NTPC LIMITED  
(
A GOVERNMENT OF INDIA ENTERPRISE)  
(
CORPORATE CONTRACTS, NOIDA)  
INVITATION FOR BIDS (IFB)  
FOR  
AUGMENTATION OF DRY FLY ASH TRANSPORTATION SYSTEM  
FOR  
UNIT-2 & UNIT-3 OF BARH SUPER THERMAL POWER PROJECT STAGE-I (3X660 MW)  
AT  
BARH, DISTRICT PATNA, STATE OF BIHAR, INDIA  
(
International Competitive Bidding)  
IFB No.: 40088009  
Bidding Document No.: CS-9558-162F-2  
Date: 29.08.2019  
1.0  
NTPC Ltd. invites online Bids on ‘Single Stage Two Envelope’ bidding basis (Envelope-  
I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible Bidders for aforesaid  
Package.  
2.0  
BRIEF SCOPE OF WORK  
1.0  
EXISTING DRY FLY ASH SYSTEM AT BARH STPP – I  
Barh STPP Stage – I comprises of 3 units (Unit – 1, 2 & 3) of 660MW each. The  
existing ash handling system consists of a vacuum conveying system for evacuation of  
fly ash from ESP hoppers to buffer hoppers located near the ESPs. The vacuum  
evacuation system is provided for each of the three units of Stage – I. The second stage  
transportation system consists of a pressure conveying system for fly ash from buffer  
hoppers up to storage silos located near plant boundary. The capacity of the existing  
transportation system is suited for transportation of ash of any one unit at a time from  
their respective buffer hoppers to Fly Ash Storage Silos.  
2.0  
SCOPE OF PROPOSED AUGMENTATION PACKAGE  
Dry fly ash from existing buffer hoppers of Unit-2 & Unit-3 shall be transported to four  
common storage silos (3 New + 1 Existing), each of capacity 750 MT, near the existing  
Dry Ash storage Silos of Stage-I. The user industries shall take the dry fly ash from  
Storage Silos either in closed tankers or in open tankers or in Rail Wagons.  
Eight (8) numbers transport air compressors (6W + 2S) and two (02) numbers  
instrument air compressors (1W + 1S) are envisaged for Fly ash transportation and  
instrumentation purpose respectively. The dry fly ash transportation pipes and other  
pipes shall be routed on structural steel pipe rack upto Silos. Dry fly ash of one unit  
shall be routed over existing pipe rack and a new pipe rack has been envisaged &  
included in the package to route fly ash pipe of another unit. In some of the sections,  
existing pipe rack is not available. Pipe rack of those sections are also envisaged in the  
package.  
Proposed system includes CI/MS pipes for Fly Ash / Water & Air, structural steel silo (3  
numbers), silo aeration blowers, hydro-mix dust conditioners, telescopic chutes, booster  
pumps for ash conditioning pump etc.  
Modification of any existing facilities in Unit – 1/2/3 are also included in the scope of  
work.  
Page 1 of 8  
All associated Electrical, C&I and Civil, Structural & Architectural works are included in  
the package.  
3
.0.  
.0  
NTPC intends to finance subject Package through External Commercial  
Borrowings/Own sources.  
4
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:  
Bidding Document No.  
:
:
CS-9558-162F-2  
Bidding Document Sale Date &  
Time  
From 29.08.2019 to 06.09.2019  
upto 17.30 hrs. (IST)  
Last date for receipt of queries  
from bidders (if any)  
:
13.09.2019  
Bid Receipt Date & Time  
:
:
26.09.2019 upto 1430 hrs. (IST)  
26.09.2019 at 1500 hrs. (IST)  
Bid Opening Date & Time for  
Techno-Commercial Bid  
Bid Opening Date & Time for  
Price Bid  
:
:
Shall be intimated separately by NTPC  
Cost of Bidding Document  
INR 22,500/- (Indian Rupees Twenty Two  
Thousand Five Hundred only) per set for  
Indian Bidders and US $ 500 (US Dollars  
Five Hundred only) per set for Foreign  
Bidders.  
