Clause No.
INVITATION FOR BIDS (IFB)
LOT-5 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS-0011-109(5)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
1 OF 4
NTPC LIMITED
(A Government of India Enterprise)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE FOR LOT-5 PROJECTS
(Domestic Competitive Bidding)
IFB No.: 40088037 Date: Aug 27, 2019
COMMON BIDDING DOCUMENT NO. : CS-0011-109(5)-9
A. NTPC Limited invites e-Bids from eligible Bidders for Flue Gas Desulphurisation
(FGD) System Package for LOT-5 Projects on Single Stage Two Envelope
bidding basis [i.e. Envelope-I (Techno-Commercial) Bid and Envelope-II (Price)
Bid], as per the brief scope of work mentioned hereinafter. Lot-5 comprises the
following Projects :-
1.
TALCHER SUPER THERMAL POWER STATION, STAGE-I & II (2x500 MW+
4x500 MW)
2.
VALLUR THERMAL POWER STATION (3x500 MW)
3.
SIPAT SUPER THERMAL POWER STATION, STAGE-II (2 X 500 MW)
4.
RAMAGUNDAM SUPER THERMAL POWER STATION, STAGE-III (1 X 500 MW)
5.
BARAUNI THERMAL POWER PROJECT Stage-II (2 X 250 MW)
6.
MUZAFFARPUR THERMAL POWER STATION, STAGE-II (2X195 MW)
7.
ROURKELA PP-II EXPANSION POWER PROJECT (1x250 MW)
B. The brief scope of work is as under:-
Design, engineering, manufacture, shop fabrication, preassembly, shop testing/ type
testing at manufacturer’s works, packing, transportation, unloading, handling and
conservation of equipment at site, complete services of construction including
erection, supervision, pre-commissioning, commissioning and performance testing of
equipment under bidder’s scope of work of FGD System; Limestone handling,
storage, crushing and Gypsum handling & storage (except for Ramagundam-III
Clause No.
INVITATION FOR BIDS (IFB)
LOT-5 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS-0011-109(5)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
2 OF 4
project), low height wet chimney (except for Rourkela project), RO based Desalination
Plant/ PT Plant (only for Vallur project), and its associated auxiliaries including all
associated Electrical, Control & Instrumentation, Civil, Structural and Architecture
works.
The detailed scope of work shall be as per specifications and scope defined in the
Common Bidding Document no. CS-0011-109(5)-9 for Flue Gas Desulphurization
System Package for Lot-4 Projects.
C. NTPC intends to finance this package through Domestic Commercial Borrowings /
Internal Resources.
D. Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which are available for examination and Sale at the address
given below and as per the following schedule:
Issue of IFB
27.08.2019
Bidding Document No.
CS-0011-109(5)-9
Bidding Documents Sale Date & Time
From 27.08.2019 to 03.09.2019
Pre-Bid Conference/ Last Date for
receipt of queries from Bidders (if any)
10.09.2019; 1100 hrs. (IST)
onwards
Bid receipt date & time
Upto 01.10.2019 by 1430 hrs
(IST)
Bid Opening Date & Time for Techno-
Commercial Bid
01.10.2019 at 1500 hrs (IST)
Bid Opening Date & Time for Price Bid Shall be intimated separately by
NTPC.
Cost of Bidding Document Rs 22,500/- (Rupees Twenty Two
Thousand Five Hundred only)
per
set .
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.
Clause No.
INVITATION FOR BIDS (IFB)
LOT-5 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS-0011-109(5)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
3 OF 4
E. Bidder is required to furnish a Declaration, along with their Bid Security, in the
Format stipulated in the Bidding documents declaring number of Projects they are
interested in taking award. Bidders shall submit the Bid Security as specified below
based on the number of Projects they are interested in taking the award: -
a) For bidders interested in three (3) or more Projects for award
All Bids must be accompanied by Bid Security for an amount of Rs. 30 Cr (INR
Thirty Crore only) as stipulated in the Bidding Documents.
b) For bidders interested in two (2) Projects for award
All Bids must be accompanied by Bid Security for an amount of Rs. 20 Cr (INR
Twenty Crore only) as stipulated in the Bidding Documents.
c) For bidders interested in one (1) Project for award
All Bids must be accompanied by Bid Security for an amount of Rs. 10 Cr (INR
Ten Crore only) as stipulated in the Bidding Documents.
Any Bid not accompanied by an acceptable Bid Security in a separate sealed
envelope along with Declaration regarding number of Projects for which
Bidder is interested in taking award shall be rejected by the Employer as being
non-responsive and returned to the Bidder without being opened.
