NTPC LTD
(A Government of India Enterprise)
WESTERN REGION-II SSC, SIPAT
BIDDING DOCUMENTS
FOR
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING
OF CLO2 SYSTEM AT NTPC KHARGONE STPP
IN KHARGONE DIST OF STATE M.P.
SECTION- I TO VII
BIDDING DOCUMENT NO. : 9900176865
(This document is meant for the exclusive purpose of bidding against this Bid
Document No. / Specification and shall not be transferred, reproduced or otherwise
used for purposes other than that for which it is specifically issued).
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 1 of 7
BIDDING DOCUMENT NO. : 9900176865
CONTENTS
Page
No.
SECTION-I
Invitation for Bids (IFB)
SECTION-II
Instructions to Bidders (ITB)
SECTION-III
General Conditions of Contract (GCC)
SECTION-IV
Special Conditions of Contract (SCC)
SECTION-V
Technical Specification
SECTION-VI
Schedule of Quantities (SOQ)
SECTION-VII
1.1
Techno commercial proposal
1.2
Forms and Procedures (FP)
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 2 of 7
DETAILED INVITATION FOR BIDS
NTPC LTD.
(A GOVERNMENT OF INDIA ENTERPRISE)
WESTERN REGION-II SSC SIPAT
BIDDING DOCUMENTS
FOR
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2 SYSTEM AT NTPC
KHARGONE STPP
IN KHARGONE DIST OF STATE M.P.
(Domestic Competitive Bidding)
NIT No: 9900176865 Date: 25.04.2019
NTPC Limited invites online bids on Single Stage Two Envelope bidding basis
(Envelope-1: Techno-Commercial Proposal & Envelope-2: Price Proposal) from eligible
bidders for DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT NTPC KHARGONE STPP” in Khargone district of state M.P., India, as per the
scope of work mentioned hereinafter.
1.0 Brief Scope of Work & other Specific details:
The scope of Chlorine dioxide plant includes Design, Engineering, Supply, Construction,
Erection, testing & commissioning of complete Chlorine di-oxide plant including all Civil,
Electrical and Control & Instrumentation works. Broad scope of work described below shall
be read in conjunction with the Data Sheets, Electrical works, Control & Instrumentation
works and Civil Works and relevant Tender drawings.
2.0 Brief Details:
Bid Document No.
NIT Date
Document Sale Commencement Date &
Time
Source IFB/ NIT
Contract Classification
Last Date and Time for Bid Submission
Technical Opening Date & Time
Cost of Bidding Document in INR
Estimated Cost of Work
EMD in INR
Reverse Auction
3.0 As per provisions of bidding documents, the bidders shall submit online, “No Deviation
Certificate, Tender Fee and EMD Details” in Cover Type Fee, “Techno-Commercial
Proposal” in Cover type Technical and “Price Proposal” in Cover Type Price, within the
bid submission date and time as mentioned above on e-tendering portal
https://eprocurentpc.nic.in. Only Techno-Commercial proposals will be opened on
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 3 of 7
13.05.2019 at 16.00 hrs (IST).
4.0 All the bids must be accompanied with No Deviation Certificate, Tender Fee and Bid
Security for an amount equivalent to Rs 10,00,000 (Rupees Ten Lakhs only). Any bid
not accompanied by No Deviation Certificate (Online / in physical form), an
acceptable bid security & tender fee, DEED OF JOINT UNDERTAKING, in a
separate sealed envelope shall be rejected by NTPC as being non-responsive and
returned to the bidders without being opened.
The date of opening of Price Proposal shall be intimated separately by NTPC after
completion of evaluation of Techno-Commercial Proposal.
5.
Qualifying Requirement:
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill
the following Qualifying Requirements
5.1
TECHNICAL QR
5.1.1
a. Bidder should have designed, supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) number of Chlorine Di-Oxide
System/Plant having at least one (1) number Chlorine Di-Oxide (ClO2) generator of capacity
not less than 40 Kg/hr. in any industrial application. The above system/plant should have
been in successful operation for at least one (1) year reckoned as on the date of Techno-
commercial Bid-opening.
b. Bidder who do not fulfill the requirement in clause 5.1.1 (a) above, can also participate
provided the Bidder has designed, supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) number Gas chlorination
plant/system of capacity not less than 120 Kg/hr. in any industrial application and
associates/collaborates with a party fully meeting the requirements of clause 5.1.1 (a)
above.
