INVITATION FOR BID (IFB)  
NTPC Limited  
A GOVT. OF INDIA ENTERPRISE)  
(
(
SSC-NR VINDHYACHAL)  
INVITATION FOR BIDS (IFB)  
FOR  
Balance work for Dry Ash Extraction System, Stage-III, NTPC Rihand.”  
(Domestic Competitive Bidding)  
IFB No.:  
NTPC/SSC - VSR/9900186445  
1.  
Employer invites online bids on Single Stage Two Envelope bidding basis (Envelope-I: Techno-  
Commercial Bid & Envelope-II: Price Bid) from eligible bidders for Balance work for Dry Ash  
Extraction System, Stage-III, NTPC Rihand. as per the Scope of Work mentioned hereinafter.  
2.  
BRIEF SCOPE OF WORK:  
Design, engineering, manufacturing, supply, inspection & testing, packing, forwarding to site, unloading,  
dismantling/relocation, pre-assembly/ assembly, civil/structure work, erection, supervision, pre-  
commissioning, trial operation, testing and commissioning and performance testing of the equipment/  
system and works under the package scope  
Balance work for Dry Ash Extraction System, Stage-III, NTPC Rihand.  
3.  
Employer intends to finance the subject package through: IR (Internal Recourse)  
4.  
Brief Description of NIT:  
Detailed Specification, Scope of Work and Terms & Conditions are given in the  
Bidding Documents, which are available for examination and Sale as per the following  
schedule:  
Tender Ref No /  
Tender ID  
NTPC/SSC -VSR/9900186445  
2019_NTPC_25546_1  
Document Download / Sale Start Date  
Document Download / Sale End Date  
Source of IFB/NIT  
AS PER GePNIC NIT  
AS PER GePNIC NIT  
SSC-NR Vindhyachal  
Works*  
Form of Contract/Tender Category  
Type Of Bidding  
SINGLE STAGE-TWO ENVELOPE  
AS PER GePNIC NIT  
Clarification Start Date  
AS PER GePNIC NIT  
AS PER GePNIC NIT  
AS PER GePNIC NIT  
AS PER GePNIC NIT  
Rs.13,275/-  
Clarification End Date  
Bid Submission Start Date  
Bid Submission End Date  
Bid Opening Date  
Cost of Bidding Documents in INR  
Rs. 50,00,000/- ((Indian Rupees Fifty Lakh  
only).  
EMD in INR  
Pre-Bid Conference Date & Time (if any)  
Integrity Pact  
AS PER GePNIC NIT  
Applicable  
.
SECTION I : INVITATION FOR BIDS (IFB)-  
IFB No.: NTPC/SSC - VSR/9900186445  
Page 1 of 5  
INVITATION FOR BID (IFB)  
*The MSME Benefits as mentioned in Bid Data Sheet (BDS), shall be applicable for “Form of  
Contract/Tender Category” type “categorized as "Services" or “Supply” and not for “Form of  
Contract/Tender Category” categorized as “Works Contracts”.  
Applicable relevant MSME Certificate should be submitted offline/online before schedule bid submission  
end date & time.  
Note: "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."  
5.  
Bidder has to ensure the following documents to be submitted offline and the same should  
reach in sealed envelopes before the bid submission deadline prescribed by the Employer,  
pursuant to ITB Clause 16, failing which bid is liable for rejection  
a) Tender Fee: as applicable  
b) Earnest Money Deposit : as applicable  
c) Integrity Pact: Applicable  
Any bid not accompanied by an acceptable Earnest Money Deposit , Tender feesand/or  
Integrity pact (If applicable) shall be rejected by the Employer as being non-responsive  
and shall be rejected without being opened.  
6. Qualifying Requirements for Bidders:  
The Bidder should meet the minimum Qualifying Requirements as stipulated here under:  
6.1.0 Technical Criteria  
6.1.1 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  
of:  
a) Pneumatic fly ash handling system for conveying fly ash from ESPs of single pulverized coal fired  
boiler unit by Vacuum conveying system designed for not less than 30 TPH conveying capacity per  
vacuum extractor.  
b) Pneumatic fly ash transportation system for transporting fly ash from pulverized coal fired boiler  
unit having capacity of not less than 20 TPH for a conveying distance of not less than 500 mtr.  
including fly ash storage silos.  
Each of the systems mentioned at 6.1.1 a) & b) above should have been in successful operation in at  
least one (1) plant for at least two (2) years prior to the date of Techno commercial bid opening. For  
the purpose of qualification, the experience as at clause 6.1.1 a) & b) above in separate plants also  
is permissible.  
An individual boiler unit having its own independent fly ash handling system up to wetting units/ dry  
dust collection buffer hoppers which includes, among others, independent fly ash handling  
equipment below ESP hoppers, independent ash conveying piping up to wetting units/ dry dust  
collection buffer hoppers can be considered as a plant for meeting the requirement of clause 6.1.1 a)  
above. Further, 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  
clause 6.1.1 b) above.  