F. Qualification Requirements for Bidders.
Attached as Appendix-1
G. Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/ Subsidiaries/Group companies to perform the
contract, should the circumstances warrant such assessment in the overall interest of
the Employer.
H. 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.
I. A complete set of Bidding Documents may be downloaded by any interested Bidder on
payment (non-refundable) of the cost of the documents as mentioned above in the
form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at
New Delhi or directly through the payment gateway at our SRM Site
(https://etender.ntpclakshya.co.in). For logging on to the SRM Site, the bidder would
require vendor code and SRM user id and password, which can be obtained by
submitting a questionnaire available at our SRM site as well as at NTPC tender site
(www.ntpctender.com). First time users not allotted any vendor code are required to
approach NTPC at least three working days prior to Bidding Document Sale Close
date along with duly filled in questionnaire for issue of vendor code and SRM user
id/password.
Clause No.
INVITATION FOR BIDS (IFB)
LOT-5 PROJECTS
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
BID DOC. NO CS-0011-109(5)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
4 OF 4
Note: No hard copy of Bidding Documents shall be issued.
J.
Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
K. Issuance of bid 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. Technical Bid [Envelope-I] will be opened in presence of Bidder’s
representative who choose to attend the Bid. During Price Bid (Envelope-II) opening,
No Bidder will be allowed to be present. Bidder shall furnish Bid Security, Integrity Pact,
Deed of Joint Undertaking (if applicable) and Power of Attorney separately offline as
detailed in Bidding Documents by the stipulated bid submission closing date and time at
the address given below.
L. 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.
M. Address for Communication:
DGM (CS) / Manager (CS)
NTPC Limited,
6th Floor, Engineering Office Complex,
Plot No. A-8A, Sector 24, NOIDA,
Distt. Gautam Budh Nagar (U.P.), Pin – 201301, INDIA
Telephone No. : 0120-4948668/ 4948690
Fax No. : 0120-2410011
e-mail :
shrishksingh@ntpc.co.in
/
vijayp@ntpc.co.in
Websites : https://etender.ntpclakshya.co.in or
www.ntpctender.com
or
www.ntpc.co.in
N. Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966
Appendix-1
Page 1 of 9
QUALIFYING REQUIREMENTS FOR FLUE GAS DESULPHURISATION (FGD)
SYSTEM PACKAGE OF LOT-5 PROJECTS
1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in any one of
the qualifying routes i.e Route-1 (clause 1.1.0) or Route-2 (clause 1.2.0) or
Route-3 (clause 1.3.0) or Route-4 (clause 1.4.0) including requirements
stipulated in sub clauses of respective Route. In addition, the Bidder should
also meet the requirements stipulated under clause 2.0.0 together with the
requirements stipulated under section ITB.
1.1.0 Route-1: Qualified Wet Limestone based Flue Gas Desulphurisation
(FGD) System Manufacturer (QFGDM)
1.1.1 The Bidder should have designed, engineered, supplied,
erected/supervised erection and commissioned/supervised commissioning
of at least one(1) no. of wet limestone based Flue Gas Desulphurisation
System, having flue gas treatment capacity of not less than 20,00,000
Nm3/hr, with desulphurisation efficiency of at least 90 %, operating in a
pulverised coal fired power plant. The above wet limestone based Flue Gas
Desulphurisation System should have been in successful operation for a
period not less than one (1) year prior to the date of Techno-Commercial
bid opening.
1.2.0 Route-2: Wet Limestone based Flue Gas Desulphurisation System
Manufacturer with Collaboration and Technology Transfer Agreement
with QFGDM
1.2.1 The Bidder should have designed, engineered, supplied,
erected/supervised erection and commissioned/supervised commissioning
of at least one(1) no. of wet limestone based Flue Gas Desulphurisation
system having flue gas treatment capacity of not less than 6,00,000 Nm
3
/hr,
with desulphurisation efficiency of at least 85%, operating in a pulverised
coal fired power plant. The above wet limestone based Flue Gas
Desulphurisation System should have been in successful operation for a
period not less than one (1) year prior to the date of Techno-Commercial
bid opening.
1.2.2 Bidder should also have a valid ongoing collaboration and technology
transfer agreement with a QFGDM meeting requirements of clause 1.1.1 on
its own, valid minimum up to the end of the defect liability period of the
contract. In such a case Bidder can either source the FGD System from
such manufacturer or manufacture/get manufactured the FGD System as
per the design and manufacturing drawings of such QFGDM.
1.2.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it
and the QFGDM, in which the executants of DJU shall be jointly and
severally liable to the Employer for successful performance of the FGD
System as per format enclosed with the bidding documents. The DJU shall
be submitted along with techno-commercial bid, failing which the Bidder
shall be disqualified and its bid shall be rejected.
