NTPC LIMITED
(A Government of India Enterprise)
SECTION – I
INVITATION FOR
BIDS
COAL HANDLING PLANT PACKAGE BEYOND TP-10 INCLUDING LOADING
SILOS
FOR
PAKRI BARWADIH COAL MINING PROJECT
Bidding Documents No. CS-7010-155B-2
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(COAL MINING HQ, RANCHI)
INVITATION FOR BIDS (IFB)
FOR
COAL HANDLING PLANT PACKAGE BEYOND TP-10 INCLUDING LOADING SILOS
FOR
PAKRI BARWADIH COAL MINING PROJECT
IN HAZARIBAGH DISTRICT, STATE OF JHARKHAND, INDIA
(International Competitive Bidding)
IFB No. / Tender ID:9900180758 / 2019_NTPC_20550_1 Date: 26.06.2019
1.0 NTPC invites online bids for “Coal Handling Plant Package beyond TP-10 including
Loading Silos for Pakri Barwadih Coal Mining Projecton Single Stage Two Envelope
bidding basis (Envelope-1: Techno-Commercial Bid and Envelope-2: Price Bid) from eligible
Bidders for aforesaid Package.
2.0 BRIEF SCOPE OF WORK:
i) Crushed Coal of (-) 50 mm size shall be transported from mine by a cross country conveyor
system up to TP-10 which is being constructed separately by the owner. From this Transfer
Point TP-10, the scope of work of CHP under this package starts. The package shall have
double stream belt conveyors of capacity 2500 TPH. It shall cater to 15 million tonnes per
annum coal throughput of mine.
ii) From transfer point TP-10, double stream troughed belt conveyors shall convey (-) 50 mm coal
through a series of conveyors and transfer points to silos.
iii) Coal received at TP-10 shall be conveyed directly to fast loading silos through conveyors
21A/B, 22A/B, 23 passing through Transfer points TP 15, 14 & 13. Conveyor 22A/B will feed
Silo-A and Conveyor 23 will feed Silo-B.
iv) Two numbers of Fast loading silos shall be of 4000T capacity suitable for flood loading of
Indian Railway rakes. The silos shall be of RCC construction with two (2) nos. pre-weigh bins
of 149m3 nominal flush capacities. The fast loading system shall comprise eight (8) nos. silo
discharge gates and eight (8) Nos. maintenance / isolation gates. Two (2) nos. flow control
gates shall be provided in the silo along with telescopic swing chutes for loading of Indian
Railway coal rakes.
v) Air cannon system (for arch breaking) along with air compressors, piping and automation shall
be provided for the silo. Continuous level indication shall be provided of ultrasonic type. Single
climbing scaffold for silo maintenance shall be provided. R&P type elevator shall be provided
to access various floors of the silo.
vi) The rated capacity of each conveyor in the scope of this package is 2500 TPH.
vii) Belt scale shall be mounted on each conveyor 21A & 21 B to meet the coal received at the
Transfer point (TP-10) and conveyed for further transmission.
viii) At each transfer point i.e. TP-15 and 14 feeding chutes of discharging conveyors shall have
provision of feeding any of the downstream conveyors by means of motorized flap gates.
ix) At TP-13, TP 14 automatic coal sampling system (CSU) shall be provided for continuous
sampling of coal.
x) Coal of size (-) 50 mm shall be fed to the fast loading silo continuously. Before starting the
loading process, silo shall be kept filled up at least 65% of the silo level. Coal from the loading
hopper is drawn to the pre-weigh hoppers of 72 tonnes capacity through hydraulically
operated slide gates. Coal from these pre-weigh hoppers is discharged into the moving railway
wagon/MGR wagon under it through the swing chute gate arrangement.
xi) Two nos. in motion Weigh Bridge (WB-1, 2) one each at approach & exit side of each silo
shall be installed to measure the load of empty rake received at the silo & loaded rakes leaving
the silo.
xii) In the entire Coal Handling Plant, all the equipments shall be controlled & monitored by PLC
based control system either from control room near TP-10 or from CHP control room which is
being constructed by the Owner near TP-3. For fast loading silo, PLC based batching system
complete with various sensors shall be used for automatic & accurate loading of railway
wagons below the silo. Fast loading silo shall have its own control room and shall be provided
by the bidder.
xiii) For control of fugitive dust, plain water dust suppression system is envisaged for potential
dust generating points. Auxiliary services like service water system, ventilation system,
cooling water system and potable water system is proposed for the entire Coal Handling Plant
to be provided by the bidder.
xiv) Fire detection, fire alarm and protection/fighting system is also envisaged for the entire scope
of the package.