SECTION I : INVITATION FOR BIDS (IFB)-  
IFB No.: NTPC/SSC - VSR/9900186445  
Page 2 of 5  
INVITATION FOR BID (IFB)  
For reference fly ash handling systems, the design capacity of conveying from ESPs to buffer  
hoppers and 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.  
6.1.2 The activity of design and engineering under clause 6.1.1 a) & b) should have been carried out  
by the Bidder and not through any external design agency/ agencies.  
6.2.0 Financial Criteria  
6.2.0 (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 Rs. 2492.0 lacs (Rupees Two  
Thousand Four Hundred and Ninety Two Lacs Only).  
In case the 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.  
6.2.0(b) The Net Worth of the bidder as on the last day of the preceding financial year(reckoned on  
the date of techno-commercial bid opening) should not be less than 100% of the Bidder's paid-up  
share capital. In case the Bidder meets 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, the Net worth of the Bidder and its subsidiary (ies) and/or Holding Company and/or  
subsidiary (ies) of the Holding Company, in combined manner should not be less than 100% of their  
total paid-up share capital. However individually, their Net worth should not be less than 75% of their  
respective paid-up share capitals.  
Net worth in combined manner shall be calculated as follows:  
Net worth (combined) = (x1+X2+X3) / (YI+Y2+Y3) X 100  
Where X 1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid  
up share capitals and Y 1, Y2, Y3 are individual paid up share capitals.  
6.2.0) (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  
bidding 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 practising Chartered Accountant shall be  
considered acceptable. In case, Bidder is not able to submit the certificate from practising 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 bidding  
documents stating that the Financial results of the Company are under audit as on the date of  
Technocommercial bid opening and the Certificate from the practising Chartered Accountant  
certifying the financial parameters is not available.  
SECTION I : INVITATION FOR BIDS (IFB)-  
IFB No.: NTPC/SSC - VSR/9900186445  
Page 3 of 5  
INVITATION FOR BID (IFB)  
NOTE:  
(
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  
7
. Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and  
capacity of the Bidder/ his collaborators / associates/ subsidiaries/ group companies to perform the  
contract, should the circumstances warrant such assessment in the overall interest of the Employer.  
8
. Employer 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.  
9. A complete set of Bidding Documents may be downloaded by any interested Bidder from our NIC Portal  
(
https://eprocurentpc.nic.in/nicgep/app).  
Note: No hard copy of Bidding Documents shall be issued.  
10.Clarification on bidding documents:  
A prospective Bidder requiring any clarification of the Bidding Document shall put the query under  
Clarification tab of the on-line bid at least three days prior to the clarification end date. EMPLOYER  
will respond to any request for clarification or modification of the bidding documents that it receives  
within the time line specified.  
EMPLOYER will post the Clarifications under Clarification/Corrigendum tab at e-tender website.  
Bidders can view these clarifications.  
# No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the last date of  
receipt of Queries/ Pre-Bid Conference (if applicable) as specified above.  
11.Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered qualified.  
1
2.Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible. 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, Integrity Pact(if  
applicable), Deed of Joint Undertaking (if applicable) and Power of Attorney separately offline as detailed  
in Bidding Documentsby the stipulated bid submission closing date and time at the address given below.  
1
3.Address for Communication:  
Package Coordinators for this package is as below:-  
Package Coordinators:  
Vishal Jain, DGM. (Contracts) SSC NR Vindhyachal  
2nd Floor ADMINISTRATIVE BUILDING,  
SECTION I : INVITATION FOR BIDS (IFB)-  
IFB No.: NTPC/SSC - VSR/9900186445  
Page 4 of 5  
INVITATION FOR BID (IFB)  
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885  
e-mail: vishaljain@ntpc.co.in  
A.K. Saha ,Sr. Mgr. (Contracts), SSC NR Vindhyachal  
2nd Floor ADMINISTRATIVE BUILDING,  
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885  
e-mail: aksaha03@ntpc.co.in  
Package Incharge for this package is as below:-  
P. K. Sabat, AGM (Contracts), SSC NR Vindhyachal  
2nd Floor ADMINISTRATIVE BUILDING,  
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885  
e-mail: pksabat@ntpc.co.in  
Websites: https://eprocurentpc.nic.in or www.ntpctender.com  
1
4. RegisteredOffice  
NTPC Limited  
NTPC Bhawan, SCOPE Complex,  
7, Institutional Area, Lodi Road,  
New Delhi – 110003  
Corporate Identification Number: L40101DL1975GOI007966.  
Website: www.ntpc.co.in  
SECTION I : INVITATION FOR BIDS (IFB)-  
IFB No.: NTPC/SSC - VSR/9900186445  
Page 5 of 5  
NTPC Limited eProcurement Portal  
Page 1 of 2  
NTPC Limited eProcurement Portal  
Tender Details  
Date : 18-Oct-2019 03:42 PM  
Print  
Basic Details  
Organisation Chain  
NTPC Limited||SSC VSR  
NTPC/SSC - VSR/9900186445  
Tender Reference  
Number  
Tender ID  
2019_NTPC_25546_1  
Open Tender  
Works  
Tender Type  
Tender Category  
Form of contract  
No. of Covers  
Works  
3
General Technical  
Evaluation Allowed  
ItemWise Technical  
Evaluation Allowed  
Yes [Compliance Required]  
No  
Is Multi Currency Allowed For  
BOQ  
Payment Mode  
Offline  
No  
No  
No  
Is Multi Currency  
Allowed For Fee  
Allow Two Stage Bidding  
Payment Instruments  
Cover Details, No. Of Covers - 3  
Cover  
No  
Offline  
S.NoInstrument Type  
Cover  
Document Type  
.pdf  
pdf  
Description  
1
2
3
DD  
BG  
BC  
Scanned Fee  
Details  
1
Fee  
Scanned  
EMD Details  
.
