1
NTPC Limited
CORPRATE MATERIALS GROUP
NIT ON DOMESTIC COMPETITIVE BIDDING
IFB No.
9900210753
Name of the Package
Setting up of H
2
Generation Plant at NTPC Vindhyachal
Contact Person
AGM (C&M) / DGM (C&M)/ Manager (C&M)
Address
CORPORATE CONTRACTS & MATERIALS
ENGINEERING OFFICE COMPLEX
PLOT NO A-8-A, SEC-24, NOIDA- 201301 (UP), India
Bidding Document
No.
CM-H
2
-NETRA-9
Issuance of IFB
Bidding Document Sale Date & Time
Last Date for receipt of queries from bidders (if
any)*
Last date for Bid submission
Technical bid opening date
Date & Time for Opening of Price Bid
Tender Fee
Rs 22500/-
Completion Period
15 months
Earnest Money
Rs. 10000000/-
*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.
Note: Online tenders are invited on behalf of NTPC Ltd., from interested parties for the above
Package.
A Qualifying Requirements for Bid validation:
In addition to the requirements stipulated under section Instruction to bidder (ITB), the
bidder should also meet the qualifying requirements stipulated hereunder clause 1.1.0 or
1.2.0 and 2.0.0
1.0.0 TECHNICAL CRITERIA
1.1.0 Route 1
The Manufacturer/its channel partner should have supplied Proton Exchange
Membrane(PEM) Electrolyzer/Stack based Hydrogen Generation System of at least 400
KW as a single unit which should have been in successful operation for at least six
months prior to the date of techno-commercial bid opening.
1.2.0 Route 2
2
1.2.1 The bidder should have executed industrial project(s) as Engineering, Procurement,
Construction (EPC) Contractor in the area of Hydrogen Generation Plant/ power/ Metal/
oil & gas/Chemical/ hydrocarbon / sugar/ fertilizer /CO2 Capture Plant or any other
Process industries, during last ten (10) years, with a cumulative value of such
project(s) 428 Million (Four hundred and, twenty eight Million Only) or more with
individual contract value of such project(s) not less than 85 Million (Eighty five
Million Only). The reference project(s) should be in successful operation for at least six
months prior to the date of techno-commercial bid opening.
AND
The bidder should have an agreement with a Manufacturer who meets the Technical
Criteria as mentioned in Clause 1.1.0 above for supply of Electrolyzer/Stack.
1.2.2 In such cases, Deed of Joint Undertaking (DJU) executed by the Bidder and the
Manufacturer shall be as per the format enclosed in the bidding documents, in which
the Bidder and Manufacturer agree to sign an undertaking for successful completion of
the Contract. 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 Manufacturer 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. The Manufacturer shall provide the
guarantee for the equipment supplied by him under this contract.
Notes for Clause 1.0.
a. Channel Partner : A channel partner is defined for this project as an entity that has a
valid authorization/agreement with a manufacturer to market/supply/ assemble/sell
the manufacturer's products.
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. References from websites, reputed journals ,
standard documents of a bidder etc. shall also be accepted 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 agreement for supply of Electrolyzer/Stack 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.
3
f. One Manufacturer may tie up with multiple EPCs through separate Deed of Joint
Undertaking.
2.0.0 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 INR 428 Million
(Four Hundred and twenty-Eight 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.
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 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 2.0.0:
4
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 Companyand “Subsidiary” shall have the meaning ascribed to them as per
Companies Act of India.
B. General Conditions:
1. Interested Vendors may download the complete set of 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. Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
4. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
5. NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids (IFB)
for the subject package without assigning any reason whatsoever and in such case no
bidder/intending bidder shall have any claim arising out of such action.
6. THE BID SECURITY ALONG WITH TENDER FEE 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.
7. Address for Communication
AGM (C&M) /DGM (C&M)
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. 0091-120-4946620, 4946615
Fax No. 0091-2410284, 2410011
e-mail: spsrawat@ntpc.co.in / omnarayansingh@ntpc.co.in/ maheshprasad@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in
8. Registered Office
NTPC Limited, NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
5
Website: www.ntpc.co.in