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:
6.1 Bid Security for an amount 2,00,00,000/- (Indian Rupees Two Crore only) or US
Dollars 2,84,100 (US Dollars Two Lakh Eighty Four Thousand One 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.
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, Deed of Joint Undertaking (DJU) 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. IF ANY BIDDER DOES NOT SUBMIT ACCEPTABLE 1. BID SECURITY
2.COST OF BIDDING DOCUMENTS(TENDER FEE) 3. INTEGRITY PACT AND 4.
DEED OF JOINT UNDERTAKING, IF APPLICABLE, 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.
6.3 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 9900180758/ 2019_NTPC_20550_1
b) Date of issue of IFB 26.06.2019
c) Downloading of Bidding Document From 26.06.2019 12:00:00 Hrs. (IST)
d) Pre-Bid Conference date 08.07.2019
e) Last date for receipt of queries on Bidding
Documents from Bidders
09.07.2019
f) Last date & Time for submission of online
bids
17.07.2019 upto 1400 Hrs (IST)
g) Date and Time for opening
of Techno- Commercial bids
18.07.2019 at 1430 Hrs. (IST)
h) Opening of Price Bids Shall be informed later
i) Cost of Bidding Documents INR 26550.00/ $ 590.00
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.
7.0.0 QUALIFYING REQUIREMENTS FOR BIDDERS
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the following
shall also apply:
7.1.1.0 The Bidder should meet the qualifying requirements of any one of the qualifying routes stipulated
under clause 7.1.1.1 or 7.1.1.2.
7.1.1.1 Route 1:
The Bidder should have
(a) Designed, manufactured/ got manufactured, erected and commissioned at least one
number bulk material handling plant (essentially consisting of troughed belt conveyor
system) including all associated structural steel works and Electrical works of 1000 metric
tonnes per hour rated capacity or above for coal/ other minerals which should have been in
successful operation for at least one (1) year prior to the date of Techno-commercial bid
opening.
AND
(b) Designed, erected and commissioned at least one number of RCC Silo including Rapid
loading system of 2000 tonnes capacity or above including all associated Civil and Electrical
works for coal/ other minerals which should have been in successful operation for at least
one (1) year prior to the date of Techno-commercial bid opening.
7.1.1.2 Route 2:
(a) Bidder who meets the requirements of para 7.1.1.1(a) above only can also participate
provided it collaborate /associate with a firm who fully meets the requirements specified at
para 7.1.1.1(b) above.
OR
(b) Bidder who meets the requirements of para 7.1.1.1(b) above only can also participate
provided it collaborate /associate with a firm who fully meets the requirements specified at
para 7.1.1.1(a) above.
7.1.1.3 In case where bidder collaborate / associate as per para 7.1.1.2 above, bidder shall furnish
undertaking(s) jointly executed by it and its collaborator/associate for successful performance of
the relevant system as per NTPC format enclosed in Bidding Documents. The deed of joint
undertaking shall be submitted along with the Techno-Commercial bid failing which the bidder
shall be disqualified and its bid shall be rejected. In case of award, collaborator/ associate will
be required to furnish an on-demand bank guarantee for 5% (five percent) of total contract price
of package in addition to the contract performance security to be furnished by the bidder.
Note for clause 7.1.1.0 above:
(i) The one (1) year period means any continuous twelve (12) months period.
7.2.0.0 Financial Criteria for Bidder:
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 818 Millions (Indian Rupees Eight
Hundred and eighteen Millions 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. 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) The 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 satisfy 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 Subsidiaries of its 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% (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 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.
7.3.0.0 Financial Criteria for collaborator /associate:
a) The average annual turnover of the Collaborator/Associate, in the preceding three (3) financial years
as on the date of Techno-Commercial bid opening, should not be less than INR 409 Millions (Indian
Rupees Four Hundred and nine Millions only) or in equivalent foreign currency.
In case the Collaborator/Associate 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 Collaborator/Associate 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 Contract by the
Collaborator/Associate, in case of award.
b) The Net Worth of the Collaborator/Associate 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 Collaborator/Associate does not satisfy 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 Subsidiaries of its Holding Company wherever applicable. In such a case,
however, the Net Worth of the Collaborator/Associate 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 Collaborator/Associate is not able to furnish its audited financial statements on stand alone
entity basis, the unaudited unconsolidated financial statements of the Collaborator/Associate can be
considered acceptable provided the Collaborator/Associate further furnishes the following documents
for substantiation of its qualification:
i) Copies of the unaudited unconsolidated financial statements of the Collaborator/Associate 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, Collaborator/Associate 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.
Notes for Clause 7.2.0.0 & 7.3.0.0:
(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.
8.0 No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond
the last date of receipt of Queries/ Pre-Bid Conference as specified above.”
9.0 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."
10.0 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.
11.0 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