In such a case, the Bidder shall be required to furnish a Deed of Joint Undertaking(s)
(DJU) jointly executed by the Bidder and the Collaborator(s)/Associate(s) and each
executant of DJU shall be jointly and severally liable to the Employer for successful
performance of Chlorine Di- Oxide (ClO2) System/Plant, as per the format enclosed
with the bidding documents. The Deed of Joint Undertaking(s) (DJU) should be
submitted along with the bid failing which Bidder shall be disqualified and its bid shall
be rejected. In case of award, the 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 2% (two percent) of the contract price in addition to
the Contract Performance Security to be furnished by the Bidder.
Notes for Clause 5.1.1 above:
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 4 of 7
a. Regarding reference work through which bidder is seeking qualification, Bidder to
compulsorily include with their bid a statement informing the scheduled date and actual
date of completion of reference work.
5.2
Financial Criteria:
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, shall not be less than Rs. 670 Lakhs
(Rupees Six Hundred and Seventy Lakhs only).
5.2.2
Net worth of bidder shall not be less than 100% 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% of their total paid up share capital.
However individually, their Net worth should not be less than 75% of their respective paid
up share capitals. For Consortiums/Joint Ventures, wherever applicable, the Net worth of all
consortium/ Joint Venture 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)x100 where x1, x2, x3 are individual net worth
which shall 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 standalone
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.
Copies of the unaudited unconsolidated financial statements of the bidder along with
copies of the audited consolidated financial statements of the Holding Company.
A certificate from the CEO/CFO of the Holding Company as per the format enclosed
in the bid documents stating that the unaudited unconsolidated financial statements
form part of the consolidated annual report of the company.
5.2.4
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 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.
5.2.5
In case a bidder does not satisfy the financial criteria, stipulated at Cl. 5.2.1 and/ or
Cl.5.2.2 above on its own, the holding company would be required to meet the stipulated
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 5 of 7
turnover requirements at Cl.5.2.1 above, 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 bid, a Letter of Undertaking from the holding company,
supported by 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.
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.
6.0 A complete set of Bidding Documents may be downloaded by any interested Bidder
and cost of the documents (non-refundable) as mentioned above may be paid in the
form of a crossed account payee demand draft in favour of NTPC Ltd., Payable at
SIPAT/BILASPUR (C.G.) and same may be submitted along with the Offline bid
(Physical bid) (as per clause 17 of ITB). For logging on to the etender Site, the bidder
would require user id and and Password which can be created at our etender and
inform the same to concerned package co-ordinator. First time users not allotted any
vendor code are required to submit documents like PAN Card, Address proof and
GST registration etc for issue of vendor code.
Note: No hard copy of Bidding Documents shall be issued
7.1
First time users not allotted any vendor code are required to approach NTPC at least
three working days prior to Document Sale Close date and submit following details.
a)
For creation of vendor code:
i)
Company/Firm registration, Copy of GST Registration, PAN no.,
ii)
Valid email ID, Contact No
iii)
Address Proof
iv)
Cancel cheque & E.F.T (to be verified by bank)
Note: Format of E.F.T (Electronic Fund Transfer) is attached along with tender
documents
b)
For registration in GEPNIC (Govt E-procurement National Informatics Centre)
i)
Go to site: https://eprocurentpc.nic.in/nicgep/app
ii)
Click on Online bidder enrolment & fill up your details
iii)
Send the copy of registration in Gepnic at following e-mail Address.
8.0 Transfer of Bidding Documents purchased by one intending bidder to another is not
permissible. NTPC takes no responsibility for any loss/delay/non-receipt of
applications/ tenders sent by post.
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 6 of 7
9.0 NTPC shall allow purchase preference, as indicated in the bidding documents,
to bids from local supplier 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.
10.0 Address for Communication:
AGM (C&M)/DGM (C&M),
NTPC Limited,
Western Region-II SSC Sipat
Sipat Super Thermal Power Project
5
th
Floor, Admin Building, Sipat,
PO-Ujjwal Nagar, Sipat, Bilaspur (C.G.) India, Pin 495555
Tel. No.: 0091-7752-277064,
E-mail: vbrshende@ntpc.co.in, abhishekkumar02@ntpc.co.in
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF CLO2
SYSTEM AT KHARGONE STPP [BIDDING DOCUMENT NO. 9900176865]
IFB
Section-I
Page 7 of 7