NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
PROCUREMENT OF 1.1 MMT OF IMPORTED COAL
FOR MOUDA, KUDGI, KORBA, DADRI, UNCHAHAR, TANDA, SIPAT, GADRWARA,
RIHAND, SINGRAULI, VINDHYACHAL, SOLAPUR POWER PLANTS
(International Competitive Bidding)
IFB No.: 40087787 Date: 15.09.2018
1.0 NTPC Limited (hereinafter referred to as NTPC or the Owner) have requirement of 1.1 MMT
(+/-20%) imported coal of specifications given in Bidding Documents, on ‘FOR Destination’
basis at NTPC Power Plants – MOUDA, KUDGI, KORBA, DADRI, UNCHAHAR, TANDA,
SIPAT, GADRWARA, RIHAND, SINGRAULI, VINDHYACHAL, SOLAPUR 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.
2.0 SCOPE 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
3.0 NTPC intends to finance the subject package through Own Resources.
4.0 Detailed 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-0011-010(4)-9
Sale of Bidding Documents
17.09.2018 to 27.09.2018 (upto 1730 hrs. IST)
Pre-bid conference date & time
03.10.2018, 10:30 Hrs.(IST)
Bid Receipt Date & Time for both Techno-
Commercial and Price Bids including
documents in physical form (Bid security,
Integrity Pact etc.) of Techno-commercial
bids
12.10.2018 up to 1400 Hrs (IST)
Technical Bid Opening Date & Time
12.10.2018 at 1600 Hrs (IST)
Cost of Bidding Document
INR 2,000/- (Indian Rupees Two thousand
only) per set for Indian Bidders and US $35
(US Dollar Thirty Five only) per set for
Foreign Bidders.
Date & Time for opening of Price Bids shall be intimated separately to the bidders whose
Techno-Commercial Bid are found to be acceptable.
5.0 All bids must be accompanied by Bid Security for an amount equivalent INR 8,00,00,000/-
(Indian Rupees Eight Crore only) or in US$ 1,100,000 (US Dollars One Million One Hundred
Thousand 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.
6.0 QUALIFYING 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.
A Technical Criteria for Bidder:
A1 The Bidder should have imported / exported and supplied a minimum of 0.5 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 0.5 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 783 Crore
(Indian Rupees Seven Hundred Eighty Three 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.
7.0 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 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.
9.0 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. 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.
10.0 Address 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
11.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966
Website: www.ntpc.co.in