NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

 

CORPORATE CONTRACTS, NOIDA

 

INVITATION FOR BIDS (IFB)

FOR

R&M AND UPRATING OF AUXILIARIES AND RELATED BOILER WORKS

FOR

RAMAGUNDAM SUPER THERMAL POWER STATION

STAGE-i (3X200 mw)

LOCATED AT

DISTRICT KARIMNAGAR, STATE OF TELANGANA, INDIA

(Domestic Competitive Bidding)

 

IFB No.: 40088179                                                                                                     Date: 26.05.2020

           

Bidding Document No.: CS-3120(R&M-MG)-103B(R)-9

 

1.0         NTPC 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.

 

2.0         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 for all three (03) units of Ramagundam Stage-1.

This shall include new coal burners (coal burners, oil guns etc.), complete replacement of air pre-heater, capacity enhancement of ID fans, retrofit of low pressure economizer and certain boiler performance related works [like thermal performance test (TPT) & thermal modelling, leakage reduction, insulation replacement, boiler 2nd pass skin casing replacement] along with replacement of safety valves, spray station valves, spray header & all manhole doors of pass-II etc. and including supply of spares.

 

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

 

4.0         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:

 

Issuance of IFB

26.05.2020

Bidding Document Sale Date & Time

From 26.05.2020 to 02.06.2020 upto 1730 Hrs. (IST)

Pre-bid conference and last Date for receipt of queries from bidders (if any)

09.06.2020*

Bid Receipt Date & Time

Upto 23.06.2020 by 1445 Hrs. (IST)

Bid Opening Date & Time for Techno-Commercial Bid

23.06.2020 at 1500 Hrs. (IST)

Price Bid Opening Date & Time

Shall be intimated separately by NTPC

Cost of Bidding Document in INR

INR 22,500/- (Rupees Twenty Two Thousand Five Hundred only)

* No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the date of Pre-Bid Conference as specified above.

 

5.0         All bids must be accompanied by Bid Security for an amount of INR 2,00,00,000/- (Indian Rupees Two Crore only) in the form as stipulated in the Bidding documents.

 

              ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE AND SHALL NOT BE OPENED.

 

6.0         QUALIFYING REQUIREMENTS FOR BIDDERS.

 

              The Bidder should meet the qualifying requirements of any one of the qualifying routes stipulated under clause 6.1.1 or 6.1.2 or 6.1.3. In addition, the Bidder should also meet the requirements stipulated under clause 6.2.0 together with the requirements stipulated under section ITB.

 

6.1.0      Technical Criteria

 

6.1.1       Route-1: Qualified Steam Generator Manufacturer (QSGM)

 

The bidder should have designed, engineered, manufactured/got manufactured, erected/ supervised erection, tested and commissioned/ supervised commissioning of at least one number of pulverized coal fired steam generator rated for a minimum of 160 MWe size or minimum 520 T/Hr steaming capacity, which should have been in successful operation in at least one (1) power station for a period not less than one (1) year prior to the date of Techno Commercial bid opening.

                                                                                    or

6.1.2       Route-2: JV between an R&M organization and a QSGM

(i)      The bidder shall be a joint venture between firms comprising of:

                                                                        and

 

 (b)     An organization which meets the requirements of Para 6.1.1 above i.e. the QSGM.

(ii)     The joint venture partners as at clause 6.1.2 (i) above should necessarily identify one of the partners as the lead partner. The joint venture should provide along with the techno commercial bid a joint venture agreement, as per the format enclosed in the bidding documents, in which the partners in the joint venture are jointly and severally liable to the employer to perform all the contractual obligations. The Joint Venture Agreement should be submitted along with the techno commercial bid, failing which the bidder shall be disqualified and its bid rejected. In this case, the bid security and in the event of award, the performance bank guarantee shall be in the name of all the partners of the joint venture.

                                                                                    or

6.1.3       Route-3: Subsidiary/JV Company/Technology collaborator of a QSGM  

(i)      The bidder should be an Indian Subsidiary Company of a QSGM or a Joint Venture (JV) company between an Indian company and a QSGM or a regular Indian manufacturer of coal fired steam generators having technology collaboration/ association with a QSGM.

(ii)     The Bidder shall furnish a deed of joint undertaking (DJU) executed by the bidder and such QSGM, in which executants of DJU shall be jointly and severally liable to the Employer for successful performance of the Steam Generator, as per the format enclosed with the bidding documents. The Deed of Joint Undertaking (DJU) shall be submitted along with techno-commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.

         In case of award, such QSGM will be required to furnish an on demand bank guarantee for an amount of 1% of the total contract price of the R&M Package in addition to the contract performance security to be furnished by the Bidder.

 

               Note to clause 6.1.1, 6.1.2 & 6.1.3

 

 

6.2.0      Financial Criteria for Qualification

 

6.2.1       Financial Criteria of Bidder for Qualification

 

  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 INR 748 Million (Indian Rupees Seven Hundred Forty Eight 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 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. For Joint Venture/Consortiums bid, all the partners of the Joint venture / Consortium shall be collectively required to meet the turnover criteria.

 

  1. 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. For Consortiums/Joint Ventures, the Net worth of all Consortium/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.

 

  1. 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:

 

 

 

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.

 

6.2.2       Financial Criteria of Collaborator/Associate for Qualification

 

(a)     For Bidder seeking qualification through clause no 6.1.2 and 6.1.3 above, the average annual turnover of its Collaborator/Associate (meeting requirement of clause 6.1.1 above) in the preceding three (3) financial years as on the date of Techno-Commercial bid opening, should not be less than INR 75 Million (Indian Rupees Seventy Five Million only) or in equivalent foreign currency.

 

In case the Collaborator/Associate does not satisfy the average annual turnover criteria above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl. 6.2.2 (a) 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 its 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.

 

(b)     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 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.

 

(c)     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:

 

  1. 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/Associate.

 

  1. 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 of the Collaborator/Associate 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 6.2.1 & 6.2.2

 

 

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 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 Document Sale Close date along with duly filled in questionnaire for issue of vendor code and SRM user id/password.

 

              Note: No hard copy of Bidding Documents shall be issued.

 

9.0         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 in the presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall furnish Bid Security, Deed of Joint Undertaking / Joint Venture / Consortium Agreement / Integrity Pact (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.

 

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

11.0        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.

 

12.0       Address for communication:

              Manager (CS) / AGM (CS)

              NTPC Limited,

              Sixth Floor, Engineering Office Complex,

              Plot A-8A, Sector-24, NOIDA,

              Distt.- Gautam Budh Nagar, Uttar Pradesh,

              PIN-201301, India

              Fax No: +91-120-2410284/ 2410011

              Tel. No. +91-120-4948669/ 4946671

              e-mail:  vibhavrastogi@ntpc.co.in / ashokkumar06@ntpc.co.in

              Websites: https://etender.ntpclakshya.co.in  or  www.ntpctender.com

 

 

 

13.0       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