Appendix-1
Page 2 of 9
1.2.4 In case of award of a project, the QFGDM will be required to furnish an on
demand bank guarantee for an amount of 2
% of the total contract price of
the Flue Gas Desulphurisation System Package for the awarded project in
addition to the contract performance security to be furnished by the Bidder.
1.3.0 Route-3: Steam Generator Manufacturer / Indian JV company of Steam
Generator manufacturer or QFGDM/ Indian Subsidiary company of
Steam Generator manufacturer or QFGDM with Collaboration and
Technology Transfer Agreement with QFGDM
1.3.1 (a) Bidder should have designed, engineered, manufactured/got
manufactured, erected/ supervised erection and
commissioned/supervised commissioning of atleast one (1) no. of
pulverised coal fired steam generator for 200 MW or higher capacity
unit or having minimum 600T/hr steaming capacity. Further, such
Steam Generator should have been in successful operation for a period
not less than one (1) year prior to the date of Techno-Commercial bid
opening.
Alternatively
(b) The Bidder shall be a Joint Venture (JV) Company incorporated in India
under the Companies Act of India, as on the date of techno-commercial
bid opening, promoted by (i) an Indian Company registered in India
under the Companies Act of India and (ii) a Steam Generator
Manufacturer meeting requirements of clause 1.3.1(a) or a QFGDM
meeting requirements of clause 1.1.1, created for the purpose of
manufacturing/supplying in India steam generator sets/Flue Gas
Desulphurisation System. The Steam Generator Manufacturer/QFGDM
shall maintain a minimum equity participation of 26% in the JV
Company for a lock-in period of 7 years from the date of incorporation
of JV Company and one of the promoters shall be a majority
stakeholder who shall maintain a minimum equity participation of 51%
in the JV Company for a lock in period of 7 years from the date of
incorporation of JV Company or up to the end of defect liability period
of the contract, whichever is later. Further, Bidder should have
executed project(s)/order(s), during the last 5 years, with the total value
of such project(s) )/order(s) being INR 5,000 million or more as on the
date of Techno-commercial bid opening.
Alternatively
(c) The Bidder shall be an Indian Subsidiary Company of a Steam
Generator Manufacturer meeting requirements of clause 1.3.1(a) or an
Indian Subsidiary Company of a QFGDM meeting requirements of
clause 1.1.1, registered in India under the Companies Act of India, as
on the date of techno-commercial bid opening, for
manufacturing/supply of Steam Generator sets/Flue Gas
Desulphurisation System. The subsidiary Company shall remain a
subsidiary company of the Steam Generator Manufacturer/QFGDM for
a minimum period of 7 years from the date of incorporation of such
Subsidiary Company or up to the end of defect liability period of the
contract, whichever is later. Further, Bidder should have executed
project(s)/order(s), during the last 5 years, with the total value of such
Appendix-1
Page 3 of 9
project(s)/order(s) being INR 5,000 million or more as on the date of
Techno-commercial bid opening.
1.3.2 Bidder should also have a valid ongoing collaboration and technology
transfer agreement with a QFGDM meeting requirements of clause 1.1.1,
valid minimum up to the end of the defect liability period of the contract. In
such a case, Bidder can either source the FGD System from such
manufacturer or manufacture/get manufactured the FGD System as per the
design and manufacturing drawings of such QFGDM.
1.3.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it,
the promoter(s) having 25% or higher equity participation in the Subsidiary
Company / JV Company (as the case may be) and the QFGDM, in which
the executants of DJU shall be jointly and severally liable to the Employer
for successful performance of the FGD System as per format enclosed with
the bidding documents. The DJU shall be submitted along with techno-
commercial bid, failing which the Bidder shall be disqualified and its bid
shall be rejected.
1.3.4 In case of award of a project, the QFGDM will be required to furnish an on
demand bank guarantee for an amount of
2 % of the total contract price of
the Flue Gas Desulphurisation System Package for the awarded project in
addition to the contract performance security to be furnished by the Bidder.
1.4.0 Route-4: EPC Organization with Collaboration and Technology
Transfer Agreement with QFGDM
1.4.1 The Bidder should be an Engineering, Procurement and Construction
(EPC) organization and should have executed, in the last 10 years, large
industrial projects on an EPC basis (with or without civil works) in the area
of power, steel, oil & gas, petro-chemical, fertilizer, Flue Gas
Desulphurisation and / or any other process industry with the total value of
such projects being INR 5,000 million or more. At least one of such projects
(in single or multiple contract) should have a total contract value of INR
2,000 million or more. These projects shall be in successful operation for a
period of not less than one (1) year prior to the date of Techno-Commercial
bid opening.
