NTPC LIMITED
(A Government of India Enterprise)
(CORPORATE CONTRACTS, NOIDA) INVITATION FOR BIDS (IFB)
FOR
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE FOR
(Domestic Competitive Bidding)
IFB No.: 40087737 |
Date: August 31, 2018 |
COMMON BIDDING DOCUMENT NO. :
A.NTPC Limited invites
1.TALCHER SUPER THERMAL POWER STATION,
2.SIMHADRI SUPER THERMAL POWER STATION,
3.SIPAT SUPER THERMAL POWER STATION,
4.VALLUR THERMAL POWER STATION (3x500 MW)
5.BHILAI EXPANSION POWER PROJECT (2x250 MW)
6.MUZAFFARPUR THERMAL POWER STATION,
7.ROURKELA
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,
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.
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. |
|
|
|
Bidding Documents Sale Date & |
10.09.2018 to 17.09.2018 (up |
Time |
to 1730 hrs. IST) |
|
|
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) |
|
|
|
|
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
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
1.1.0 |
|
|
(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
1.2.0
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
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.
1.3.0
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
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
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
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
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.
1.4.0
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,
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
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
(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
(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
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
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
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
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
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
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
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
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
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
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
(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
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
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
Documents by the stipulated bid submission closing date and time at the address given below.
L.Address for Communication:
AGM
6th Floor, Engineering Office Complex, Plot No.
Distt. Gautam Budh Nagar (U.P.), Pin – 20130,1INDIA
Telephone No. |
: |
|
Fax No. |
: |
|
: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