DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 1 OF 7
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
SUBMERSIBLE PUMP PACKAGE
FOR
FARAKKA SUPER THERMAL POWER PROJECT STAGE II (2x500 MW)
AT
FARAKKA, DISTT- MURSHIDABAD, STATE OF WEST BENGAL, INDIA
(International Competitive Bidding)
IFB No. : 40087959 Date: 17.04.2019
Bidding Document No. : CS-4130-133G-9
1.0 NTPC Ltd, invites online Bids on Single Stage Two Envelope bidding basis
(Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible
Bidders for aforesaid package, as per the Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
a) Design, Engineering, Manufacture, Supply, Construction, erection, testing and
commissioning of required no (Including stand by) of Barge/pontoon mounted
intake water pumps (Horizontal type or integrated submersible pumps & motor
assembly type) along with all accessories and mounting arrangement.
Capacity: 4000 Cu.M/hr to 6000 Cu.M/hr. Total flow required -1, 38,000 cum/hr.
Head of each pumps-Assessed by bidder in line with technical specification.
OR
Design, Engineering, Manufacture, Supply, Construction, erection, testing and
commissioning of required no (including stand by) of floor mounted intake water
pumps (Integrated submersible pumps & motor assembly set fully submersed
portable type) along with all accessories and mounting arrangement.
Capacity: 4000 Cu.M/hr to 6000 Cu.M/hr. Total flow required -1, 38,000 cum/hr.
Head of each pumps-Assessed by bidder in line with technical specification.
b) Design, Engineering, Manufacture, Supply, Construction, erection, Testing and
Commissioning of one no of Diesel Engine driven Floating barge/Pontoon with
required no of Stationary Floating Barge/Pontoon (If applicable).
c) Supply, laying and commissioning of required quantity of Heavy duty flexible hose
pipe and MS Pipe with required no of valves as per scope of work.
d) 2 (Two) years of comprehensive operation and maintenance Services.
e) All associated Electrical, control & instrumentation and civil works & allied works at
site as per specifications and scope defined in bidding documents of “Submersible
pumps package”.
DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 2 OF 7
f) Supply of mandatory spares.
3.0 NTPC intends to finance the subject package through Internal Resources.
4.0 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:
Bid Document No. : CS-4130-133G-9
Bid Document Sale Date : From 22.04.2019 to 29.04.2019 upto
1700 Hrs (IST)
Last Date of receipt of queries : 06.05.2019
from Bidder's (if any)
Date & Time of receipt of bid : Up to 21.05.2019 by 1500 Hrs. (IST)
Comprising Techno-
Commercial Bid (Envelope I)
Date & Time of opening of : 21.05.2019 at 1530 hrs (IST)
Techno-Commercial Bid
Date & Time of receipt & opening of : To be notified separately after opening
Price Bid (Envelope II) of Techno- Commercial Bid
Cost of Bidding Document : INR 22,500/- (Rupees Twenty Two
per set for Indian Bidders and Thousand Five Hundred only)
per set for Foreign Bidders. US $ 500 (US Dollar Five Hundred only)
5.0 Bid Security for an amount INR 1,00,00,000/- (Indian Rupees One Crore
only) or USD 143500/- (US Dollar One Lakh Forty Three Thousand
Five Hundred only) shall be submitted offline prior to date and time for online
bid submission. IF ANY BIDDER DOES NOT SUBMIT ACCEPTABLE BID
SECURITY IN A SEPARATE SEALED ENVELOPE PRIOR TO THE DATE
AND TIME FOR ONLINE OPENING BID SUBMISSION, HIS BID SHALL BE
REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND
SHALL NOT BE OPENED..
6.0 QUALIFYING REQUIREMENT FOR BIDDERS
In addition to the requirements stipulated in Section Instructions to Bidders
(ITB), the following shall also apply:
6.1.0 Technical Criteria for Qualification
The Bidder should meet the qualifying requirements of any one of the qualifying
routes stipulated under clause 6.1.1 or 6.1.2.
DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 3 OF 7
6.1.1 ROUTE-I
The bidder should have designed, manufactured, supplied, erected/supervised
erection, and commissioned/supervised commissioning of at least one (1) no. of
integrated submersible pump and motor assembly (with or without outsourcing of
motor) / horizontal Centrifugal pump for continuous duty and similar application# ,of
type* as specified and such pump and motor assembly must have had either rated
flow capacity of at least offered flow capacity or offered motor rating, which has
been in successful operation for at least one (1) year prior to the date of Techno-
Commercial bid opening. The bidder should offer only the type of pump for which
the bidder gets qualified as above.
