NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

PROCUREMENT OF 2.0 MMT OF IMPORTED COAL

FOR MOUDA, KUDGI, SOLAPUR, DADRI, UNCHAHAR,TANDA SIPAT, KORBA,

GADARWARA, RIHAND, SINGRAULI,VINDHYCHAL POWER PLANTS

(International Competitive Bidding)

IFB No.: 40087649

Date: 10.08.2018

1.0NTPC Limited (hereinafter referred to as NTPC or the Owner) have requirement of 2.0 MMT (+/-20%) imported coal of specifications given in Bidding Documents, on ‘FOR Destination’ basis at NTPC Power Plants – MOUDA, KUDGI, SOLAPUR, DADRI, UNCHAHAR, TANDA, SIPAT, KORBA, GADARWARA, RIHAND, SINGRAULI, VINDHYCHAL, POWER PLANTS.

NTPC invites online bids on Single Stage Two Envelope bidding basis (Envelope-I: Techno-

Commercial Bid & Envelope-II: Price Bid) with Reverse Auction from eligible bidders for aforesaid Package, as per the Scope of Work mentioned hereinafter.

2.0SCOPE OF WORK

Bidders shall declare the coal mine(s) outside India from where they are intending to supply coal as per specification, as per format enclosed in the bidding documents along with their bids. The Successful Bidder shall supply imported Steam Coal sourced from identified mine(s) as declared by him to NTPC power stations, arranging vessels, stevedoring, handling, storage, port clearances, arranging Railway rakes, loading, transportation and delivery at NTPC power stations. All activities including clearing and forwarding of the consignments like Customs Clearance, coordination with Ports, Railways and any statutory authorities shall also be part of Scope of Work of the Successful Bidder. All liaison, coordination with coal mine (s) outside India, coordination at load port, discharge port, Railways handling agents etc. shall also be part of Scope of Work of the Successful Bidder. Unloading of Coal at NTPC power stations end from Railway Wagons shall be arranged by NTPC.

The detailed Scope of Work shall be as per Volume - III of Bidding Documents

3.0NTPC intends to finance the subject package through Own Resources.

4.0Detailed specifications, scope of work and terms & conditions are given in the bidding documents, which are available for examination and sale at the address given at paras 10.0 below and as per the following schedule:

Bidding Document No.

CS-0000-010(2)-9

 

 

Sale of Bidding Documents

13.08.2018 to 23.08.2018 (upto 1730 hrs. IST)

 

 

Pre-bid conference date & time

28.08.2018, 10:30 Hrs.(IST)

 

 

 

Bid Receipt Date & Time for both Techno-

 

Commercial and Price Bids including

 

documents in physical form (Bid security,

11.09.2018 up to 1400 Hrs (IST)

Integrity Pact etc.) of Techno-commercial

 

bids

 

Technical Bid Opening Date & Time

11.09.2018 at 1500 Hrs (IST)

 

 

Cost of Bidding Document

INR 2,000/- (Indian Rupees Two thousand

 

only) per set for Indian Bidders and US $35

 

(US Dollar Thirty Five only) per set for

 

Foreign Bidders.

 

 

Date & Time for opening of Price Bids shall be intimated separately to the bidders whose Techno-Commercial Bid are found to be acceptable.

5.0All bids must be accompanied by Bid Security for an amount equivalent INR 14,60,52,000/- (Indian Rupees Fourteen Crore Sixty lakh Fifty Two Thousand only) or in US$ 2,128,900 (US Dollars Two Million One Hundred Twenty Eight Thousand Nine Hundred only).

The Bid Security in Original shall be submitted in a separate sealed envelope before the stipulated bid submission closing date and time. In case acceptable Bid Security in a separate sealed envelope is not received then online Bid shall be rejected by OWNER as being non-responsive and shall not be opened.

6.0QUALIFYING REQUIREMENT FOR BIDDERS

The Bidder can be an individual firm meeting the qualifying requirements stipulated hereunder as per Clauses A and B;

OR

The Bidder can be a Consortium of maximum three (03) firms meeting the qualifying requirements stipulated hereunder as per Clauses A and B collectively.

Each partner of Consortium shall meet at least 25% of Technical Criteria Requirement mentioned at Clause A1 or Clause A2 or at least 25% of the Financial Criteria Requirement mentioned at Clause B except for the Net worth criteria mentioned at Clause B (ii).

The Consortium shall necessarily identify one of the Partners as lead Partner who shall meet on its own at least 51% of one of the Technical Criteria mentioned at clause A1 and Clause A2 and at least 51% of Financial Criteria mentioned at Clause B except for the Net worth criteria mentioned at clause B(ii).

In case, lead partner of Consortium meets on its own, at least 51% of only one of the Technical Criteria mentioned at clause A1 or A2, then one partner other than lead partner shall have to meet at least 51 % of the remaining Technical Criteria.

ATechnical Criteria for Bidder:

A1 The Bidder should have imported / exported and supplied a minimum of 0.9 MMT of any dry bulk (solid) commodity, like Coal, Iron ore, Fertilizers, Chemicals, Cement etc. of origin other than India to any firm, in any continuous twelve (12) months in one or multiple contracts during the past three (3) years reckoned from the date of Techno Commercial bid opening.

