INVITATION FOR BIDS (IFB)
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE
LOT-1 PROJECTS
BID DOC. NO CS-0011-109C(1)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
1 OF 5
NTPC LIMITED
(A Government of India Enterprise)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE FOR LOT-1 PROJECTS
(Domestic Competitive Bidding)
IFB No.: 40088212 Date: 22.07.2020
COMMON BIDDING DOCUMENT NO. : CS-0011-109C(1)-9
1.0) NTPC Limited invites e-Bids from eligible Bidders for Dry Sorbent Injection (DSI)
System Package for Lot-1 Projects on Single Stage Two Envelope bidding basis
[i.e. Envelope-I (Techno-Commercial) Bid and Envelope-II (Price) Bid], as per the
brief scope of work mentioned hereinafter. Lot-1 comprises the following Projects :
1.
Barauni TPS- Unit 6 & 7 (2 X 110 MW)
2.
Rourkela CPP-II (2 X 60 MW)
3.
Durgapur CPP-II (2 X 60 MW)
4.
Bhilai CPP-II (2 X 30 MW + 1x14 MW)
2.0) The brief scope of work is as under:-
The scope of work includes engineering, design, manufacture, supply, erection,
commissioning and testing of complete mechanical, electrical, C&I and associated
civil and structural works for Dry Sorbent Injection (DSI) System and its auxiliaries for
LOT#1 projects.
The DSI system is based on Sodium Bicarbonate (SBC) as well as Hydrated Lime
(project specific) as reagent and includes SBC Storage Silo as well as Hydrated lime
Storage Silo (project specific) complete with Truck Unloading System, Reagent
Feeding, Milling & Injection system, Instrument air compressors for each project.
Computational Fluid Dynamics (CFD) modelling is also included in the scope for
understanding the particle dispersion in the gas flow under low unit load conditions.
INVITATION FOR BIDS (IFB)
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE
LOT-1 PROJECTS
BID DOC. NO CS-0011-109C(1)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
2 OF 5
The scope also includes Associated Control & Instrumentation (C&I) equipment
including SO2 analyser, all associated Electrical work including Electrical system
common for all units of a project, Civil and structural work including foundation, paving
and miscellaneous foundations.
The detailed scope of work shall be as per specifications and scope defined in the
Common Bidding Document no. CS-0011-109C(1)-9 for Dry Sorbent Injection (DSI)
System Package for Lot-1 Projects.
3.0) NTPC/NSPCL intend to finance the DSI system Package for their respective projects
through
Internal accruals / ECB/ ICB.
4.0) Detailed Specification, Scope of Work and Terms & Conditions are given in the
Bidding Documents, which shall be on Sale as per the following schedule:
Issue of IFB 22.07.2020
Document Sale Date & Time From 27.07.2020 to 03.08.2020,
17:00 hrs (IST)
Last Date for receipt of queries from
Bidders (if any)
10.08.2020
Pre-Bid Conference 10.08.2020;11:00hrs.(IST) onwards
Bid Receipt Date & Time for Common
Envelope-I (Techno-Commercial) and
Separate Envelope-II (Price Bids) for each
Project
Up to 01.09.2020 by 14:30 hrs
Bid Opening Date & Time for Common
Envelope-I (Techno-Commercial) Bid
01.09.2020 at 15:00 hrs
Price Bid Opening Shall be intimated separately by
NTPC after opening of Techno-
Commercial Bid..
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 last date of receipt of Queries / Pre-Bid Conference as specified
above.
INVITATION FOR BIDS (IFB)
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE
LOT-1 PROJECTS
BID DOC. NO CS-0011-109C(1)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
3 OF 5
5.0) Bidder is required to furnish a Declaration, along with their Bid Security, in the
Format stipulated in the Bidding documents declaring number of Projects they are
interested in taking award. Bidders shall submit the Bid Security as specified below
based on the number of Projects they are interested in taking the award: -
a) For Bidders interested in Four (4) Projects for award: All Bidders
who are interested in four (4) projects for award must submit Bid
Security for an amount INR 2 Crore.
b) For Bidders interested in Three (3) Projects for award: All
Bidders who are interested in three (3) projects for award must
submit Bid Security for an amount INR 1.5 Crore.
c) For Bidders interested in Two (2) Projects for award: All Bidders
who are interested in two (2) projects for award must submit Bid
Security for an amount INR 1 Crore.
d) For Bidders interested in one (1) Project for award: All Bidders
who are interested in one (1) project for award must submit Bid
Security for an amount INR 0.5 Crore.
