1 | 9
NTPC LIMITED
(A Government of India Enterprise)
SECTION I
NOTICE INVITING TENDER
FOR
Dry Fly Ash Conveying and Transportation
System Package
Document No.: NRHQ/RIHAND-I/DFA/2018
2 | 9
NTPC Limited
(A Government of India Enterprise)
NORTHERN REGION HEADQUARTERS LUCKNOW
CONTRACT & MATERIAL DEPTT.
NOTICE INVITING TENDER (NIT)
FOR
DRY FLY ASH CONVEYING AND TRANSPORTATION SYSTEM PACKAGE FOR
RIHAND STPP-I (2X500MW)
(Domestic Competitive Bidding)
NIT No: NTPC/NRHQ/9900168873 Date: 22.11.2018
Tender ID: 2018_NTPC_12113_1
1.0 NTPC invites on-line bids on Single Stage Two Envelope Bidding basis(Envelope-I:
Techno-commercial Bid & Envelope-II: Price Bid) from eligible Bidders for Dry Fly
Ash Conveying And Transportation System Package for Rihand STPP-I as per
Scope of Work mentioned hereinafter.
2.0 Brief Scope of Work:
The scope of work shall include the design, engineering, supply, manufacture, shop
fabrication, assembly, testing and inspection at manufacturer’s works, type testing
wherever applicable, packing, handling, inland transportation, inland transit
insurance, delivery to site, complete services of erection including erection
supervision and site testing, inspection, insurance during storage, erection and
commissioning, performance testing and handling over to the employer of dry fly ash
conveying and transportation system for two(2) units of Stage-I (2x500MW)), as
defined in this Specification.
A) Dry Fly Ash Conveying System
A dry fly ash conveying system for the ash collected in all existing collection hoppers
of ESP of Unit # 1 & #2 of Stage-I to convey dry fly ash from ESP hoppers up to
buffer hopper/intermediate silo.
Two alternatives for pneumatic conveying system have been specified for conveying
of fly ash in dry form from ESP hoppers upto buffer hoppers. i.e. vacuum conveying
system or pressure conveying system
i) Vacuum Conveying System
It shall consist of liquid ring vacuum pumps, material handling valves, cast iron and
MS pipes, instrument air compressor etc.
OR
ii) Pressure Conveying System
It shall consist of screw compressors, air lock/pump tanks, ash intake & discharge
valves, CI & MS pipes, instrument air compressors etc.
B) Dry Fly Ash Transportation system
3 | 9
A dry fly ash Transportation system to transport dry fly ash of Stage-I units from
buffer hopper/intermediate silos up to main silos located at plant boundary and dry fly
ash storage silos and dry ash / conditioned ash unloading equipment and
accessories for storage silos.
C) Complete Civil and structural works associated with (A) & (B) above.
D) Under electrical system, Transformer, LT switchgears, Motors, LT power &
control cables, lighting, cabling, earthing, lightning protection, etc. are included in the
package
E) Under C&I system, instrumentation cables are included in this package.
3.0 Brief Details
Detailed Specification, Scope of Work and terms and Conditions are given in the
bidding document, which are available for examination and sale at the address given
below and as per the following Schedule.
Issuance of IFB/NIT 22.11.2018
NIT No. NTPC/NRHQ/9900168873
Document Sale Commencement Date &
Time
22.11.2018 from 18:00 HRS (IST)
Source of IFB/NIT NRHQ, NTPC Ltd., Lucknow
Last Date and Time for Bid submission 18.12.2018 upto 15:00 HRS (IST)
Technical Opening Date & Time 20.12.2018 at 15:00 HRS (IST)
Price Bid Opening Date & Time Shall be intimated separately. For
any corrigendum and extension of
date of bid submission, please visit
the website
https://eprocurentpc.nic.in
Cost of Bidding Documents in INR 22500.00
EMD/Bid Security in INR 1,00,00,000.00(INR 1 Crore)
Pre-Bid Conference Date & Time (if any) 10.12.2018
Last Date for seeking clarification 10.12.2018 up to 17:00 HRS
Reverse Auction Not Applicable
4.0 As per provisions of Bidding Documents, the Bidders shall submit “Techno-
Commercial Proposal” and “Price Proposal” online
(https://eprocurentpc.nic.in/nicgep/app), within the bid submission date and time as
mentioned above. Only Techno-Commercial proposals will be opened on the date and
timed mentioned above.
4 | 9
Note: For any corrigendum and extension of date of bid submission, please visit the
website https://eprocurentpc.nic.in
5.0 All bids must be accompanied by Tender Fees (Cost of Bidding documents), Bid
Security and Integrity Pact. Bid Security, Tender Fees and Integrity Pact shall be
submitted in a sealed envelope separately offline by the stipulated bid submission
closing date and time at the address given below. Any bid without an acceptable
Tender Fees (Cost of Bidding documents), Bid Security and Integrity Pact shall be
treated as non-responsive by the employer and shall not be opened.
