SECTION - I

INVITATION FOR BIDS (IFB)

Tender Ref No /Tender ID : NTPC/SSC-VSR/9900184894

NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

(SSC-NR VINDHYACHAL)

INVITATION FOR BIDS (IFB)

FOR

ERECTION & COMMISSIONING OF CHLORINE DI-OXIDE DOSING SYSTEM AT SSTPS

(Domestic Competitive Bidding)

IFB No.:9900184894

1.0NTPC 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, as per the Brief Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

Replacement of existing Gas Chlorination systems with Chlorine Di Oxide systems with Chlorine Di Oxide plants at CW system Stage-I(2x45Kg/hr), CW Stage-II(2x35 Kg/hr), PT Plant Stg I with Clarifier 1&2 (2x1 Kg/hr), PT Plant Stg II with Clarifier 6&7 (2x1 Kg/hr), PT Plant at Chemical House with Clarifier 3&4 (2x7.5 Kg/hr).

ERECTION & COMMISSIONING OF CHLORINE DI-OXIDE DOSING SYSTEM AT SSTPS

as detailed in the Technical Specification and as per provision of this Bidding Document

3.0NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own sources.

4.0Brief Description of NIT:

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:

*The MSME Benefits as mentioned in Bid Data Sheet (BDS), shall be applicable for “Form of Contract/Tender Category” type “categorized as "Services" / ”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.

Tender Ref No /Tender ID : NTPC/SSC-VSR/9900184894

5.0Bidder 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 fees and Integrity pact shall be rejected by the Employer as being non-responsive and shall be rejected without being opened.

6.0QUALIFYING REQUIREMENTS FOR BIDDERS.

1.0Technical Criteria

ROUTE-1

1.1Bidder should have Designed, ' Supplied/ Supplied on Rental basis ', Chlorine Di-Oxide 'System/Plant' of cumulative generation capacity ‘40 kg/hr or more’, under 'one or more contracts ', with minimum one no. Chlorine Di-oxide Generator of capacity '10 Kg/hr or more' which should have been in successful operation for a period not less than one 1 year prior to the date of Techno Commercial Bid opening.

1.2In addition to the requirement given at 1.1 above, bidder should also have installed and commissioned ' either of the following ' which should have been in successful operation for a period not less than one 1 years prior to the date of Techno Commercial Bid opening.

1.2a A chlorine dioxide generator of capacity 10kg/hour or more

OR

1.2b One no. Gas Chlorination plant/Electro Chlorination plant, of total generation capacity not less than 120 Kg/hr

ROUTE-2

2.1Bidder who do not fulfill the requirement in ROUTE-1 above, can also participate provided Bidder has Designed, Supplied, Erected and Commissioned one no. Gas Chlorination plant/Electro Chlorination plant, of total generation capacity not less than 120 Kg/hr and shall associates/collaborates with a party fully meeting the requirements of Route-1.

In such a case, the Bidder shall be required to furnish a Deed of Joint Undertaking(s) (DJU) jointly executed by the Bidder and the Collaborator(s)/ Associate(s) and each executants of DJU shall be jointly and severally liable to the Employer for successful performance of Chlorine Di-Oxide (CIO2) Generator(s), as per the format enclosed with the bidding documents. The Deed of Joint Undertaking(s) (DJU) should be submitted along with the bid failing which Bidder shall be disqualified and its bid shall be rejected. In case of award, the Collaborator(s) /Associates shall be required to furnish an on demand bank guarantee as per the format enclosed with the bidding documents for a value equal to 1% (one percent) of the contract price in addition to the Contract Performance Security to be furnished by the Bidder.

Notes for Clause 1.0 above:

The bidder has to meet the Technical Criteria at 1.0, either through “ROUTE -1, ' clause 1.1 and 1.2 ' ” or through “ROUTE -2 , clause 2.1 ” for evaluation of qualifying requirement.

The word “executed” means the Bidder should have achieved the criteria specified in the qualifying requirements at Clause 1.0, even if the contract has been started earlier and/or is not completed/ closed and shall be considered as below.

Case-I: The work is started earlier (prior to the period stipulated in Clause-1.0, but completed within the stipulated period as mentioned in clause 1.0. In such cases, entire executed value of the relevant work vide that work order shall be considered for evaluation.

Case-II: The work is started and completed within the stipulated period as mentioned in clause 1.1

Case-III: The work is started within the stipulated period as mentioned in clause 1.0 but not completed as on the last date of stipulated period. In such cases, “In Progress” executed value of the relevant work vide that work order as on the last date of stipulated period, shall be considered for evaluation.

Remarks: Any of the above cases shall be supported by documentary evidence issued by the "Owner". "Owner" means the entity which has the original requirement of the subject work and has initiated and awarded the work to the contractor (bidder) for executing the reference work against which the credentials have been submitted. And the "Owner" defined as above is not a contractor to any other entity for the reference work. In case, the bidder has worked as approved sub-Contractor/subvendor, he has to provide documentary evidence issued by the "Owner".

SECTION - I (IFB)

Page 2 of 4

Tender Ref No /Tender ID : NTPC/SSC-VSR/9900184894

2.0Financial Criteria

2.1The 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 1251 Lakhs (Rupees Twelve Crore Fifty One Lakhs only).

In case a bidder does not satisfy the financial criteria, stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements 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.

2.2 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) = (Xl+X2+X3) / (Y1+Y2+Y3) X 100

Where Xl, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and YI, Y2, Y3 are individual paid up share capitals.

2.3In 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 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 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 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 for Clause2.0 above:

a)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.

b)Other income shall not be considered for arriving at annual turnover.

c)"Holding Company" and "Subsidiary" shall have the meaning ascribed to them as per Companies Act of India.

d)For Turnover indicated in foreign currency, the exchange rate as on seven (07) days prior to the date of techno- commercial bid opening shall be used.

7.0Notwithstanding 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.

8.0Employer 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.

SECTION - I (IFB)

Page 3 of 4

Tender Ref No /Tender ID : NTPC/SSC-VSR/9900184894

9.0A 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.

10.0Issuance 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 in the presence of Bidder’s representatives who choose to attend the bid opening. 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.

11.0Clarification 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.

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.

EMPLOYER will post the Clarifications under Clarification/Corrigendum tab at e-tender website. Bidders can view these clarifications.

12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

13.0NTPC 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.

14.0MSE benefits will be extended only to such Bidders who are manufacturer of the item(s) which is / are a pre requisite for extending MSE benefits. Pre-requisite for extending MSE benefits of purchase preference is “bidder to be a manufacturer of Chlorine Di-oxide Generator.

Purchase preference will be given for entire package provided the bidder is manufacturer of such item(s) which is necessary pre requisite as specified above.

15.0For the purpose of meeting Qualifying requirement, Section-III, BDS (Bid data sheet) Clause 10 may also be seen.

15.0Address for communication: NTPC Ltd.,

Contract Services, SSC NR Vindhyachal 2nd Floor ADMINISTRATIVE BUILDING, P O Vindhyanagar, DISTT: Singrauli (MP) – 486885

DGM. (Contracts) SSC NR Vindhyachal e-mail: schakarvorty01@ntpc.co.in

Dy. Mgr. (Contracts),SSC NR Vindhyachal e-mail: nehakansal@ntpc.co.in

Websites: https://eprocurentpc.nic.in or www.ntpctender.com

16.0Registered Office

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 (IFB)

Page 4 of 4

Tender Ref No /Tender ID : NTPC/SSC-VSR/9900184894