NTPC LIMITED
(A Government of India Enterprise)
BIDDING DOCUMENTS
FOR
FIRE DETECTION AND PROTECTION SYSTEM FOR COAL HANDLING PLANT
PACKAGE
FOR
PAKRI BARWADIH COAL MINING PROJECT
Bidding Documents No. CS-7010-155(R1)-2
(This document is meant for the exclusive purpose of bidding against this
Invitation for Bid (IFB) and shall not be transferred, reproduced or otherwise used
for purposes other than that for which it is specifically issued).
NTPC Limited
Contracts & Materials
Coal Mining HQ, Chutia, Ranchi, Jharkhand-834002, India.
BIDDING DOCUMENTS
CONTENTS
Section I: Invitation for Bids (IFB)
Section II: Instructions to Bidders/Consultants (ITB/ITC)
Section III: Bid Data Sheet (BDS)
Section IV: General Conditions of Contract (GCC)
Section V: Special Conditions of Contract (SCC)
Section VI: Technical Specifications & Drawings
Section VII: Forms and Procedures
Part 1 of 3
Part 2 of 3
Part 3 of 3
Acronyms
BDS Bid Data Sheet
GCC General Conditions of Contract
IFB Invitation for Bids
ITB Instructions to Bidders
SCC Special Conditions of Contract
TS Technical Specifications
NTPC LIMITED
(A Government of India Enterprise)
SECTION I
INVITATION FOR
BIDS
FIRE DETECTION AND PROTECTION SYSTEM FOR COAL HANDLING PLANT
PACKAGE
FOR
PAKRI BARWADIH COAL MINING PROJECT
Bidding Documents No. CS-7010-155(R1)-2
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(COAL MINING HQ, RANCHI)
INVITATION FOR BIDS (IFB)
FOR
FIRE DETECTION AND PROTECTION SYSTEM FOR COAL HANDLING PLANT PACKAGE
FOR
PAKRI BARWADIH COAL MINING PROJECT
IN HAZARIBAGH DISTRICT, STATE OF JHARKHAND, INDIA
(International Competitive Bidding)
IFB No. / Tender ID: 2019_NTPC_20433_1 Date: 21.06.2019
1.0 NTPC invites online bids for “Fire Detection and Protection System for Coal
Handling Plant Package for Pakri Barwadih Coal Mining Project” on Single Stage
Two Envelopebidding basis (Envelope-1: Techno-Commercial Bid and Envelope-2:
Price Bid) from eligible Bidders for aforesaid Package.
2.0 BRIEF SCOPE OF WORK
Design, Remaining engineering, manufacture, shop fabrication, inspection and testing at
manufacturer’s works/ supplier’s works, packing and inland transportation to the site,
insurance, delivery to site, receipt, unloading, handling, storage and in plant transportation at
site, fabrication at site, installation, testing and commissioning including successful completion
of trial operation and performance and guarantee testing of Fire Detection and Protection
system complete with all other electrical and allied system equipments including furnishing of
spares at site as per specifications. Further, obtaining necessary approvals for the complete
fire detection and protection system from TAC accredited agency is also in the scope of Bidder.
3.0 NTPC intends to finance subject Package through External Commercial
Borrowings/Own sources.
4.0 Bidding Documents for the subject package consisting of the following sections can be
viewed on NTPC E-Tender Website https://eprocurentpc.nic.in/ , and can be
downloaded by logging onto the Website:
(i) Section- I : Invitation for Bids (IFB)
(ii) Section- II : Instructions to Bidders (ITB)
(iii) Section- III : Bid Data Sheet (BDS)
(iv) Section- IV : General Conditions of Contract (GCC)
(v) Section- V : Special Conditions of Contract (SCC)
(vi) Section- VI : Technical Specification
(vii) Section- VII : Forms & Procedure
5.0 For logging onto the E-tender site, you would require to register through Online Bidder
Enrolment (link provided in website) prior to proceed for downloading the Detailed IFB and
to further process of bid. For detailed procedure on log on details and for downloading the
documents, you are requested to go through the bidder’s manual available on NTPC e-
tender website (https://eprocurentpc.nic.in/) or may contact through email or on phone.
6.0 Brief Details:
#No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the
last date of receipt of Queries/ Pre-Bid Conference (if applicable) as
specified above.
6.1 Bid Security for an amount INR 20,00,000 (Indian Rupees Twenty Lakh) or US
Dollars 28,500 (US Dollars Twenty Eight 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.