6.0 Qualifying Requirements for Bidders:
5.1.0 Technical Criteria
Route 1
5.1.1 The Bidder should be a supplier of ash handling systems and should have executed ash
handling systems involving design, engineering, manufacture, supply, erection and
commissioning for:
a) Pneumatic fly ash handling system for conveying fly ash from ESPs of a single
pulverized coal fired boiler unit by either:
(i) Pressure conveying system designed for 30 TPH or more conveying capacity.
OR
(ii) Vacuum conveying system designed for 30 TPH or more conveying capacity
per vacuum extractor.
The reference fly ash handling systems should be of the same type i.e. vacuum system or
pressure system, as is being offered by the Bidder.
b) Pneumatic Fly Ash Transportation System for transporting fly ash from pulverised
coal fired boiler unit having capacity of not less than 20 TPH for a conveying
distance of not less than 500 mtr. including fly ash storage silos.
The systems mentioned at clauses 5.1.1(a) & (b) above should have been in
successful operation in at least one (1) plant for at least two (2) years prior to the
date of Techno-Commercial bid opening. For the purpose of qualification, the
experience as at clauses 5.1.1 (a) & (b) above in separate plants also is
permissible.
An individual boiler unit having its own independent fly ash handling system upto
wetting units/ dry dust collection buffer hoppers which includes, among others,
independent fly ash handling equipment below ESP hoppers, independent ash
conveying piping upto wetting units/ dry dust collection buffer hoppers can be
considered as a plant for meeting the requirement of clause 5.1.1(a) above.
Further, a transportation system provided for an individual boiler unit having
dedicated transportation vessels below dry dust collection buffer hoppers and
dedicated piping from dry dust collection buffer hoppers to storage silos, including
storage silos, can be considered as a plant for meeting the requirement of clause
5.1.1 (b) above.
For reference fly ash handling systems, the design capacity of conveying from
ESPs to buffer hoppers and of transportation from buffer hoppers to storage silos
will be the capacity which the client (of the reference plant against which the Bidder
is seeking qualification) must have specified in its contract documents.
Route 2
5 | 9
5.1.2 Bidder who is a supplier of ash handling systems but does not meet the
requirements under clause 5.1.1 in part or in full can also participate provided it has
executed at least the following systems of ash handling plant involving design,
engineering, manufacture, supply, erection and commissioning:
a) Bottom ash handling system comprising either a jet pump system in
conjunction with water impounded Bottom Ash Hopper or submerged
scraper chain conveyor system or dry bottom ash system.
b) Fly Ash Handling System for conveying fly ash from ESPs in dry form
(involving pneumatic conveying systems of vacuum or pressure type) or in
wet (slurry) form.
The systems mentioned at clauses 5.1.2 (a) and 5.1.2 (b) above should
have been in successful operation in at least one (1) plant for at least two
(2) years prior to date of Techno-Commercial bid opening and should have
been installed for pulverized coal fired boiler units generating not less than
40 TPH of ash per boiler.
And
collaborates/ associates with party(ies) who meet(s) either the total
requirement or the balance part under 5.1.1 above which the Bidder itself is
not able to meet.
5.1.3 The activity of design and engineering under clause 5.1.1 should have been
carried out by the Bidder and not through any external design
agency/agencies.
For design and engineering activity referred under clause 5.1.2 the activity
should have been carried out by either the Bidder or through design
agency/agencies having experience for reference systems. In case of
Collaborator(s)/Associate(s) (meeting the balance part of total requirement
under clause 5.1.1), the activity of design and engineering for the reference
systems should have been carried out by them.
5.1.4 Bidder seeking qualification through clause 5.1.2 shall furnish undertaking(s)
jointly executed by it and its Collaborator(s)/ Associate(s) for the successful
performance of the relevant system(s) of the contract, as per Employer’s
format enclosed in the bidding documents. The Deed(s) of Joint
Undertaking(s) shall be submitted along with the Techno-Commercial bid,
failing which the Bidder shall be disqualified and its bid shall be rejected.
Further, in case of award, each of Bidder’s Collaborator(s)/ Associate(s)
shall be required to furnish an on demand bank guarantee as per the format
enclosed with the bidding documents for a value equal to 1% (one percent)
of the total contract price in addition to the contract performance security to
be furnished by the Bidder.
5.2 Financial Criteria of Bidder:
5.2.1 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 3953 Lakhs (Indian Rupees Three thousand nine
hundred fifty three lakhs only).
In case the 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, provided that the net worth of such
holding company as on the last day of the preceding financial year is atleast
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 Board Resolution of the Holding Company, as per the format
enclosed with the bidding documents, pledging unconditional and
6 | 9
irrevocable financial support for the execution of the Contract by the Bidder
in case of award.
5.2.2 The Net Worth of the Bidder 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 Subsidiary(ies) 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.
For Consortiums/ Joint Ventures, if permitted under technical criteria for
qualification under Cl. 5.1.0 above, the Net worth of all Consortiums/Joint
Ventures members in combined manner should not be less than 100%
(hundred percent) 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
paid up share capitals.
