NTPC LIMITED

(A Government of India Enterprise)

(CORPORATE CONTRACTS, NOIDA) INVITATION FOR BIDS (IFB)

FOR

FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE FOR LOT-2 PROJECTS

(Domestic Competitive Bidding)

IFB No.: 40087737

Date: August 31, 2018

COMMON BIDDING DOCUMENT NO. : CS-0011-109(2)-9

A.NTPC Limited invites e-Bids from eligible Bidders for Flue Gas Desulphurisation (FGD) System Package for LOT-2 Projects in Single Stage Two Envelope [i.e. Envelope-I (Techno-Commercial) Bid and Envelope-II (Price) Bid], as per the brief scope of work mentioned hereinafter. Lot-2 comprises the following Projects :-

1.TALCHER SUPER THERMAL POWER STATION, STAGE-I & II (2x500 MW+ 4x500 MW)

2.SIMHADRI SUPER THERMAL POWER STATION, STAGE-I & II (2x500 MW+2x500 MW)

3.SIPAT SUPER THERMAL POWER STATION, STAGE-I (3x660 MW)

4.VALLUR THERMAL POWER STATION (3x500 MW)

5.BHILAI EXPANSION POWER PROJECT (2x250 MW)

6.MUZAFFARPUR THERMAL POWER STATION, STAGE-II (2X195 MW)

7.ROURKELA PP-II EXPANSION POWER PROJECT (1x250 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, Limestone handling, storage, crushing and Gypsum handling & storage, low height wet chimney (except for Rourkela project), RO based Desalination Plant/ PT Plant 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(2)-9 for Flue Gas Desulphurisation System Package for Lot-2 Projects.

C.NTPC intends to finance this package through Domestic Commercial Borrowings / Internal 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

31.08.2018

 

 

Bidding Document No.

CS-0011-109(2)-9

 

 

Bidding Documents Sale Date &

10.09.2018 to 17.09.2018 (up

Time

to 1730 hrs. IST)

 

 

Pre-Bid Conference/ Last Date for

24.09.2018, 1100 hrs. (IST)

receipt of queries from Bidders (if

 

any)

 

 

 

Bid receipt date & time

Up to 12.10.2018 by 1430 hrs.

 

(IST)

 

 

Bid Opening Date & Time for

12.10.2018 at 1500 Hrs. (IST)

Techno-Commercial Bid

 

 

 

Bid Opening Date & Time for Price

Shall be intimated separately

Bid

by NTPC.

 

 

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 at least 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. 30 Cr (INR Thirty Crore 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. 20 Cr (INR Twenty Crore 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. 10 Cr (INR Ten Crore 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 II ITB (Instructions to Bidder), the following shall also apply:

1.0.0Technical 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)

1.1.1The 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.

1.2.0Route-2: Wet Limestone based Flue Gas Desulphurisation System Manufacturer with Collaboration and Technology Transfer Agreement with QFGDM

1.2.1The 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 Nm3/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.

1.2.2Bidder 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.

1.2.3The 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 as per format enclosed with the bidding documents. The DJU shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.

1.2.4In case of award of a project, the QFGDM will be required to furnish an on demand bank guarantee for an amount of 2% 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.

1.3.0Route-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.

1.3.2Bidder 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.

1.3.3The 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 as per format enclosed with the bidding documents. The DJU shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.

1.3.4In case of award of a project, the QFGDM will be required to furnish an on demand bank guarantee for an amount of 2 % 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.

1.4.0Route-4: EPC Organization with Collaboration and Technology Transfer Agreement with QFGDM

1.4.1The 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 project (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.

1.4.2Bidder 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.

1.4.3The 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 as per format enclosed with the bidding documents. The DJU shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.

1.4.4In case of award of a project, the QFGDM will be required to furnish an on demand bank guarantee for an amount of 2 % 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

1.1.1above 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 FGD System 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 2 % 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 &

1.4.4for 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 2 % 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.

2.0.0Financial Criteria

2.1.0Financial Criteria of Bidder

2.1.1The 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

Annual turnover of the Bidder, in

interested in taking award

the preceding three (3) financial

(Refer Note (v))

years as on

the date of Techno-

 

Commercial

bid opening (INR

 

Million)

 

 

 

 

One (1) project

 

2490

 

(Indian Rupees Two thousand four

 

hundred ninety Million only)

 

 

 

Two (2) Projects

 

4980

 

(Indian Rupees Four thousand nine

 

hundred eighty Million only)

 

 

 

Three (3) Projects

 

7470

 

(Indian Rupees Seven thousand four

 

hundred seventy 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.

2.1.2Net 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.

2.1.3In 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.

2.2.0Financial Criteria of Collaborator/Associate (Applicable for clause 1.2.0,

1.3.0& 1.4.0)

2.2.1The 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

Average annual turn Over of the

interested in taking award (Refer

Collaborator/Associate in INR

Note (v))

Million

 

 

One (1) project

249

 

(Indian Rupees Two hundred forty

 

nine Million only)

 

 

Two (2) Projects

498

 

(Indian Rupees Four hundred

 

ninety eight Million only)

 

 

Three (3) Projects

747

 

(Indian Rupees Seven hundred

 

forty seven 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.

2.2.2Net 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.

2.2.3In 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 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.

(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. Technical Bid [Envelope-I] will be opened in presence of Bidder’s representative who choose to attend the Bid. During Price Bid (Envelope-II) opening, No Bidder will be allowed to be present. 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. Mgr.(CS-I) NTPC Limited,

6th Floor, Engineering Office Complex, Plot No. A-8A, Sector 24, NOIDA,

Distt. Gautam Budh Nagar (U.P.), Pin – 20130,1INDIA

Telephone No.

:

0120-4948677/ 4946606

Fax No.

:

0120-2410011

e-mail

:priyanka@ntpc.co.in / binaymallik@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