Any Bid not accompanied by an acceptable Bid Security along with
Declaration regarding number of Projects for which Bidder is interested in
taking award shall be rejected by the Employer as being non-responsive and
returned to the Bidder without being opened.
6.0) Qualification Requirements for Bidders.
Attached as Appendix-1
7.0) Notwithstanding anything stated above, the Employer reserves the right to assess
the capabilities and capacity of the Bidder/ Subsidiaries/ Group companies to
perform the contract, should the circumstances warrant such assessment in the
overall interest of the Employer.
8.0) 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.
INVITATION FOR BIDS (IFB)
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE
LOT-1 PROJECTS
BID DOC. NO CS-0011-109C(1)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
4 OF 5
9.0) 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
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 Bidding 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.
10.0)
Transfer of Bidding Documents purchased by one intending Bidder to another is
not permissible.
11.0) 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, Integrity Pact, Deed of Joint Undertaking (if
applicable) and Power of Attorney separately as detailed in Bidding Documents by the
stipulated bid submission closing date and time at the address given below.
12.0) 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.
13.0) Address for Communication:
DGM (CS) / Manager (CS)
NTPC Limited,
6th Floor, Engineering Office Complex,
Plot No. A-8A, Sector 24, NOIDA,
Distt. Gautam Budh Nagar (U.P.), Pin – 201301, INDIA
Telephone No. : 0120-4948668/ 4948690
/ 4948619
Fax No. : 0120-2410011
e-mail :
shrishksingh@ntpc.co.in
/ vijayp@ntpc.co.in/
anujarora@ntpc.co.in
INVITATION FOR BIDS (IFB)
DRY SORBENT INJECTION (DSI) SYSTEM PACKAGE
LOT-1 PROJECTS
BID DOC. NO CS-0011-109C(1)-9
SECTION-I
INVITATION FOR BIDS (IFB)
PAGE
5 OF 5
Websites : https://etender.ntpclakshya.co.in or
www.ntpctender.com
or
www.ntpc.co.in
14.0) Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966
Page 1 of 5
Appendix-I
QUALIFYING REQUIREMENTS FOR DRY SORBENT INJECTION (DSI) SYSTEM
PACKAGE FOR LOT 1 PROJECTS
1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in any one of the
qualifying routes i.e Route-1 (clause 1.1.0) or Route-2 (clause 1.2.0) including
requirements stipulated in sub clauses of respective Route. In addition, the Bidder
should also meet the requirements stipulated under clause 2.0.0 together with the
requirements stipulated under section ITB.
1.1.0 Route-1: Qualified Dry Sorbent Injection System Manufacturer (QDSIM)
1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised
erection and commissioned/supervised commissioning of at least one (1) no. of
Dry Sorbent Injection System, in a coal fired unit, having flue gas flow of not less
than 4,00,000 Nm
3
/hr, with sulphur dioxide capture efficiency of at least 50%.
The above Dry Sorbent Injection System should be using Sodium Bicarbonate as
reagent and should have been in successful operation for a period not less than
one (1) year prior to the date of Techno-Commercial bid opening.
1.2.0 Route-2: EPC Organization with Collaboration and Licensing Agreement
with QDSIM
1.2.1 The Bidder should be an Engineering, Procurement and Construction (EPC)
organization and should have executed, in the last 10 years, at least one project
(in single or multiple contract) on EPC basis (with or without civil works) in the
area of power, steel, oil & gas, petro-chemical, fertilizer, Flue Gas
Desulphurisation and / or any other process industry having a total contract value
of INR 100 million or more. This project should have been in successful operation
for a period of not less than one (1) year prior to the date of Techno-Commercial
bid opening.
1.2.2 Bidder should also have a valid ongoing collaboration and licensing agreement
with a QDSIM meeting requirements of clause 1.1.1, valid minimum up to the end
of the defect liability period of the contract. In such a case Bidder can either
source the Dry Sorbent Injection System from such manufacturer or
manufacture/get manufactured the Dry Sorbent Injection System as per the
design and manufacturing drawings released by such QDSIM.
1.2.3 An “Undertaking to be jointly executed by the Bidder and the collaborator for
complying the provisions of Deed of Joint Undertaking”, shall be submitted by the
bidder along with techno-commercial bid, failing which the Bidder shall be
disqualified and its bid shall be rejected.
