Page 1 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
KANTI BIJLEE UTPADAN NIGAM LIMITED
(A Wholly Owned Subsidiary of NTPC Limited)
Administrative Building, C&M Deptt. PO-Kanti Thermal , Dist.: Muzaffarpur ,Bihar -843130
NOTICE INVITING TENDER (NIT)
FOR
Balance Work of Dry Ash Evacuation System
of
Stage-II (2X195 MW)
Of
MUZAFFARPUR THERMAL POWER PROJECT
(Domestic Competitive Bidding)
NIT No: 9900180613 Date: 25.06.2019
1.0 Kanti Bijlee Utpadan Nigam Limited (hereinafter called “KBUNL” or “KBUN Limited”
or “Employer” invites online Single Stage: Two Envelope bids (Envelope-1:
Techno-Commercial Proposal & Envelope-2: Price Proposal) from eligible
Bidders for the aforesaid package, as per the scope of work briefly mentioned
hereinafter.
2.0 Brief Scope of Work & other Specific details:
2.10 KBUNL Ltd had awarded the contract for Ash Handling System of Kanti Stage-II
(2X195 MW) to M/s Tecpro Systems Pvt Ltd. The contract faced some problems
during its course of execution which necessitated termination of the contract. While
some portions of supply covered under the scope of M/s Tecpro Systems Pvt Ltd
have been received at site and some balance items could not been delivered.
List of supplied items and balance items to be supplied by bidder for completion of
the Dry Ash Handling System has been furnished in bid document.
In Fly ash evacuation system, three numbers branch isolation valves before buffer
hopper out of total 4 numbers have also not been supplied.
Further, civil works for buildings such as silo utility building, TAC building etc have
not been done. Civil works will be done by KBUNL separately under other
contracts.
2.20 Design/engineering activities for dry Ash Handling System of Kanti, Stage-II (2X195
Page 2 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
MW) has already been completed. However, complete study of the engineering
drawings/documents available at KBUNL needs to be reviewed by intending bidder.
Further, scrutiny of already received materials needs to be identified by the intending
bidder. The materials still required to make the system complete in all respects be
designed/ engineered/ procured/manufactured are also under bidders’ scope.
2.30 The intent of this specification is to complete the Dry Ash extraction system of Ash
Handling System of Kanti Stage-II (2X195 MW), unit # 3 and unit # 4 on “As is Where
is Basis by completion of balance engineering (if required), arranging balance
supplies and completion of entire erection (free issue as well as balance supply to be
made ), pre-commissioning / commissioning and testing of Dry Ash handling system
so as to make it ready for safe, reliable and sustainable commercial operation of the
plant as per original scope, scheme and specifications. Bidder will be required to
supply balance materials well within schedule time either by means of procurement or
through self-manufacturing to meet the project schedule.
2.40 It is expected from bidders to study the engineering documents and familiarize himself
with present stage of left out works of ash handling equipment/system and identify the
equipment’s, components, fittings, and accessories etc. which are required to make
various systems /subsystems of Dry ash Extraction system complete. Bidders will be
required to complete the supply of balance materials as identified and appended
(based on available existing engineering documents). In case such documents are not
available, bidder will be required to complete the balance engineering or re-engineering
for completion of system in totality. In some cases, available free issue materials or
erected components / equipment’s may need replacement/improvisation/ servicing
depending on its condition also covered under bidder scope for which acquaintance of
bidder from site is required.
2.50 Irrespective of whether specifically mentioned or not, the scope of works to be covered
in accordance with this specification shall conform in all aspects to the highest standard
of engineering, design, quality and workmanship so that after completion of work i.e.
erection and commissioning of Dry ash extraction system of Kanti (2X195 MW) Stage-
II, the Dry ash extraction system shall be capable of performing completely safe,
reliable and sustained commercial operation in a manner acceptable to the Employer.
The scope of work for completion of balance activities under the present specification
shall include installation and commissioning of the material already erected, the
material kept at site (free issue) & balance supply items covered under the scope. The
scope shall further include study of all existing engineering documents and drawings
Page 3 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
for its further use, preparation of additional engineering documents as required for
completion of balance activities.
