NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
PROCUREMENT OF 1.0 MMT OF IMPORTED COAL
FOR TALCHER KANIHA POWER PLANT
(International Competitive Bidding)
IFB No.: CS-4300-010E-9 Date: 03.08.2019
1.0 NTPC Limited (hereinafter referred to as NTPC or the Owner) have requirement of 1.0 MMT
(+/-20%) imported coal of specifications given in Bidding Documents, on ‘FOR Destination’
basis at NTPC’s TALCHER KANIHA Power Plant.
NTPC invites online bids on Single Stage Two Envelope bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) with Reverse Auction from eligible
bidders for aforesaid Package, as per the Scope of Work mentioned hereinafter.
2.0 SCOPE OF WORK
Bidders shall declare the coal mine(s) outside India from where they are intending to
supply coal as per specification, as per format enclosed in the bidding documents along
with their bids. The Successful Bidder shall supply imported Steam Coal sourced from
identified mine(s) as declared by him to NTPC power station(s), arranging vessels,
stevedoring, handling, storage, port clearances, arranging Railway rakes, loading,
transportation and delivery at NTPC power station(s). All activities including clearing
and forwarding of the consignments like Customs Clearance, coordination with Ports,
Railways and any statutory authorities shall also be part of Scope of Work of the
Successful Bidder. All liaison, coordination with coal mine (s) outside India, coordination
at load port, discharge port, Railways handling agents etc. shall also be part of Scope
of Work of the Successful Bidder. Unloading of Coal at NTPC power stations end from
Railway Wagons shall be arranged by NTPC.
The detailed Scope of Work shall be as per Volume - III of Bidding Documents
3.0 NTPC intends to finance the subject package through Own Resources.
4.0 Detailed specifications, scope of work and terms & conditions are given in the bidding
documents, which are available for examination and sale at the address given at paras
10.0 below and as per the following schedule:
Bidding Document No.
CS-4300-010E-9
Sale of Bidding Documents
from 06.08.2019
Last date for receipt of queries from
bidders (if any)
19.08.2019
Pre-bid conference date & time
20.08.2019, 1415 Hrs.(IST)
Last date for receipt of both Techno
Commercial bid (Envelope-
I) and Price
bid (Envelope-II) Bid Receipt Date & Time
including documents in physical form (Bid
security, Integrity Pact etc.) of Techno-
commercial bids
03.09.2019 up to 1400 Hrs (IST)
Techno-Commercial bid (Envelope-I)
opening Date & Time
04.09.2019 at 1100 Hrs (IST)
Cost of Bidding Document INR 2,000/- (Indian Rupees Two thousand
only) for Indian Bidders and US $35 (US
Dollar Thirty Five only) for Foreign Bidders.
No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond
the last date of receipt of Queries as specified above.
Date & Time for opening of Price Bids shall be intimated separately to the bidders whose
Techno-Commercial Bid are found to be acceptable.
5.0 All bids must be accompanied by Bid Security for an amount equivalent INR 6,00,00,000/-
(Indian Rupees Six Crore only) or in US$ 900,000 (US Dollars Nine Hundred Thousand
only).
The Bid Security in Original shall be submitted in a separate sealed envelope before the
stipulated bid submission closing date and time. In case acceptable Bid Security in a
separate sealed envelope is not received, then online Bid shall be rejected by
OWNER as being non-responsive and shall not be opened.
6.0 QUALIFYING REQUIREMENT FOR BIDDERS
The Bidder can be an individual firm meeting the qualifying requirements stipulated
hereunder as per Clauses A and B;
OR
The Bidder can be a Consortium of maximum three (03) firms meeting the qualifying
requirements stipulated hereunder as per Clauses A and B collectively.
Each partner of Consortium shall meet at least 25% of Technical Criteria Requirement
mentioned at Clause A1 or Clause A2 or at least 25% of the Financial Criteria Requirement
mentioned at Clause B. Net worth criteria shall be as mentioned at Clause B (ii).
The Consortium shall necessarily identify one of the Partners as lead Partner who shall
meet on its own at least 51% of one of the Technical Criteria mentioned at clause A1 and
Clause A2 and at least 51% of Financial Criteria mentioned at Clause B. Net worth criteria
shall be as mentioned at Clause B (ii).
