD) System
Manufacturer (QFGDM)
6.1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised
erection and commissioned/supervised commissioning of at least three (3)
no. of Wet Limestone based Flue Gas Desulphurisation System, having flue
gas treatment capacity of not less than 17,00,000 Nm
3
/h, with
desulphurisation efficiency of at least 90 %, operating in separate pulverised
coal fired power plants. Out of these three (3) Wet Limestone based Flue Gas
Desulphurisation Systems, atleast two (2) no. of wet limestone based Flue
Gas Desulphurisation Systems should have been located outside the country
of origin of the Bidder 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.
Notes for clause 6.1.0.0
(1) Definitions
(i) “QFGDM" (Qualified Wet Limestone based Flue Gas Desulphurisation
System Manufacturer) means a manufacturer meeting requirements
stipulated at 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) “Flue Gas Desulphurisation System” or “FGD System” wherever appearing
above shall mean consisting of at least Absorber System.
(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) Collaboration & Licensing Agreement with NTPC
In case of award of a project, QFGDM shall be required to enter into a long term
Collaboration, Licensing & Technology transfer agreement with NTPC for transfer of
Wet limestone based Flue Gas Desulphurisation technology as per the requirements
specified in the bidding documents.
(4) In case QFGDM itself is not the Technology Owner but the technology is owned by
an associate/affiliate company of QFGDM then both the QFGDM and the Technolgy
Owner shall be part of the long term Collaboration, Licensing & Technology transfer
agreement with NTPC for transfer of Wet limestone based Flue Gas Desulphurisation
technology as per the requirements specified in the bidding documents
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
1012 Million (Indian Rupees One thousand twelve Million only) or in equivalent
foreign currency.
Page 4 of 5
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.
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.
Notes for Clause 6.2.1.0
(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
Page 5 of 5
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.
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 and
Declaration regarding Collaboration and Licensing & Technology Transfer Agreement
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-II) / AGM (Contract Services-II)
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. +91-120-4948674/ 4948693
e-mail: jagmohan01@ntpc.co.in / sprasad01@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,