In support of the aforesaid experience, the Bidder shall furnish:

a)Supply Experience certificate from purchaser and;

b)Certificate in original from Statutory Auditor(s) of the Bidder

AND

A2 The Bidder should have handled, including port operations and loading for despatch through Indian Railways, a minimum of 0.9 MMT of any dry bulk (solid) commodity, like Coal, Iron ore, Fertilizers, Chemicals, Cement etc. in India, in any continuous twelve (12) months in one or multiple contracts during the past three (3) years reckoned from the date of Techno Commercial bid opening.

In support of the aforesaid experience, the Bidder shall furnish:

a) Handling Experience certificate from the purchaser and;

b) Certificate in original from the Statutory Auditor(s) of the Bidder

B.Financial Criteria for Bidder:

(i)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 1452 Crore (Indian Rupees One Thousand Four Hundred Fifty Two Crore Only) or in equivalent foreign currency.

(ii)Net Worth of the Bidder as on the last date of the financial year immediately preceding the date of Techno-Commercial bid opening should not be less than 100% of its paid- up share capital.

(iii)In case the Bidder is not able to furnish its audited financial statements on standalone entity basis, the un-audited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder further furnishes the following documents for substantiation of its qualification:

a.Copies of the un-audited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of the Holding Company.

b. A certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the un-audited unconsolidated financial statements form part of the Consolidated Annual Report of the Company.

In cases where audited results for the preceding financial year as on the date of bid opening are not available, certification of the financial statements from a practicing Chartered Accountant shall also be considered acceptable. In case, the Bidder is not able to submit from Practicing Charted 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 with the bid 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.

(iv)In case a Bidder does not satisfy the financial criteria, stipulated at paras B(i) and/ or B(ii) above on its own, its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of its Holding Company wherever applicable would be required to meet the stipulated turnover requirements at Para B(i) above. In such an event, the Bidder would be required to furnish along with its bid, a Letter of Undertaking from the Holding Company, supported by Board Resolution of the Holding company, 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. In case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of its Holding Company wherever applicable, 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% of their paid up share capital. However individually, their Net worth should not be less than 75% of their respective paid up share capitals.

(v)In case of a bid submitted by a Consortium the turnover shall be considered on a combined manner for all the Consortium partners. Net worth of all consortium members in combined manner should not be less than 100% of their paid up share capital however individually, their Net worth should not be less than 75% 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 respective paid up share capitals.

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 turnover indicated in foreign currency, the exchange rate as on seven days prior to the date of Techno-Commercial bid opening shall be used

v)The term 'date of bid opening' would mean the date of Techno-Commercial bid opening.

vi)A firm can be a partner in only one Consortium; bids submitted by Consortium including the same firm as partner will be rejected.

vii)The Consortium shall necessarily identify one of the partners as lead partner.

viii)The Consortium Bidder shall provide, along with the bid, a Consortium Agreement, as per the format enclosed in the bid documents in which the partners of the Consortium are jointly and severally liable to the Owner to perform all the contractual obligations. The Consortium Agreement shall be submitted along with the bid, failing which the Bidder shall be disqualified and his bid shall be rejected.

ix)In case of Consortium, the bid security, and in the event of award to Consortium the performance bank guarantee, shall be in the name of all the partners of the Consortium.

x)Dry (bulk) solid commodity mentioned at A above means dry solid bulk cargo covered in Appendix 4 (page 352 to 358) of International Maritime Solid Bulk Cargoes (IMSBC) code MSC 84/24/Add.3

xi)In case Bidder submits bids for more than one package against simultaneous tenders invited by the owner, the biddable quantity (i.e. the total Package(s) quantity offered by the bidders) shall not be more than 2.5 times of their supply experience. For example, if a bidder has an experience of supplying 2 MMT in terms of the attribute under clause A1 above, then it can submit bids for the packages having cumulative quantity not exceeding 5 MMT against simultaneous tenders. The bidder shall necessarily submit a declaration to this effect as per format enclosed in the bidding documents.

Bidder shall also submit their order of preference of the packages in the aforesaid format, to be considered for opening of its Price Bids. In case it is found that the bidder has submitted bids for the packages having cumulative quantity more than 2.5 times of their supply experience, in such event, only packages conforming to the cumulative packages quantity not more than 2.5 times of Bidder’s supply experience shall be considered for opening of its Price bids in accordance with the order of preference submitted by the Bidder.

In this context, simultaneous tenders refer to the tenders invited for procurement of imported coal for various packages covered under one single abridged invitation for bids.

7.0NTPC 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.

8.0A 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 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.

In case of Consortium, at least one of the Partner of the consortium must have purchased the bidding documents in his name.

9.0Issuance 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. Bidder’s attendance during the Techno-Commercial Bid opening and Price Bid opening in NTPC premises is not envisaged.

Bidder shall furnish Bid Security, Power of Attorney, Integrity pact / Consortium Agreement (as applicable), Affidavit of not being Black Listed / Banned as per format, Nil Deviation Certificate, Certificate from Statutory Auditor(s) of the Bidder confirming the supply and handling experience in physical form as detailed in Bidding Documents before the stipulated bid submission closing date and time at the address given below.

Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

10.0Address for communication:

AGM (CS-III) / Manager (CS-III) NTPC Limited, 6th Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA,

Distt. Gautam Budh Nagar, (U.P.), INDIA, Pin-201301

Tel. No. +91-120- 4946654/2410327/4948630 Fax No: +91-120-2410215 / 2410011 or at Office

e-mail: mohan02@ntpc.co.in / nirupampaul@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in

12.0Registered Office

NTPC Limited

NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodi Road, New Delhi – 110003

Corporate Identification Number: L40101DL1975GOI007966.

Website: www.ntpc.co.in