In case, lead partner of Consortium meets on its own, at least 51% of only one of the
Technical Criteria mentioned at clause A1 or A2, then one partner other than lead partner
shall have to meet at least 51 % of the remaining Technical Criteria.
A Technical Criteria for Bidder:
A1 The Bidder should have imported / exported and supplied a minimum of 0.44 MMT
of any dry bulk (solid) commodity, like Coal, Iron ore, Fertilizers, Chemicals, Cement
etc. of origin other than India to any firm, in any continuous twelve (12) months in one
or multiple contracts during the past three (3) years reckoned from the date of Techno
Commercial bid opening.
In support of the aforesaid experience, the Bidder shall furnish:
a) Supply Experience certificate from purchaser and;
b) Certificate in original from Statutory Auditor(s) of the Bidder
AND
A2 The Bidder should have handled, including port operations and loading for despatch
through Indian Railways, a minimum of 0.44 MMT of any dry bulk (solid) commodity,
like Coal, Iron ore, Fertilizers, Chemicals, Cement etc. in India, in any continuous
twelve (12) months in one or multiple contracts during the past three (3) years
reckoned from the date of Techno Commercial bid opening.
In support of the aforesaid experience, the Bidder shall furnish:
a) Handling Experience certificate from the purchaser and;
b) Certificate in original from the Statutory Auditor(s) of the Bidder
B. Financial Criteria for Bidder:
(i) 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 601
Crores (Indian Rupees Six Hundred and One Crores Only) or in equivalent foreign
currency.
In case a Bidder does not satisfy the 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. In case a bid submitted by a Consortium, all the partners of Consortium
shall be collectively required to meet the turnover criteria.
(ii) 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 meet 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 case 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. For
a Consortium, the net worth of all Consortium members in combined manner should
not be less than 100%(hundred percent) of their 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 respective paid up
share capitals.
(iii) 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.
a. Copies of the unaudited unconsolidated financial statements of the Bidder
along with copies of the audited consolidated financial statements of its Holding
Company.
b. 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 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. 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 practising
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 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 turnover indicated in foreign currency, the exchange rate as on seven days
prior to the date of Techno-Commercial bid opening shall be used
v) The term 'date of bid opening' would mean the date of Techno-Commercial bid
opening.
vi) A firm can be a partner in only one Consortium; bids submitted by Consortium
including the same firm as partner will be rejected.
vii) The Consortium shall necessarily identify one of the partners as lead partner.
viii) The Consortium Bidder shall provide, along with the bid, a Consortium Agreement,
as per the format enclosed in the bid documents in which the partners of the
Consortium are jointly and severally liable to the Owner to perform all the
contractual obligations. The Consortium Agreement shall be submitted along with
the bid, failing which the Bidder shall be disqualified and his bid shall be rejected.
ix) In case of Consortium, the bid security, and in the event of award to Consortium
the performance bank guarantee, shall be in the name of all the partners of the
Consortium.
x) Dry (bulk) solid commodity mentioned at A above means dry solid bulk cargo
covered in Appendix 4 (page 352 to 358) of International Maritime Solid Bulk
Cargoes (IMSBC) code MSC 84/24/Add.3
xi) In case Bidder submits bids for more than one package against simultaneous
tenders invited by the owner, the biddable quantity (i.e. the total Package(s)
quantity offered by the bidders) shall not be more than 2.5 times of their supply
experience. For example, if a bidder has an experience of supplying 2 MMT in
terms of the attribute under clause A1 above, then it can submit bids for the
packages having cumulative quantity not exceeding 5 MMT against simultaneous
tenders. The bidder shall necessarily submit a declaration to this effect as per
format enclosed in the bidding documents.
Bidder shall also submit their order of preference of the packages in the aforesaid
format, to be considered for opening of its Price Bids. In case it is found that the
bidder has submitted bids for the packages having cumulative quantity more than
2.5 times of their supply experience, in such event, only packages conforming to
the cumulative packages quantity not more than 2.5 times of Bidder’s supply
experience shall be considered for opening of its Price bids in accordance with the
order of preference submitted by the Bidder.
In this context, simultaneous tenders refer to the tenders invited for procurement
of imported coal for various packages covered under one single abridged invitation
for bids.