3.0 Detailed specifications, scope of work and terms & conditions are given in
the bidding documents and can be viewed on our Online Tender Portal
https://eprocurentpc.nic.in
4.0 Brief Details:
NIT No. / IFB No. 9900180613
NIT Date 25/06/2019
Tender Reference No.(on GepNIC Portal)
NTPC/KBUNL/9900180613
Name Of Work / Package
Balance Work (Excluding Civil work )
of Dry Ash Evacuation System of
Stage -II (2X195 MW) of Muzaffarpur
Thermal P
ower Project
Estimated value
------------------
Document download Commencement
Date & Time
25.06.2019
Source IFB/ NIT Kanti Bijlee Utpadan Nigam Limited.
Contract Classification Works (Supply cum erection)
Last Date and Time for Bid Submission
24.07.2019 (15:00 hrs)
26.07.2019 (15:30 hrs)
For detail schedule please
Visit:
h
ocurentpc.n
ic.in
Techno Commercial bid opening Date &
Time
Last date of receipt of queries
fr
o
m
bidder’
s
end
14.07.2019
Cost of Bidding Document in INR 9300/- (Including GST @ 18%)
EMD in INR
20,00,000/-
(
Indian
Rupees
Twenty Lakh
o
nly)
As per provisions of bidding documents, the bidders shall submit “Techno-
Commercial Proposal” and “Price Proposal” online on our website
https://eprocurentpc.nic.in within the bid submission date and time as
mentioned above. Only Techno-Commercial proposals will be opened on the
above-mentioned date at 15:30 hrs (IST).
The date of opening of Price Proposal shall be intimated separately by
KBUNL after completion of evaluation of Techno-Commercial Proposal.
5.0 Bid Security (EMD), Tender Fee, NIL Deviation Certificate, Certificate of
Compliance on Qualifying Requirements, Power of attorney / authority
to sign bid and Integrity Pact (as applicable ) shall be submitted in a
sealed envelope separately in offline (in physical form/ Hard copy) super
scribing the NIT No. or Tender ID or Tender Ref No. & Name of package
Page 4 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
within the stipulated bid submission closing date and time at the address
given below.
Any bid without an acceptable Bid Security (EMD), Tender Fee, NIL
Deviation Certificate, and Certificate of Compliance on Qualifying
Requirements shall be treated as non-responsive by the employer and shall
not be opened. All credential filled up formats & supporting documents as
asked by KBUNL are to be submitted in online as attachments with the bid.
6.0 Any document submitted by the agency in hard copy other than the
documents mentioned at Para 5.0 above, 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 at Para 5.0 above before bid opening shall
not be taken into consideration and evaluation shall be done on the basis of
offer submitted through the e-tendering portal https://eprocurentpc.nic.in
only.
7.0 A complete set of Bidding Documents may be downloaded by any interested
Bidder at our e-tender Site (https://eprocurentpc.nic.in).
For logging on to the above e-tender Site, the bidder as first-time user would
require to create user ID and Password under tab online Bidder enrollment.
The payment (non-refundable) of the cost of the documents as tender fee as
mentioned above shall be made in the form of a crossed account payee
demand draft in favour of Kanti Bijlee Utpadan Nigam Ltd. Payable at
Canara Bank , Kanti, Branch Code: 4189, (IFSC code : CNRB0004189 ) Dist.:
Muzaffarpur , Bihar .
Tender fee shall be submitted in a sealed envelope separately in offline
before the stipulated bid submission closing date and time at the address
given below.
8.0 Exemptions for Tender fee/ EMD submission for SSI/MSE--- Not applicable.
9.0 Qualifying Requirements:
In addition to the satisfactory fulfilment of the requirement stipulated under section
ITB (Instructions to Bidders), the following shall also apply:
9.1 Technical Criteria:
9.1.1 The Bidder should have executed ash handling systems involving design/
got designed, engineering / got engineered, manufacture, supply, erection
and commissioning of:
a) Pneumatic fly ash transportation system for transporting fly ash from
pulverized coal fired boiler unit having capacity of not less than 122 TPH
for a conveying distance of not less than 1000 mtr. Including fly ash
storage silos.
The System mentioned above should have been in successful operation
in at least one (1) plant for at least two (2) years ending last day of the
Page 5 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
month previous to the date of NIT.
For the purpose of qualification, the experience will be as follows:
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 can be considered as a plant for meeting the requirement as above.