1.4.2 Bidder should also have a valid ongoing collaboration and technology
transfer agreement with a QFGDM meeting requirements of clause 1.1.1,
valid minimum up to the end of the defect liability period of the contract. In
such a case, Bidder can either source the FGD System from such
manufacturer or manufacture/get manufactured the FGD System as per the
design and manufacturing drawings released by such QFGDM.
1.4.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it
and the QFGDM, in which the executants of DJU shall be jointly and
severally liable to the Employer for successful performance of the FGD
System as per format enclosed with the bidding documents. The DJU shall
be submitted along with techno-commercial bid, failing which the Bidder
shall be disqualified and its bid shall be rejected.
1.4.4 In case of award of a project, the QFGDM will be required to furnish an on
demand bank guarantee for an amount of
2 % of the total contract price of
the Flue Gas Desulphurisation System Package for the awarded project in
addition to the contract performance security to be furnished by the Bidder.
Appendix-1
Page 4 of 9
Notes for clause 1.0.0
(1) Definitions
(i) “QFGDM" (Qualified Wet Limestone based Flue Gas Desulphurisation System
Manufacturer) means a manufacturer meeting requirements stipulated at 1.1.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also
include bituminous coal/brown coal/ anthracite coal/lignite.
(iii) “Flue Gas Desulphurisation System” or “FGD System” wherever appearing above
shall mean consisting of at least Absorber System.
(iv) The word “executed” in Clause 1.3.1 (b)/ Clause 1.3.1 (c) means the Bidder should
have:
In case of Project(s), commissioned the project(s) specified in the Clause 1.3.1
(b)/ Clause 1.3.1 (c) even if the contract has been started earlier and / or is not
completed / closed
In case of Order(s), completed the scope of work under the order(s) specified
in the Clause 1.3.1 (b)/ Clause 1.3.1 (c) even if the contract has been started
earlier and / or is not closed.
(2) Erection/Commissioning
Where erection / supervision of erection and commissioning / supervision of
commissioning has not been in the scope of the Bidder as mentioned in clause
1.1.1, 1.2.1 & 1.3.1 (a), the Bidder should have acted as an advisor for erection
and commissioning. Necessary documents / certificates from the client, in support
of above shall be furnished along with the Techno-Commercial bid.
(3) Direct / Indirect order
The Bidder/ QFGDM shall also be considered qualified, in case the award for
executing the reference works has been received by the Bidder/ QFGDM either
directly from owner of plant or any other intermediary organization. However, a
certificate from such owner of plant or any other intermediary organisation shall be
required to be furnished by the Bidder along with its Techno-Commercial bid in
support of the Bidder's/ QFGDM’s claim of meeting the qualification requirement
as per clause 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1 above. Further, certificate from owner of
the plant shall also be furnished by the Bidder along with the Techno-Commercial
bid for the successful operation as specified at clause 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1
above.
(4) Holding Company as a Qualified Wet Limestone based Flue Gas
Desulphurisation system Manufacturer
(i) A Holding Company, singularly or collectively along with its Subsidiaries (held
either directly or indirectly), meeting the requirements of clause 1.1.1 above shall
also be considered as QFGDM.
(ii) In such a case, if the Holding Company itself is not the Bidder as a QFGDM, the
Holding Company and all such subsidiaries lending strength / experience to the
Holding Company for meeting the requirements of clause 1.1.1 above should
necessarily be part of the DJU being submitted by the Bidder for successful
performance of the FGD System as per format enclosed with the bidding
documents, failing which the bidder shall be disqualified and its bid rejected.
Further, the Holding Company and all such entities lending strength / experience to
the Holding Company for meeting the requirements of clause 1.1.1 above shall
Appendix-1
Page 5 of 9
each be required to furnish separate on demand bank guarantees as per the
format enclosed with the bidding documents for an amount aggregating 2 % of the
total contract price of the Flue Gas Desulphurisation System Package for the
awarded project divided equally among them, in addition to the contract
performance security to be furnished by the Bidder. This bank guarantee
requirement shall supersede bank guarantee requirement stipulated at clause
1.2.4, 1.3.4 & 1.4.4 for the QFGDM.
