NTPC LTD

(A Government of India Enterprise)

WESTERN REGION-II SSC, SIPAT

BIDDING DOCUMENTS

FOR

DESIGN, ENGG, SUPPLY, CONSTRUCTION, ERECTION, TESTING & COMMISSIONING OF COMPLETE CLO2 PLANT FOR STAGE-II CW INCLUDING ALL CIVIL, MECHANICAL, ELECTRICAL AND C&I WORKS FOR NTPC SIPAT

IN BILASPUR DIST OF STATE C.G.

SECTION- I TO VII

BIDDING DOCUMENT NO. : 9900201118

(This document is meant for the exclusive purpose of bidding against this Bid Document No. / Specification and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is specifically issued).

BIDDING DOCUMENT NO. : 9900201118

DETAILED INVITATION FOR BIDS

NTPC LTD.

(A GOVERNMENT OF INDIA ENTERPRISE)

WESTERN REGION-II SSC SIPAT

BIDDING DOCUMENTS

FOR

DESIGN, ENGG, SUPPLY, CONSTRUCTION, ERECTION, TESTING & COMMISSIONING

OF COMPLETE CLO2 PLANT FOR STAGE-II CW INCLUDING ALL CIVIL,

MECHANICAL, ELECTRICAL AND C&I WORKS FOR NTPC SIPAT

NTPC Limited invites online bids on Single Stage Two Envelope bidding basis (Envelope-1: Techno-Commercial Proposal & Envelope-2: Price Proposal) from eligible bidders for “DESIGN, ENGG, SUPPLY, CONSTRUCTION, ERECTION, TESTING &

COMMISSIONING OF COMPLETE CLO2 PLANT FOR STAGE-II CW INCLUDING ALL CIVIL, MECHANICAL, ELECTRICAL AND C&I WORKS FOR NTPC SIPAT” in Bilaspur

district of state C.G., India, as per the scope of work mentioned hereinafter.

1.0Brief Scope of Work & other Specific details:

The Scope of work includes Design, Engineering, Supply, Construction, Erection, Testing & Commissioning of complete Chlorine di-oxide plant for Stage-II cooling water including all Civil, Mechanical ,Electrical and Control & Instrumentation works for SIPAT SUPER THERMAL POWER PROJECT as per technical specifications Part-A,B,C,D,E and F and all the application General Conditions of Contract of NTPC.

3.0As per provisions of bidding documents, the bidders shall submit online/offline, “No Deviation Certificate, Tender Fee, EMD Details, Integrity Pact (if applicable)” in Cover

Type Fee, “Techno-Commercial Proposal” in Cover type Technical and “Price Proposal along with declaration of Local content” in Cover Type Price, within the bid submission date and time as mentioned above on e-tendering portal https://eprocurentpc.nic.in. Only Techno-Commercial proposals will be opened on 17.06.2020 at 16.00 hrs (IST).

4.0All the bids must be accompanied with No Deviation Certificate, Integrity Pact, Tender Fee and Bid Security for an amount equivalent to Rs 5,00,000.00 (Rupees Five Lakhs only). Any bid not accompanied by No Deviation Certificate (Online/offline), DEED

OF JOINT UNDERTAKING (if applicable), an acceptable bid security (Online/offline), and tender fee (Online/offline), in a separate sealed envelope or online through GEPNIC portal shall be rejected by NTPC as being non-responsive and returned to the bidders without being opened.

4.1Bidders who are unable to submit online EMD Bid Security / Cost of Bidding documents through GePNIC portal may opt for Online Transfer of Bid Security / Cost of Bidding documents through NEFT/RTGS to NTPC’s Bank whose details are provided in BDS of the Bidding Document

5.1 Qualifying Requirements for Bidders:

The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfil the following Qualifying Requirements

5.2TECHNICAL QR

5.2.1a. Bidder should have designed, supplied on hiring basis/ permanent supply basis, Erected / supervised erection and commissioned/ supervised commissioning of at least one

(1) number of Chlorine Di-Oxide System/ Plant having at least one (1) number of automated PLC based Chlorine Di-Oxide (ClO2) generator of capacity not less than 40 Kg/hr. in any industrial application. The above system/plant should have been in successful operation for at least one (1) year prior to the date of Techno-commercial Bid opening.