Technical  
Details  
2
3
Technical Details  
Price bid  
.pdf  
.xls  
Price Bid  
Tender Fee Details, [Total Fee in ₹ * - 13,275]  
EMD Fee Details  
Tender Fee in ₹  
Fee Payable To  
13,275  
EMD Amount in ₹ 50,00,000 EMD through  
No  
BG/ST or EMD  
Exemption Allowed  
NTPC  
Limited  
Fee Payable At  
As per  
Tender  
EMD Fee Type  
fixed  
EMD Percentage  
EMD Payable At  
NA  
Tender Fee  
Exemption  
Allowed  
No  
EMD Payable To  
NTPC  
Limited  
As per  
Tender  
Work /Item(s)  
Title  
Balance work for Dry Ash Extraction System, Stage-III, NTPC Rihand.  
Balance work for Dry Ash Extraction System, Stage-III, NTPC Rihand.  
As per tender documents  
Work Description  
Pre Qualification  
Details  
Independent External NA  
Monitor/Remarks  
Show Tender Value in Yes  
Public Domain  
Tender Value in ₹  
0.00  
Product Category  
Civil  
Works  
Sub category  
NA  
Contract Type  
Location  
Tender  
Bid Validity(Days)  
Pincode  
180  
Period Of Work(Days) 545  
As Per Tender  
Documents  
486885 Pre Bid Meeting Place NA  
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie... 18-10-2019  
NTPC Limited eProcurement Portal  
Page 2 of 2  
Pre Bid Meeting  
Address  
NA  
No  
Pre Bid Meeting Date NA  
Bid Opening Place  
SSC NR  
Vindhyachal  
Should Allow NDA  
Tender  
Allow Preferential  
Bidder  
No  
Critical Dates  
Publish Date  
18-Oct-2019 06:00 PM  
Bid Opening Date  
15-Nov-2019 10:30 AM  
13-Nov-2019 10:30 AM  
Document Download / Sale Start 18-Oct-2019 06:00 PM  
Date  
Document Download / Sale End  
Date  
Clarification Start Date  
18-Oct-2019 06:00 PM  
18-Oct-2019 06:00 PM  
Clarification End Date  
04-Nov-2019 06:00 PM  
13-Nov-2019 10:30 AM  
Bid Submission Start Date  
Bid Submission End Date  
Tender Documents  
NIT  
Document  
Document  
Size (in KB)  
S.No Document Name  
Description  
1
Tendernotice_1.pdf  
IFB  
82.64  
Work Item  
Documents S.No Document Type  
Document  
Size (in KB)  
Document Name  
Description  
1
2
Tender Documents  
BOQ  
TD-9900186445.rar  
BOQ_28504.xls  
TD-9900186445  
BOQ  
21041.67  
349.50  
View GTE Details  
S.No  
Particulars  
Expected Value  
Mandatory  
1
.0  
.0  
.0  
.0  
.0  
.0  
Do You accept Letter of Undertaking as per tender specific conditions  
Do you accept NTPC Safety Rules  
Do you accept the Fraud Prevention Policy of NTPC  
Do you accept Withholding and Banning of Business Dealing Policy of NTPC Yes  
Do you certify full compliance on Qualifying Requirements  
Yes  
Yes  
Yes  
Yes  
Yes  
Yes  
Yes  
Yes  
Yes  
2
3
4
5
6
Yes  
Yes  
Do you certify full compliance to all provisions of Bid documents  
Bid Openers List  
S.No  
Bid Opener Login Id  
Bid Opener Name  
Certificate Name  
1
.
.
.
.
manishkhandelwal@ntpc.co.in  
aksaha03@ntpc.co.in  
ajitsingh01@ntpc.co.in  
sukriti@ntpc.co.in  
MANISH KHANDELWAL  
AMIT KUMAR SAHA  
Ajit Singh  
MANISH KHANDELWAL  
AMIT KUMAR SAHA  
AJIT SINGH  
2
3
4
Sukriti Sukriti  
SUKRITI  
Tender Inviting Authority  
Name  
A. K. Saha, Sr.Manager (SSC-CS)  
SSC NR Vindhyachal P.O. Vindhyanagar Vindhyanagar 486885  
Address  
Tender Creator Details  
Created By  
Designation  
Created Date  
AMIT KUMAR SAHA  
SR. MANAGER (CS)  
18-Oct-2019 02:04 PM  
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie... 18-10-2019