Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484
SECTION - I
INVITATION FOR BIDS (IFB)
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE) (SSC-NR VINDHYACHAL)
INVITATION FOR BIDS (IFB)
FOR
PACKAGE OF SUPPLY AND ERECTION OF CLO2 PLANTS IN RHSTPP (CW STAGE-1,2&3 and PTCW STG-2 &3
and DM PLANT-1&2)
(Domestic Competitive Bidding)
IFB No.: 9900206484 Date: ………………
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
PACKAGE OF SUPPLY AND ERECTION OF CLO2 PLANTS IN RHSTPP (CW STAGE-1,2&3 and PTCW STG-2 &3 and DM
PLANT-1&2), as detailed
in the Technical Specification and as per provision of this Bidding Document
3.0 NTPC intends to finance subject Package through :
Internal Resources.
4.0
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 at the address given below and as per the following schedule:
Tender Ref No
NTPC/SSC-VSR/9900206484
Document Download / Sale Start Date
21-Aug-2020 12:00 PM
Document Download / Sale End Date
09-Sep-2020 11:00 AM
Source of IFB/NIT
SSC-NR Vindhyachal
Form of Contract/Tender Category
SUPPLY
*
Type Of Bidding
SINGLE STAGE-TWO ENVELOPE
Pre Bid Conference
AS PER GePNIC NIT
Clarification Start Date
21-Aug-2020 12:00 PM
Clarification End Date
31-Aug-2020 06:00 PM
Bid Submission Start Date
21-Aug-2020 12:00 PM
Bid Submission End Date
09-Sep-2020 11:00 AM
Bid Opening Date
11-Sep-2020 11:00 AM
“Cost of Bidding Documents”/”Tender Fee” in
INR
Rs. 13,275/-
EMD in INR
Rs 50,00,000/-
Pre Bid Conference Date & Time (if any)
As per GePNIC NIT
Integrity Pact (Applicable / Not Applicable) Applicable
*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.
SECTION - I (IFB)
Page 1 of 5
DETAILED INVITATION FOR BIDS
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484
5.0
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 15, 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 fee and Integrity pact (if
applicable), shall be rejected by the Employer as being non-responsive and shall be rejected without
being opened.
6.0
QUALIFYING REQUIREMENTS FOR BIDDERS
1.0 Technical Criteria
Route – 1
1.1 Bidder 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.
AND
1.2 In 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/h
Route – 2
2.1 Bidder 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 throughROUTE -1, ' clause 1.1 and 1.2 or
through “ROUTE -2 , clause 2.1 ” for evaluation of qualifying requirement.
SECTION - I (IFB)
Page 2 of 5
DETAILED INVITATION FOR BIDS
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484
DETAILED INVITATION FOR BIDS
(i) 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 1.0
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.
(ii) 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/sub-vendor, he has to provide documentary evidence
issued by the "Owner"
2.0 Financial Criteria
2.1 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 Rs 3942.04 Lakhs. (Rupees Thirty-Nine Crore Forty-Two Lakhs
Four Thousand 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 (reckonedon 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
SECTION - I (IFB)
Page 3 of 5
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484
DETAILED INVITATION FOR BIDS
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.
2.3 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:
(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 practicing 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.
7.0
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.
8.0
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.
SECTION - I (IFB)
Page 4 of 5
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484
DETAILED INVITATION FOR BIDS
9.0
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.
10.0 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 offline as detailed in Bidding Documents by the stipulated bid submission closing date
and time at the address given below.
11.0 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.
NOTE: No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the last date of
receipt of Queries/ Pre-Bid Conference (if applicable) specified above.”
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
13.0 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.
14.0 MSE benefit of purchase preference for entire package 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 ClO2 Generator”.
15.0 For the purpose of meeting Qualifying requirement, Section-III, BDS (Bid data sheet) Clause 6 may also be seen.
16.0 Address for communication:
NTPC Ltd.,
Contract Services, SSC NR Vindhyachal 2nd Floor ADMINISTRATIVE BUILDING,
P O Vindhyanagar, DISTT: Singrauli (MP) – 486885
AGM. (Contracts) SSC NR Vindhyachal e-mail: gauravsaraswat@ntpc.co.in
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
17.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodhi Road, New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in
SECTION - I (IFB)
Page 5 of 5
Tender Ref No /Tender ID : NTPC/SSC-VSR/9900206484