1
NTPC Limited
CORPRATE MATERIALS GROUP
NIT ON DOMESTIC COMPETITIVE BIDDING BASIS
Tender Notice No.
9900209268
Name of the Package
Setting up of MSW/RDF Based Gasification Plant at NETRA
Contact Person
Mahesh Prasad, AGM (C&M) / O N Singh, DGM (C&M)
Address
Corporate Contracts & Materials
Engineering Office Complex, Plot No. A-8-A, Sec-24, NOIDA- 201301
Description
Package Code No.: 9900209268
Last date for Bid submission
09.11.2020 (till 15:00 hrs)
Technical bid opening date
11.11.2020 (15:00 hrs)
Tender Fee
Completion Period
Earnest Money
Rs. 20,00,000/-
Note: Online tenders are invited on behalf of NTPC Ltd., from interested parties for the above
Package.
A Qualifying Requirements for Bidders :
In addition to the requirements stipulated under section Instruction to bidder (ITB), the
bidder should also meet the qualifying requirements stipulated hereunder.
1.0.0 TECHNICAL CRITERIA
1.1.0 Route 1
The bidder should have designed/engineered, supplied, erected/supervised erection
and commissioned/supervised commissioning of at least one (01) MSW/RDF
gasification plant of minimum 150 kWe gross capacity OR Biomass gasification plant
presently running on MSW/RDF of minimum 150 kWe gross capacity. The reference
plant should have been commissioned at least six months prior to the date of
techno-commercial bid opening and should have achieved at least 500 hrs of
cumulative operation.
1.2.0 Route 2
1.2.1 The bidder should have executed industrial project(s) as Engineering, Procurement,
Construction (EPC) agency in the area of power/ steel/ oil & gas/ petro-chemical/
sugar/ fertilizer/ waste to energy or any other process industry, during last ten (10)
years, with a cumulative value of such project(s) ₹123.1 Million (One Hundred
Twenty Three point One Million Only) or more with individual contract value of such
project(s) not less than ₹50 Million (Fifty Million Only). The reference project(s)
should have been commissioned and should be in operation for at least six months
prior to the date of techno-commercial bid opening
AND
2
The bidder should have valid technology license agreement/ agreement for right to
use of technology with a technology provider who meets the Technical Criteria as
mentioned in Clause 1.1.0 above.
1.2.2 In such case, the Bidder should furnish a Deed of Joint Undertaking (DJU) executed
by the Bidder and the Technology License Provider as per the format enclosed in the
bidding documents, in which the Technology License Provider Firm and the Bidder
are jointly and severally liable to the Employer to perform all the contractual
obligations including the technical guarantees for this package. The DJU should be
submitted along with the Techno-Commercial bid, failing which the Bidder shall be
disqualified and its bid shall be rejected.
1.2.3 In case of award, the Technology Licensor 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 of this package in addition to the
contract performance security to be furnished by the Bidder
Notes for Clause 1.0.0
a. MSW and RDF are defined for this project as segregated combustible materials left
after processing of Municipality Solid Waste and have the same meaning. These
RDF/MSW includes mainly Cardboard, Paper, Various plastic streams, Tetra pack,
Leather, Wooden Chips, Biomass, Agro residues, etc
b. In case the award for the reference work(s) has been received by the Bidder either
directly from owner of plant or any other intermediary organization, a completion
certificate from such owner of plant or the intermediary organization shall be
required to be furnished by the Bidder along with its techno-commercial bid in
support of its claim of meeting requirement of QR.
c. In case the reference work(s) has been set up by bidder or its technology provider
in their own premises, suitable document(s) (Internal Work Order/PO of
procurements and execution etc and document(s) supporting project completion)
proving that the Bidder/Technology provider has carried out the work required to be
furnished by the Bidder along with its techno-commercial bid in support of its claim
of meeting requirement of QR. In absence of relevant document, bidder shall
provide evaluation certificate for the cost and capacity of the reference work(s)from
a practicing Chartered Engineer
d. If the bidder meets Technical Criteria as per Clause 1.2.0 above, it has to source the
technology for which he is qualified. Further, in case of award, if the bidder fails to
complete the project, NTPC shall have the right to carry-out un-finished work
through technology provider or any other agency at the bidder’s risk and cost.
e. If the bidder meets Technical Criteria as per Clause 1.2.0 above, it shall be required
to furnish copy of valid Technology License agreement/agreement for right to use of
technology along with its techno-commercial bid in support of its claim of meeting
requirement of QR which shall be valid for at-least four years from the bid opening
date.
2.0 FINANCIAL CRITERIA
3
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 INR 153.9
Million (Indian Rupees One Fifty Three point Nine Million only).
2.2 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.
2.3 Net worth should not be less than 100% (hundred percent) of the bidder’s paid up
share capital as on the last day of the preceding financial year. 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 companies 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 Consortium, the Net worth of all consortium 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.
2.4 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 proceeding 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.
4
Notes for Clause 2.0:
i) Net worth means the sum total of the paid up share capital and free reserves. Free
reserves means all reserves credited out of the profits and share premium account
but do 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” shall have the meaning ascribed to them as
per Companies Act of India.
B. General Conditions of Purchase:
1. Interested Vendors may download the tender documents from website “https://eprocurentpc.nic.in”.
The website works best on Internet explorer 10 and above.
2. In the evaluation and comparison of bids, NTPC reserves the right to allow purchase preference to
Central Public Sector Enterprises (CPSEs) and joint ventures with CPSEs as admissible under the
existing policy of the Govt. of India.
3. NTPC reserves the right to reject any or all the tenders without assigning any reason thereof.
4. THE BID SECURITY ALONG WITH TENDER FEE , JDU, INTEGRITY PACT ETC. AS
MENTIONED ABOVE SHOULD REACH THE DEALING OFFICER AT THE GIVEN
COMMUNICATION ADDRESS IN FORM OF DD / BG ATLEAST ONE DAY BEFORE THE
DATE OF TECHNICAL BID OPENING DATE, OTHER WISE THE BID IS LIABLE TO BE
REJECTED.
SPS Rawat
Manager (C&M)
Email: spsrawat@ntpc.co.in