6.1.2 ROUTE-II
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
6.1.1. Further, the Bidder should have executed/be executing at least one
(1) Contract involving supply, erection/supervision of erection, and
commissioning / supervision of commissioning of at least one (1) no. of
integrated submersible pump and motor assembly (with or without
outsourcing of motor) / horizontal centrifugal pump for continuous duty and
similar application#, of type* as specified and such pump and motor
assembly must have had either rated flow capacity of at least 3000 cum/hr
or motor rating of at least 190 KW.
b) The Bidder should furnish a Deed of Joint Undertaking jointly executed by
it and its Holding Company (i.e. the firm meeting requirements of clause
6.1.1 above) in which the executants of Deed of Joint Undertaking (DJU)
shall be jointly and severally liable to the Employer for successful
performance of.the Contract as per format enclosed in bidding documents.
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 6.1.1 above) will be required to furnish
an on-demand bank guarantee as per format enclosed in the bidding
documents for an amount of 4 % (four percent) of the total contract price in
addition to the contract performance security to be furnished by the Bidder.
DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 4 OF 7
Notes for clause 6.1.2
(i) For qualification under clause 6.1.2, in case the bidder's holding
company meets the qualifying requirements stipulated under clause
6.1.1 on the strength of collective experience of Itself and its
subsidiaries, then the bidder should submit an additional deed of joint
undertaking (DJU) executed by it and its holding company along with
all such subsidiaries for successful performance of the submersible
pumping system, as per the format enclosed in the bidding
documents. Further, in case of award, in addition to the on-demand
bank guarantee stipulated in clause 6.1.2, another on-demand bank
guarantee shall be furnished by the holding company along with all
such subsidiaries extending support to the holding company for
complying requirements stipulated in clause 6.1.1 above, for a value
equally divided amongst them and aggregating to 3 % of the total
contract price.
(ii) All Deed of Joint Undertaking(s) wherever stipulated should be
submitted along with the Techno Commercial bid, falling which the
Bidder shall be disqualified and its bid shall be rejected.
Notes for clause 6.1.1 & 6.1.2 (a)
(i) “similar application
#
refers to pumps operating in water / sewage /
slurry.
(ii) “of type* ” means Submersible pump or horizontal centrifugal pump.
6.2.0 Financial Criteria of Bidder for Qualification:
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 652 million ( Indian Rupees Six Hundred and Fifty Two
million 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. ln such an event, the Bidder would be required to furnish along
DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 5 OF 7
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 .
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 meets 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, 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
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.
DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 6 OF 7
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.
6.2.2 Financial Criteria of Holding Company (In case Bidder participating
through clause 6.1.2)
The holding company should meet the financial criteria as given in clause
6.2.1 for the bidder.
Notes for clause 6.2.1 & 6.2.2
(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 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 All Bidders are compulsorily required to provide GSTIN number at the time of
purchase of bidding documents from office of NTPC.
9.0 A complete set of Bidding Documents may be purchased by any interested Bidder
on payment (non-refundable) of the cost of 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 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.
DETAILED INVITATION FOR BIDS (IFB)
FARAKKA SUPER THERMAL POWER PROJECT-
II(2X500 MW)
BIDDING DOCUMENT NO. CS-4130-133G-9
SUBMERSIBLE PUMP PACKAGE
SECTION-I (IFB)
PAGE 7 OF 7
10.0 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, Power of Attorney,
Integrity Pact / Deed of Joint Undertaking/JV Agreement (as applicable) in physical
form as detailed in Bidding Documents before the stipulated bid submission closing
date and time at the address given below.
11.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to
bids from local suppliers as defined in the bidding documents. The bidders may
apprise themselves of the relevant provisions of bidding documents in this regard
before submission of their bids.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
13.0 Address for communication:
DGM (Contract Services) /Sr. Manager (Contract Services)
NTPC Limited,
6
th
Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Buddha Nagar, (UP), India, Pin - 201301
Fax No.: 0091-120 - 2410011 / 2410335
Tel. No.: 0091-120 - 4946684 / 4946619
e-mail: tapaskumarmazumdar@ntpc.co.in or itisur@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or
www.ntpc.co.in