5.2.3 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 further
furnishes the following documents for substantiation of its qualification:
i) Copies of the unaudited unconsolidated financial statements
of the Bidder alongwith copies of the audited consolidated
financial statements of the 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 case 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 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.
5.3 Financial Criteria of Collaborator(s)/Associate(s)
7 | 9
5.3.1 For Bidder seeking qualification through clause no. 5.1.2 above, the
average annual turnover of its Collaborator(s)/Associate(s) in the preceding
three (3) financial years as on the date of Techno-Commercial bid opening
should not be less than the amounts specified below:
(i) INR 1261 lakhs (Indian Rupees one thousand two hundred sixty one
lakhs only) for the Collaborator/Associate for fly ash pressure
conveying system (meeting requirement of clause 5.1.1 a (i) above).
OR
INR 861 lakhs (Indian Rupees eight hundred sixty one lakhs only) for
the Collaborator/Associate for fly ash vacuum conveying system
(meeting requirement of clause 5.1.1 a (ii) above).
(ii) INR 3073 lakhs (Indian Rupees three thousand seventy three lakhs
only) for the Collaborator/Associate for fly ash transportation system
(meeting requirement of clause 5.1.1 (b) above).
In case the Collaborator(s)/Associate(s) 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, 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(s)/Associate(s) would be required to furnish
along with Bidder’s Techno-Commercial bid, a Letter of Undertaking
from the Holding Company, supported by Board Resolution of the
Holding Company, as per the format enclosed with the bidding
documents, pledging unconditional and irrevocable financial support to
the Collaborator(s)/Associate(s) 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.
5.3.2 The Net Worth of each Collaborator/Associate as on the last day of the
preceding financial year as on the date of Techno-Commercial bid
opening should not be less than 100% (hundred percent) of its paid-up
share capital.
In case the Collaborator/Associate does not meet the Net Worth
criteria on its own, they can meet the requirement of Net worth based
on the strength of its Subsidiary (ies) and/or Holding Company and/or
Subsidiary (ies) of its Holding Companies wherever applicable. In such
a case, however the Net worth of the Collaborator/Associate and its
Subsidiary(ies) and/or Holding Companies 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.
For Consortiums/ Joint Ventures, if permitted under technical criteria for
qualification under Cl. 5.1.0 above, the Net worth of all
Consortiums/Joint Ventures members in combined manner should not
be less than 100% (hundred percent) 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
8 | 9
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.
5.3.3 In case the Collaborator(s)/Associate(s) is/are not able to furnish its
audited financial statements on stand alone entity basis, the unaudited
unconsolidated financial statements of the Collaborator(s)/
Associate(s) can be considered acceptable provided the
Collaborator(s)/Associate(s) further furnishes the following documents
for substantiation of its qualification:
i) Copies of the unaudited unconsolidated financial statements of
the Collaborator(s)/Associate(s) along with copies of the audited
consolidated financial statements of the Holding Company of
Collaborator(s)/Associate(s).
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 of
Collaborator(s)/Associate(s).
In case 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(s)/Associate(s) 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 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 clauses 5.2.0 and 5.3.0 above:
(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.
7.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the
subject package without assigning any reason whatsoever and in such case no
bidder/intending bidder shall have any claim arising out of such action.
9 | 9
8.0 The bidding document is available online. A complete set of Bidding Documents may
be downloaded by any interested Bidder from the NTPC tender website
https://eprocurentpc.nic.in. The Bidder would be required to register on the website.
First time users are required to register themselves on NTPC tender
website(
https://eprocurentpc.nic.in) after filling up the required details. Users whose
email address has not been linked to a vendor code allotted by NTPC/ first time
users not allotted any vendor code by NTPC, should send a copy of the registration
details to the e-mail address specified in this NIT under Address for
Communication with following details at least three working days prior to Technical
Opening Date:
a) Request on the letter head of the Company
b) Address Proof
c) Copy of GST Registration Certificate,
d) Copy of PAN Card,
e) Email ID and Contact No.
f) Name and Designation of the contact person
g) Cancelled cheque & E.F.T form duly verified by bank
Note: No Hard Copy of bidding documents shall be issued.
9.0 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 in the presence of Bidder’s representatives who choose to attend the bid
opening. Bidder shall furnish Bid Security, Integrity Pact, tender fee 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.
10.0 Address for Communication
Ritesh Kumar
DGM(C&M), NTPC Ltd.
NRHQ, TC-33/V-I, Vibhuti Khand,
Gomti Nagar, Lucknow
Telephone: 0522-2723112
Email: sanjaykumar04@ntpc.co.in
Pratibha Meena
Manager (C&M)
(C&M), NTPC Ltd.
NRHQ, TC-33/V-I, Vibhuti Khand,
Gomti Nagar, Lucknow
Telephone: 0522-2723096/9650997169
prathibameena@ntpc.co.in
Corporate Identification Number:L40101DL1975GOI00796