Further, the bidder emerging as the successful Bidder shall be required to submit
the Deed of Joint Undertaking(s) (DJU) executed by it and the QDSIM, in which
the executants of DJU shall be jointly and severally liable to the Employer for
successful performance of the Dry Sorbent Injection System as per format
enclosed with the bidding documents
.
Page 2 of 5
1.2.4 In case of award of a project, the QDSIM will be required to furnish an on
demand bank guarantee for an amount of
5 % of the total contract price of the Dry
Sorbent Injection System Package in addition to the contract performance
security to be furnished by the Bidder.
Notes for clause 1.0.0
(1) Definitions
(i) “QDSIM" (Qualified Dry Sorbent Injection System Manufacturer) means a
manufacturer meeting requirements stipulated at clause 1.1.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also
include bituminous coal/brown coal/ Anthracite coal/lignite.
(iii) Whenever the term “Sodium Bicarbonate” is appearing above, "Sodium
Bicarbonate" shall be deemed to also include Trona (sodium sesquicarbonate /
Sodium sesquicarbonate dihydrate).
(iv) The word “executed” in clause 1.2.1 means the Bidder should have commissioned
the project specified in the clause 1.2.1 even if the contract has been started
earlier and/or is not completed/closed.
(2) Erection/Commissioning
Where erection / supervision of erection and commissioning / supervision of
commissioning has not been in the scope of the Bidder as mentioned in clause
1.1.1 the Bidder should have acted as an advisor for erection and commissioning.
Necessary documents / certificates from the client, in support of above shall be
furnished along with the Techno-Commercial bid.
(3) Direct / Indirect order
The Bidder/ QDSIM shall also be considered qualified, in case the award for
executing the reference works has been received by the Bidder/ QDSIM either
directly from owner of plant or any other intermediary organization. However, a
certificate from such owner of plant or any other intermediary organisation shall be
required to be furnished by the Bidder along with its Techno-Commercial bid in
support of the Bidder's/ QDSIM claim of meeting the qualification requirement as
per clause 1.1.1/1.2.1 above. Further, certificate from owner of the plant shall also
be furnished by the Bidder along with the Techno-Commercial bid for the
successful operation as specified at clause 1.1.1/1.2.1 above.
2.0.0 Financial Criteria
2.1.0 Financial Criteria of Bidder
2.1.1 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 391 Million (Indian Rupees Three Hundred Ninety One Million only).
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
Page 3 of 5
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.
2.1.2 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. In such an
event, the Bidder would be required to furnish along with Techno-Commercial
bid, a Letter of Undertaking from the Holding Company and/or Subsidiary(ies) of
the Holding Company, supported by the Holding Company’s and/or
Subsidiary(ies) of 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.
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 and Y1,Y2,Y3 are individual
paid up share capitals.
2.1.3 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
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 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.
Page 4 of 5
2.2.0 Financial Criteria of Collaborator (Applicable for clause 1.2.0)
2.2.1 The average annual turnover of the Collaborator, in the preceding three (3)
financial years as on the date of Techno-Commercial bid opening, should not be
less than INR 391 Million (Indian Rupees Three Hundred Ninety One Million only).
In case a Collaborator 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 Collaborator would be required to furnish along with bidder's 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 to the
Collaborator 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 is
associated.
2.2.2 Net worth of the Collaborator 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 Collaborator 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 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.
2.2.3 In case the Collaborator is not able to furnish its audited financial statements on
standalone entity basis, the unaudited unconsolidated financial statements of the
Collaborator can be considered acceptable provided the Collaborator further
furnishes the following documents for substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the
Collaborator 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 with the bidding documents, stating that the unaudited
unconsolidated financial statements form part of the consolidated financial
statements of the Holding Company.
Page 5 of 5
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 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 Clause 2.1.0 & 2.2.0
(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.
(iv) 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.
(v) In case the bidder / collaborator(s) participating under Clause 1.2.0 do not
meet the turnover requirement, then, the Turnover of any of the
Promoters individually or all the promoters (in a combined manner) (each
having Equity Stake more than 25%) of the Subsidiary Company / JV
Company would be considered. Each such promoter of the Subsidiary
Company / JV Company shall have to meet the Net Worth criteria
individually as per clause 2.1.2 and/or 2.2.2. In such an event the Bidder
would be required to furnish along with its techno-commercial bid, a Letter
of Undertaking from such promoter(s), supported by Board Resolution as
per the format enclosed in the bidding documents, pledging unconditional
and irrevocable financial support for execution of the Contract by the Bidder
in case of award.