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 A complete set of Bidding Documents may be downloaded by any interested Bidder from
NTPC e-tender website https://eprocurentpc.nic.in
. Tender Fee towards the cost of bidding
documents shall be submitted in the form of a crossed Demand Draft/ Pay Order/ Bankers
Cheque for an as indicated above in favour of “NTPC Limited”.
For logging on to the e-Tender Site https://eprocurentpc.nic.in
, the bidder would require
user ID, password and Class-III Digital Signature.
For downloading of bidding document, procedure for submission of bids & Reverse Auction
methodology, bidders may please refer to the link “Bidders Manual Kit” given on home page
of NTPC’s e-tender website https://eprocurentpc.nic.in.
Note: No hard copy of Bidding Documents shall be issued.
In case of Consortium, at least one of the Partner of the consortium must have purchased
the bidding documents in his name.
9.0 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. Bidder’s attendance during the Techno-Commercial Bid opening and Price
Bid opening in NTPC premises is not envisaged.
Bidder shall furnish Bid Security, Power of Attorney, Integrity pact / Consortium Agreement
(as applicable), Affidavit of not being Black Listed / Banned as per format, Nil Deviation
Certificate, Certificate from Statutory Auditor(s) of the Bidder confirming the supply and
handling experience in physical form as detailed in Bidding Documents before the stipulated
bid submission closing date and time at the address given below.
Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
10.0 Address for communication:
AGM (CS) / Manager (CS)
NTPC Limited, 6th Floor,
Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (U.P.),
INDIA, Pin-201301
Tel. No. +91-120- 4946654/2410327/4948630
Fax No: +91-120-2410215 / 2410011 or at Office
e-mail: nirupampaul@ntpc.co.in / mohan02@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in
11.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966
Website: www.ntpc.co.in
ABRIDGED INVITATION FOR BIDS
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
PROCUREMENT OF IMPORTED COAL
FOR
NTPC POWER PLANTS
(INTERNATIONAL COMPETITIVE BIDDING)
Date: 03.08.2019
NTPC invites online bids on Single Stage Two Envelope Bidding basis
(Envelope I: Techno-Commercial Bid & Envelope II: Price Bid) with Reverse Auction
from eligible bidders on “FOR Destination” basis for the following Packages:
Sl.
No.
Document No.
Package Name
Date and Time of
Opening of
Techno-
Commercial
Bids
i. CS-4300-010E-9
Procurement of 1.0
MMT of Imported Coal
on FOR Power Station Basis for Talcher
Power Plant
1100 Hrs. (IST)
on 04.09.2019
ii. CS-3500-010E-9
Procurement of 0.5 MMT of Imported Coal
on FOR Power Station Basis for Simhadri
Power Plant
1430 Hrs. (IST)
on 04.09.2019
iii. CS-0011-010(5)-9
Procurement of 0.6 MMT of Imported Coal
on FOR Power Station Basis for Bongaigaon,
Barh, Farakka, Kahalgaon, Barauni,
Darlipalli, Lara, Korba, Sipat and Tanda
Power Plants
1100 Hrs. (IST)
on 05.09.2019
A complete set of Bidding Documents may be downloaded by any interested Bidder from NTPC
e-tender website https://eprocurentpc.nic.in
from 06.08.2019. The date & time of receipt of bids
(both techno-commercial and price bid) for above mentioned packages is up to 1400 Hrs. IST on
03.09.2019. The date and time of opening of Price Bids for the respective Packages shall be
intimated separately after opening of Techno-Commercial Bids.
For the detailed IFB and bidding documents please visit at https://eprocurentpc.nic.in or
www.ntpctender.com or www.ntpc.co.in or may contact AGM (CS) / Manager (CS), NTPC
Limited, 6th Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA, Distt. Gautam Budh
Nagar, (UP), INDIA, Pin-201301 on Tel. No. 0091-120-4946654/ 2410327/ 4948630/ 4948607; or
at e-mail:
nirupampaul@ntpc.co.in / mohan02@ntpc.co.in / kavishminocha@ntpc.co.in
Registered Office: NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi-
110003, CIN: L40101DL1975GOI007966. Website: www.ntpc.co.in