4
.1  
No Queries from Bidders, whatsoever, shall be entertained by the Employer  
beyond the last date of receipt of Queries as specified above.  
5.0  
Bid Security for an amount INR 10,000,000/- (Indian Rupees One Crore only) or  
USD 143,300/- (US Dollar One Hundred Forty Three Thousand Three 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
.0  
.0  
BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS  
Barh STPP, Stage-I (3x660MW) has been declared a Mega Power Project by the  
Government of India. Accordingly, supplies of goods under this package shall be eligible  
for the benefits/exemption as per provisions of relevant notifications of the Govt. of India.  
7
QUALIFYING REQUIREMENT FOR BIDDERS  
In addition to the satisfactory fulfillment of the requirements stipulated under section  
ITB, following shall also apply:  
Page 2 of 8  
7
.1.1 The bidder should be a supplier of ash handling systems and should have executed  
ash handling· systems involving design, engineering, manufacture, supply, erection  
and commissioning for Pneumatic Fly Ash Transportation System having capacity of  
not less than 20TPH for transporting fly ash from a pulverized coal fired boiler unit  
for a conveying distance of not less than 500 mtr. including fly ash storage silos.  
The system mentioned above should be in successful operation in at least one (1)  
plant for at least two (2) years prior to the date of techno-commercial bid opening.  
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 of above.  
For reference fly ash handling systems, the design capacity of transportation 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.  
7.1.2  
Bidder who is a supplier of ash handling systems but does not meet the  
requirements under clause 7.1.1 can also participate provided it has executed at  
least the following systems of ash handling plant involving design, engineering,  
manufacture, supply, erection and commissioning:  
a)  
Bottom ash handling system comprising either a jet pump system in  
conjunction with water impounded Bottom Ash Hopper or submerged  
scraper chain conveyor system or dry bottom ash system.  
b)  
Fly Ash Handling System for conveying fly ash from ESPs in dry form  
(involving pneumatic conveying systems of vacuum or pressure type) or in  
wet (slurry) form.  
The systems mentioned at 7.1.2 (a) and (b) above should be in successful  
operation in at least one (1) plants for at least two (2) years prior to the date of  
techno-commercial bid opening and should have been installed for pulverized  
coal fired boiler units generating not less than 40 TPH of ash per boiler.  
And  
Collaborate/ Associate with a party who meets the requirement of clause 7.1.1 above  
7.1.3  
The activity of design and engineering under 7.1.1 should have been carried out  
by the bidder and not through any external design agency/agencies.  
For design and engineering activity referred under para 7.1.2 the activity should  
have been carried out by either the bidder or through design agency/agencies  
having, experience for reference systems. However, in case of  
collaborator/associate (meeting the requirement under clause 7.1.1), the activity  
of design and engineering for the reference systems should have been carried  
out by them.  
7.1.4  
Bidder seeking qualification through Clause No. (7.1.2) shall furnish undertaking  
jointly executed by him and his collaborator/associate for successful performance  
of the relevant system of the contract as per Employer's format enclosed in the  
Page 3 of 8  
bidding document. The deed of joint undertaking shall be submitted along with the  
techno commercial bid, failing which the bidder shall be disqualified and his bid  
shall be rejected. Further, in case of award, the Bidder's associate/collaborator  
will be required to furnish an on demand bank guarantee of 1% (one percent) of  
the total contract price in addition to the contract performance security to be  
provided by the Bidder.  
7
.2.0  
.2.1  
Financial Criteria of Bidder:  
7
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 604 Million (Rupees Six Hundred Four Million 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 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.  
7.2.2  
The Net worth of the bidder should not be less than 100% (hundred percent) of  
the bidder's paid up share capital as on the last day of the preceding financial  
year. 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 companies 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.  
For Consortiums/Joint Ventures, if permitted under technical criteria for  
qualification under clause 7.1.0 above, the Net worth of all consortiums/Joint  
Venture 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 paid up share  
capitals.  
Page 4 of 8  
7.2.3  
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  
alongwith 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.  