b1. Bidder who do not fulfill the requirement in clause 5.1.1 (a) above, can also participate provided the Bidder has designed, supplied, erected/supervised erection and commissioned/ supervised commissioning of at least one (1) number Gas chlorination plant/system of capacity not less than 120 Kg/hr and should have designed, supplied on hiring basis/ permanent supply basis, erected/ supervised erection and commissioned/ supervised commissioning of at least one (1) number of Chlorine Di-Oxide System/Plant having at least one (1) number of automated PLC based Chlorine Di-Oxide (ClO2) generator of capacity not less than 20 Kg/hr. The above Chlorine Di-Oxide System/Plant should have been in successful operation for at least one (1) year prior to the date of Techno-commercial Bid- opening.

OR

b2. Bidder who do not fulfill the requirement in clause 5.1.1 (a) above, can also participate provided the Bidder has designed, supplied, erected/supervised erection and commissioned/ supervised commissioning of at least one (1) number Gas chlorination plant/ system of capacity not less than 120 Kg/hr. in any industrial application and associates/collaborates with a party fully meeting the requirements of clause 5.1.1 (a) above.

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 executant of DJU shall be jointly and severally liable to the Employer for successful performance of

Chlorine Di-Oxide (ClO2) System/Plant, 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)/Associate(s) shall be required to furnish an on demand bank guarantee as per the format enclosed with the bidding documents for a value equal to 2% (two percent) of the contract price in addition to the Contract Performance Security to be furnished by the Bidder.

5.3Financial Criteria of bidder:

5.3.1The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno-Commercial bid opening, shall not be less than Rs. 450 Lakhs (Rupees Four Hundred and Fifty Lakhs only).

5.3.2Net worth of bidder shall not be less than 100% of the bidder’s paid up share capital as on the last day of the preceding financial year. 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)/(y1+y2+y3)x100 where x1, x2, x3 are individual net worth which shall not be less than 75% of the respective paid up share capitals and y1, y2, y3 are individual paid up share capitals.

5.3.3In 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 furnishes the following further documents on substantiation of its qualification.

Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

A certificate from the CEO/CFO of the Holding Company as per the format enclosed in the bid documents stating that the unaudited unconsolidated financial statements form part of the consolidated annual report of the company.

5.3.4In 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 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.

5.3.5In case a bidder does not satisfy the financial criteria, stipulated at Cl. 5.2.1 and/ or Cl.5.2.2 above on its own, the holding company would be required to meet the stipulated turnover requirements at Cl.5.2.1 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 bid, a Letter of Undertaking from the holding company, supported by 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..

NOTES

(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.

6.0A complete set of Bidding Documents may be downloaded by any interested Bidder and cost of the documents (non-refundable) as mentioned above may be paid in the form of a crossed account payee demand draft in favour of NTPC Ltd., Payable at SIPAT/BILASPUR (C.G.) and same may be submitted online (as per BDS) or along with the Offline bid (Physical bid) (as per clause 17 of ITB). For logging on to the etender Site, the bidder would require user id and and Password which can be created at our etender and inform the same to concerned package co-ordinator. First time users not allotted any vendor code are required to submit documents like PAN Card, Address proof and GST registration etc for issue of vendor code.

Note: No hard copy of Bidding Documents shall be issued

7.0Issuance 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 EMD and Tender Fee to be submitted by the bidder offline/online as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below.

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.

9.0Notwithstanding 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

10.0Transfer of Bidding Documents purchased by one intending bidder to another is not permissible. NTPC takes no responsibility for any loss/delay/non-receipt of applications/ tenders sent by post.

11.0No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the last date of receipt of Queries as specified above.

12.0 NTPC shall allow purchase preference, as indicated in the bidding documents to bids from local supplier 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.

13.0Address for Communication:

AGM (C&M)/DGM (C&M),

NTPC Limited,

Western Region-II SSC Sipat

Sipat Super Thermal Power Project

Samaweshi Bhawan,

PO-Ujjwal Nagar, Sipat, Bilaspur (C.G.) India, Pin – 495555

Tel. No.: 0091-7752-277064,

E-mail: ukjain01@ntpc.co.in, abhishekkumar02@ntpc.co.in