(iii) In case the Holding Company itself is the Bidder as a QFGDM as per clause 1.1.1,
the Holding Company shall submit its board resolution stating that in case of any
likely change of management control of any of these subsidiaries lending strength /
experience to the Holding Company for meeting the requirements of clause 1.1.1
above , the Bidder shall arrange for separate on demand bank guarantees as per
the format enclosed with the bidding documents from all such entities lending
strength / experience to the Holding Company for fulfillment of requirement of
clause 1.1.1, above for an amount aggregating 2 % of the total contract price of the
Flue Gas Desulphurisation System Package for the awarded project divided
equally among them, in addition to the contract performance security to be
furnished by the Bidder before the change in management control actually occurs.
(5) Technology Transfer Agreement (Applicable for Clause 1.2.0, 1.3.0 & 1.4.0)
The bidder shall have a technology transfer agreement as on the date of Techno-
commercial bid
opening between the Bidder & QFGDM which shall necessarily
cover transfer of technological knowhow for Wet Limestone based Flue Gas
Desulphurisation System
, in the form of complete transfer of design dossier,
design softwares, drawings and documentation, quality system manuals and
imparting relevant personnel training to the Bidder
.
(6) Equity Lock in period
Wherever equity lock in period requirement or subsidiary status requirement is
indicated, the Bidder would be required to furnish along with its techno-commercial
bid, a Letter of Undertaking from the promoter(s), supported by Board Resolution
as per the format enclosed in the bid documents, for maintaining the required
minimum equity for the specified lock in period.
2.0.0 Financial Criteria
2.1.0 Financial Criteria of Bidder
2.1.1 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
the value indicated in the following table
:
Appendix-1
Page 6 of 9
No. of projects,
Bidder is
interested in
taking award
(ReferNote(v))
AnnualturnoveroftheBidder,intheprecedingthree(3)
financialyearsasonthedateofTechno‐Commercialbid
openingINRMillion
One(1)project 1916
(IndianRupeesOnethousandninehundredsixteenMillion
only)
Two(2)Projects 3832
(IndianRupeesThreethousandeighthundredthirtytwo
Milliononly)
Three (3) and
moreProjects
5748
(IndianRupeesFivethousandsevenhundredfortyeight
Million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.
2.1.2 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 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.
Appendix-1
Page 7 of 9
2.1.3 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 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 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 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.
2.2.0 Financial Criteria of Collaborator/Associate (Applicable for clause 1.2.0, 1.3.0
& 1.4.0)
2.2.1 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 the value indicated in the following table.
No. of projects,
Bidderisinterested
in taking award
(ReferNote(v))
Average annual turn Over of the
Collaborator/AssociateinINRMillion
One(1)project 192
(IndianRupeesOnehundredninetytwoMilliononly)
Two(2)Projects 384
(IndianRupeesThreehundredeightyfourMilliononly)
Three(3)andmore
Projects
576
(IndianRupeesFivehundredseventysixMilliononly)
In case a Collaborator/Associate does not satisfy the average annual turnover
criteria, stipulated above on its own, its Holding Company would be required to
Appendix-1
Page 8 of 9
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
bidder's 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 to the Collaborator/Associate to honour the terms and conditions
of the Deed of Joint Undertaking in case of award of the Contract to the Bidder
with whom Collaborator/Associate is associated.
2.2.2 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 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 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.
2.2.3 In case the Collaborator/Associate is not able to furnish its audited financial
statements on standalone 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 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 be considered acceptable. In case,
Collaborator/Associate 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
Appendix-1
Page 9 of 9
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 for Clause 2.1.0 & 2.2.0
(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.
(v) Bidder/Collaborator shall be required to meet the average annual turn over
criteria specified in clause 2.1.1 & 2.2.1 respectively for the number of
projects for which Bidder has indicated interest in the prescribed format
submitted along with the Techno-Commercial bid. In case
Bidder/Collaborator meets the average turn over criteria for lesser number
of projects than indicated in the prescribed format, submitted along with the
Techno-Commercial bid, then the number of project(s) shall be reduced
based on Bidder/Collaborator meeting average annual turn over criteria
specified in clause 2.1.1 & 2.2.1 respectively.
(vi) In case the bidder / collaborator(s) / associate(s) participating under Clause
1.2.0/1.3.0/1.4.0 do not meet the turnover requirement, then, the Turnover
of any of the Promoters individually or all the promoters ( in a combined
manner) (each having Equity Stake more than 25%) of the Subsidiary
Company / JV Company would be considered. Each such promoter of the
Subsidiary Company / JV Company shall have to meet the Net Worth
criteria individually as per clause 2.1.2 and/or 2.2.2. In such an event the
Bidder would be required to furnish along with its techno-commercial bid, a
Letter of Undertaking from such promoter(s), supported by Board
Resolution as per the format enclosed in the bidding documents, pledging
unconditional and irrevocable financial support for execution of the Contract
by the Bidder in case of award.