6.2 As per provisions of Bidding Documents, the Bidders shall submit its bid online through
e-tender website (https://eprocurentpc.nic.in/) of NTPC, within the Bid submission date
and time as mentioned above. Bid Security, Cost of Bidding Documents (Tender Fee),
Integrity Pact and Power of Attorney are to be submitted in original (physical form)
before the deadline for online submission of Techno-Commercial and Price bids, at the
address for communication mentioned herein below.
6.3 Only Techno-Commercial bids will be opened on the date and time mentioned above.
The date of opening of Price Bids shall be intimated separately by NTPC after
completion of evaluation of Techno-Commercial.
a)
IFB No./ Tender ID
2019_NTPC_20433_1
b)
Date of issue of IFB
21.06.2019
c)
Downloading of Bidding Document
From 21.06.2019 18:00:00
Hrs. to 01.07.2019 14:00:00
Hrs. (IST)
d)
Pre-Bid Conference date
Not Applicable
e)
Last date for receipt of queries on Bidding
Documents from Bidders#
05.07.2019
f)
Last date & Time for submission of online
bids
15.07.2019 upto 1400 Hrs
(IST)
g)
Date and Time for opening
of Techno- Commercial bids
16.07.2019 at 1430 Hrs.
(IST)
h)
Opening of Price Bids
: Shall be informed later
i)
Cost of Bidding Documents
: INR 7965.00/ $ 177.00
6.4 Any document submitted by the bidder in hard copy other than the documents mentioned
in Bidding Document for offline/ physical submission, will not be considered. In spite of
this condition, if any document is submitted by the agency in hard copy other than the
documents mentioned in Bidding Documents for offline / physical submission shall be
ignored and the bid submitted online shall be binding on the bidder.
6.5 Bidder may please note that queries/clarifications, if any, to the provisions of Bidding
Documents should reach us not later than the date mentioned above, and any
query/clarification received thereafter shall not be entertained by NTPC.
7.0 QUALIFYING REQUIREMENTS FOR BIDDERS
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, supplied, erected and commissioned atleast one (1)
fire protection system of contract value not less than INR 35 Million or equivalent in
foreign currency (exchange rate applicable as on the date of Techno-commercial bid
opening), in industrial installation. The fire protection system should have comprised of:
a) fire hydrant system .
b) high velocity water (HVW) spray or medium velocity water (MVW) spray or sprinkler
system.
c) fire water pumping and pressurizing arrangement.
The system mentioned above should have been designed to the recommendations of
Tariff Advisory Committee of India or Oil Industry Safety Directorate (OISD) or any other
International reputed authority (like LPC-U.K. or NFPA, USA) and this system should
have been in successful operation for a period of not less than one (1) year prior to the
date of Techno-commercial bid opening.
7.2.0 Financial Criteria:
(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 INR 158 Million
(Indian Rupees One Hundred Fifty Eight Million only) or in equivalent foreign currency.
(b) The Net Worth should not be less than 100% of the Bidder’s paid-up share capital as on
the last day of the preceding financial year on the date of Techno-commercial bid
opening. 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
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 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, wherever applicable,
the Net Worth of all Consortiums/ Joint Ventures 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 that 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.
(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 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 in the bid documents, stating that the unaudited unconsolidated financial
statements form part of the Consolidated Annual 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 practicing Chartered Accountant certifying its financial
parameters, the audited results for the 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 bid
documents stating the financial results of the Company are under audit as on the date
of Techno-Commercial bid opening and the certificate from the practicing Charted
Accountant certifying the financial parameters is not available.
(d) In case a Bidder does not satisfy the financial criteria, stipulated at Cl. 7.2.0 (a) above
on its own, its Holding Company would be required to meet the stipulated turnover
requirements at Cl. 7.2.0 (a) 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 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.
NOTES:
(1) Other income shall not be considered for arriving at annual turnover.
2) 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.
3) “Holding Company and “Subsidiary Company” shall have the meaning
ascribed to them as per Companies Act of India.
4) 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 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.
9.0 Address for Communication:
Sr. Manager (C&M)/ GM (C&M)
NTPC Limited
Coal Mining HQ, Chutia,
Ranchi, Jharkhand-834002, India.
Mob: +91-9650996781/ 9650992090
Email: awanishkumar01@ntpc.co.in/ snjha@ntpc.co.in