7
.3.0  
.3.1  
Financial Criteria of Collaborator(s)/Associate(s)  
7
For the bidder seeking qualification through clause no 7.1.2 above, the average  
annual turnover of the Collaborator(s) I Associate(s), in the preceding three (3)  
financial years as on the date of techno-commercial bid opening, should not be  
less than the amount specified below:  
INR 366 Million (Rupees Three Hundred Sixty Six Million only) or in  
equivalent foreign currency for the Collaborator/Associate for fly ash  
transportation system (meeting requirement of clause 7.1.1 above).  
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, 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(s)/Associate(s) would be required to furnish along with  
bidder's Techno-Commercial bid, a Letter of Undertaking from the Holding  
Company, supported by Board Resolution of the Holding Company, as per the  
format enclosed with the bidding 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.  
7.3.2  
The Net Worth of each Collaborator/Associate, as on the last day of the  
preceding financial year as on the date of Techno-commercial bid opening should  
not be less than 100% (hundred percent) of its paid-up share capital. In case the  
Collaborator/Associate does not meet the Net worth criteria on its own, it can  
Page 5 of 8  
meet the requirement of Net worth based on the strength of its Subsidiary (ies)  
and/or Holding Company and/or Subsidiaries of its Holding companies 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.  
For consortiums/joint ventures, if permitted under technical criteria for  
qualification of clause 7.1.0 above, the Net worth of all consortium/joint venture  
members, 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.  
7.3.3  
In case the Collaborator(s) I Associate(s) is not able to furnish its audited financial  
statements on standalone entity basis, the unaudited unconsolidated financial  
statements of the Collaborator(s) /Associate(s) can be considered acceptable  
provided the Collaborator(s) / Associate(s) furnishes the following further  
documents on 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 the Holding Company of Collaborator(s)/Associate(s).  
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 of Collaborator/Associate.  
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 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 clauses 7.2.0 and 7.3.0 above :  
(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  
Page 6 of 8  
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)  
iv)  
"Holding Company" and "Subsidiary Company" shall have the meaning  
ascribed to them as per Companies Act of India.  
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.  
7
.4.0 Notwithstanding anything stated above, the Employer reserves the right to assess the  
capabilities and capacity of the Bidder / its Collaborator/ Associate/ Subsidiary/ Group  
Company to perform the contract, should the circumstances warrant such assessment  
in the overall interest of the Employer.  
8.0  
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.  
9
1
.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.  
0.0 A complete set of Bidding Documents may be purchased by any interested Bidder on  
payment (non-refundable) of the cost of documents as mentioned above in the form of a  
Crossed Account Payee Demand Draft in favour of “NTPC Limited”, payable at New  
Delhi or directly through the payment gateway at our e-Tender Site  
(
https://etender.ntpclakshya.co.in). For logging on to the e-Tender Site, the Bidder  
would require User ID and Password which can be obtained by submitting a  
questionnaire available at our e-Tender 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 Document Sale Close date along  
with duly filled in questionnaire for issuance of User ID and Password.  
Note: No hard copy of Bidding Documents shall be issued.  
1
1.0 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 in the presence of Bidder’s representatives who choose to attend the Bid  
Opening. Bidder shall furnish Bid Security, Power of Attorney, Integrity Pact / Deed of  
Joint Undertaking/JV Agreement (as applicable) in physical form as detailed in Bidding  
Documents before the stipulated bid submission closing date and time at the address  
given below.  
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not  
permissible.  
Page 7 of 8  
13.0 Address for communication:  
DGM (Contract Services)/ Manager (Contract Services)  
NTPC Limited,  
Sixth Floor, Engineering Office Complex,  
Plot A-8A, Sector-24, NOIDA,  
Distt.-Gautam Budh Nagar, Uttar Pradesh,  
PIN-201301, India  
Fax No: +91-120-2410035/ 2410011  
Tele. No. +91-120-4946647/ 4946693  
e-mail: vijaysolanki@ntpc.co.in/ mohitmishra@ntpc.co.in  
Websites:  
https://etender.ntpclakshya.co.in or www.ntpctender.com  
or www.ntpc.co.in  
Page 8 of 8