NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
AUGMENTATION/ MODIFICATION OF ONE COOLING TOWER PACKAGE
FOR
VINDHYACHAL SUPER THERMAL POWER PROJECT-IV (2X500MW)
LOCATED AT
VINDHYANAGAR, DISTRICT- SINGRAULI, STATE OF MADHYA PRADESH, INDIA
(International Competitive Bidding)
IFB No.: 40081774
Bidding Document No.: CS-2250-135B-9 Date: 28.09.2018
1.0 NTPC Limited invites e-Bids on Single Stage Two Envelope bidding basis (Envelope-I:
Techno-Commercial Bid and Envelope-II: Price Bid) from eligible bidders for Modification/
Augmentation of Cooling Tower Package for Vindhyachal Super Thermal Power Project,
Stage-IV (2x500 MW) situated at Vindhyanagar in District Singrauli in the State of Madhya
Pradesh, as per the Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
1. Design, Engineering, Manufacture, Supply, Construction, Erection, Testing & Commissioning
works for Augmentation/ Modification of existing one Induced draft Cooling Tower.
2. All associated civil, control & instrumentation works & allied works of one cooling tower at site
as per specifications and scope defined in bidding documents of “Augmentation/Modification of
one Cooling Tower Package”.
3.0 BREIF DESCRIPTION OF AUGMENTATION/MODIFICATION WORKS
Three (3) Nos Main cooling towers are already been provided by employer in VSTPP STAGE-
IV for condenser and unit auxiliary cooling water purposes. As the achieved cold water
temperature from cooling tower is higher than the design cold water temperature by around 5
Deg C, it is proposed to modify/augment one number of existing cooling tower to achieve the
design cold water temperature.
The scope includes Design, Engineering, Manufacture, Supply, Construction, Erection, Testing
& Commissioning works for Modification/ Augmentation of one existing Induced draft Cooling
Towers and associated equipment’s for Vindhyachal Super Thermal Power Project-stage-IV (2
X 500 MW).
The Technical features of the Existing Cooling Towers are as follows:-
a) Type of existing cooling tower Induced Draft RCC cooling Tower,
Single Inlet Type
b) Number of existing Cooling Towers 3 (Three) numbers
c) Number of total cells per Cooling Tower 18 (Eighteen) numbers (16W+2S)
d) Design flow for each Cooling tower 40,000 Cu.M/hr
e) Range of Cooling 10.5 deg. C.
f) Design Cold Water temperature 32.5 deg C.
g) Design ambient wet bulb temperature 27.4 deg C.
Detailed scope of work shall be as per specifications and scope defined in Bidding Document
No.CS-2250-135B-9 for Augmentation / Modification works of one cooling tower package for
Vindhyachal Super Thermal Power Project Stage-IV (2x500 MW).
4.0 NTPC intends to finance the Modification/Augmentation of Cooling Tower Works Package
through External Commercial Borrowings / Own Resources.
5.0 Detailed scope of work, specifications and terms & conditions are given in the Bidding
Documents which are available for examination and sale at the address given below and may
be downloaded as per the following schedule:
Bidding Document No
CS-2250-135B-9
Bid Documents Sale Dates & Timings
From 03.10.2018 to 09.10.2018 up to
18:00 hrs
Last Date of receipt of queries from Bidders (if
any)
16.10.2018
Bid Receipt Date & Time comprising of Techno-
Commercial Bid and Price Bid
01.11.2018 up to 1500 hrs. (IST)
Bid Opening Date & Time for Envelope -1
(Techno-Commercial) Bid.
01.11.2018 at 1530 hrs (IST)
Date & Time of opening of Price Bid
To be intimated separately by NTPC
Cost of Bidding Document
INR 4500/- (Rupees Four Thousand
Five hundred only) per set for Indian
Bidders
USD 100/- (US Dollar One Hundred
only) per set for Foreign Bidders.
6.0 All bids must be accompanied by Bid security for an amount of INR 10,00,000/-. (Indian
Rupees Ten Lakhs only) or USD 13,700/- (US Dollars Thirteen Thousand Seven Hundred only)
in the form as stipulated in Bidding Documents.