For reference fly ash handling systems, the design capacity 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.
9.2 Financial Criteria:
9.2.1 Financial criteria for bidders
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 2233.0 Lacs (Indian Rupees Two thousand two
hundred and Thirty three Lacs only).
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
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 of the Bidder should not be less than 100% (hundred percent) of
its 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 does not meet Net Worth criteria stipulated above 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 the
Holding company 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% 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.
Page 6 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
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 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 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 also 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.
Notes :
(i) Net worth means the sum total of the paid-up share capital and free
reserves. Free reserves 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.
Notwithstanding anything stated above, the Employer reserves the right to
undertake a physical assessment of the capacity and capabilities including
financial capacity and capability of the Bidder / his Collaborator(s) /
Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract,
Page 7 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
should the circumstances warrant such assessment in the overall interest of
the Employer.
The physical assessment shall include but not be limited to the assessment
of the office/facilities/banker’s/reference works by the Employer. A negative
determination of such assessment of capacity and capabilities may result in
the rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for
the qualifying requirements stipulated in the bidding documents.
9 Following credentials are to be submitted (in ONLINE) by the bidders along with
Bidding documents in support of meeting the qualifying requirements for the subject
package.
a) Legible copies of documents such as Award Letter/ Work Order/Contract
Agreement, Bill of Quantities, Completion Certificate, Copy of Owner certified
Measurement Book(s) (MB/Bills/Receipts), etc. in proof of scope of work, value,
period of execution of work, etc. clearly bringing out the details as specified in
the Qualifying Requirement
b) Audited Balance sheet and Profit & Loss account for last three financial years.
c) Any other document in support of meeting QR.
d) Copy of Partnership deed/Affidavit for proprietorship/Certificate of incorporation.
e) Copy of PF code Registration Number.
f) Copy of PAN Registration
g) GST Registration.
h) ESI (Employee State Insurance) Registration
10 Documents submitted by the Bidders must be complete, legible and
comprehensive. KBUNL reserves the right to discard
incomplete/insufficient/illegible documents and evaluate tenders on the basis of
balance documents available with the bid which are comprehensible, relevant &
acceptable. Any misleading/misrepresentation/ suppression of the information if
found at stage during the tendering process or execution of contract shall result in
rejection of the bid/termination of contract in addition to other actions as specified
in Bidding documents.
11 Bid Security / EMD is to be paid in the form of Banker’s Cheque / Demand Draft
drawn in favour of “Kanti Bijlee Utpadan Nigam Limited .” Payable at Canara
Bank , Kanti, Branch Code: 4189 (IFSC code: CNRB0004189),Dist.:Muzaffarpur
, Bihar
Or
An irrevocable Bank Guarantee in favor of Kanti Bijlee Utpadan Nigam Limited
from a bank listed in bidding Documents as per the pro-forma provided therein.
Bid Security / EMD of inadequate value / unacceptable format or deficient in any
other manner shall not be accepted and such bids shall be rejected by KBUNL .
12 ESI (Employee’s State Insurance) Act is applicable in KBUNL, Bihar and needs to
be complied by the contractor during execution of contract. No separate payment
Page 8 of 8
SECTION I NOTICE INVITING TENDER BALANCE WORK OF DRY ASH EVACUATION SYSTEM
shall be made on this account and accordingly the financial liabilities arising out of
the same shall be considered by the bidders in their price bid.
13 Issuance of Bidding Documents to any bidder shall not construe that such Bidder
is considered to be qualified. Bidding documents are not transferable.
14 KBUNL shall not be responsible for any postal delay / loss / damage or non-
delivery of demand Draft or any other document to be submitted in offline as
specified.
15 KBUNL 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. EMD
without interest shall be returned without any additional financial liability to KBUNL.
18.0 Address for Communication:
AGM(C&M- I/C),
KANTI BIJLEE UTPADAN NIGAM LIMITED,
Administrative Building, C&M Deptt.
P.O – Kanti Thermal ,
Distt: Muzaffarpur , Bihar
PIN – 843130, Ph: 06223-267371/356
Mobile: 9471001303
Emails: pkpan@ntpc.co.in / niteshkumar03@ntpc.co.in
Websites: www.ntpctender.com
=================================================