Any Bid not accompanied by an acceptable Bid Security in a separate sealed envelope
shall be rejected by the Employer as being non-responsive and returned to the bidder
without being opened.
7.0 QUALIFYING REQUIREMENTS
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the following
shall also apply:
7.1.0 Technical Criteria
7.1.1 The Bidder should have designed by itself, constructed and commissioned at least one (1)
number Counterflow Induced Draught Cooling Tower in RCC or Pultruded Fibreglass
Reinforced Plastic (FRP) Construction of capacity not less than 13000 m3/hr which should
have been in successful operation for at least one (1) year prior to the date of Techno-
Commercial bid opening.
OR
7.1.2(a) The Bidder should be a wholly or partially (with minimum 51% holding) held Indian subsidiary
of a firm who in turn meets the requirements of clause 7.1.1 above. Further, the Bidder either
on its own or along with its holding company should have executed/be executing at least one
contract involving design, construction and commissioning of at least one (1) number
Counter flow Induced Draught Cooling Tower in RCC/Pultruded Fibreglass Reinforced
Plastic (FRP) Construction of capacity not less than 6500 m3/hr.
7.1.2(b) The Bidder should furnish a Deed of Joint Undertaking (DJU) jointly executed by it and its
Holding Company (i.e. the firm meeting requirements of clause 7.1.1 above) in which the
executants of Deed of Joint Undertaking shall be jointly and severally liable to the Employer
for successful performance of the contract as per format enclosed in bidding documents.
The DJU should at least cover the complete design support, the supervision of construction
and recommissioning of the cooling tower. This Deed of Joint Undertaking should be
submitted along with Techno-Commercial bid, failing which the Bidder shall be disqualified
and its bid shall be rejected. In case of award, the Holding Company of the Bidder (i.e. the
firm meeting requirements of clause 7.1.1 above) will be required to furnish an on-demand
bank guarantee as per format enclosed in the bidding documents for an amount of 2 % (Two
percent) of the total contract price in addition to the contract performance security to be
furnished by the Bidder.
Notes :
a) “design by itself” means that the tower(s) of reference plant must have been designed by
the bidder’s own engineers. Tower(s) designed by consultant/collaborator/associate of the
bidder shall not be considered.
7.2.0 Financial Criteria:
7.2.1 Financial Criteria of Bidder
(a) 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 ₹91 Millions (Indian
Rupees Ninety One Millions only) or in equivalent foreign currency.
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 its Holding Company, supported by the
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.
(b) Net worth should not be less than 100% (hundred percent) of the Bidder’s paid up share capital
as on the last day of the preceding financial year. 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 companies
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.
(c) In case the Bidder is not able to furnish its audited financial statements on stand alone entity
basis, the unaudited unconsolidated financial statements of the Bidder can be considered
acceptable provided the Bidder furnishes the following further documents on 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 in
the bidding documents, stating that the unaudited unconsolidated financial statements
form part of the consolidated Annual Report of the 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.
7.2.2 Financial Criteria for the Holding Company (in case of Bidder participating through
clause 7.1.2)
The Holding company should meet the financial criteria as given in clause 7.2.1 for Bidder.
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 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.
8.0 Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder / his Collaborators / Associates / Subsidiaries / Group
Companies to perform the contract, should the circumstances warrant such assessment in the
overall interest of the Employer.
9.0 NTPC reserves the right to reject any or all Bid(s) 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.
10.0 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 Limited’ 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 Document Sale close
date alongwith duly filled in questionnaire for issue of vendor code and SRM user id/password.
11.0 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, Integrity Pact, Power of Attorney and Deed of Joint Undertaking(s) (if applicable)
separately offline as detailed in Bidding Documents by the stipulated bid submission closing
date and time at the address given below.
12.0 Transfer of Bidding Documents purchased by one intending bidder to another is not
permissible.
13.0 Address for communication:
AGM (CS- III) / Sr. Manager (CS-III)
NTPC Limited,
6th Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA - 201301,
Distt. Gautam Budh Nagar (U.P.), India
Telephone No.: 0091-120-494 8659 / 494 6627
Fax No. 0091-120-2410011
e-mail:
atulagrawal@ntpc.co.in, abhayanand@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
14.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966