Вы находитесь на странице: 1из 8

Page 1 of 8

SECTION-I
INVITATION FOR BIDS (IFB)

Clause INVITATION FOR BIDS (IFB)


No.

INVITATION FOR BIDS (IFB)


FOR
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE
FOR
Guru Gobind Singh Super Thermal Plant, Rupnagar

(International Competitive Bidding)

BID DOCUMENT NO.: PSPCL/CW-CC9971(A)-109

1.0 (a) PSPCL, GGSSTP, Rupnagar invites e-Bids from eligible Bidders for Flue Gas
Desulphurisation (FGD) System Package as three parts bid as per the brief scope of
work mentioned hereinafter. The firm may download tender specifications from
PSPCL website https://pspcl.abcprocure.com and send demand draft of Rs. 25,000/-
+ 18% GST in favour of AO/O&M, GGSSTP payable at Rupnagar (Ropar),Punjab,
India as cost of tender documents. It shall be clearly indicated on the envelope “DD
of cost of tender documents is enclosed therein”. Tenders of the firm, which do not
submit the demand draft in physical form towards the cost of tender documents
before the last date and time of bid submission shall be rejected. DD of tender
document cost should be valid on the date of opening of tender.
(b) Bidders are to register their profile on PSPCL ( https://pspcl.abcprocure.com/EPROC/)
Steps for Registration are as under:
a. Log in into the above website
b. Click on Register (Top Right Hand side)
c. Fill Registration details
d. After completion of Registration, again login with your creditionals and
attach your valid Digital signature and then submit.
e. Kindly Email to info@abcprocure.com to activate your profile

In case any difficulty regarding uploading of the tender the prospective bidders are
requested to get clarification from this office and or M/s e-procurement Technologies Ltd.
Contact Nos.+91-(79)-40016866/40/38/18/21, (91)9904406300,(91)9904406200,
(91)9904407996 . It is also requested to get their digital signature well in time so as to
submit tenders through e-tendering only.

2.0 BRIEF SCOPE OF WORK


Page 2 of 8

Clause INVITATION FOR BIDS (IFB)


No.
The scope of Dry Sorbent Injection (DSI) System Package for GGSSTP, Rupnagar
(4X210MW) for four (4) units of 210 MW shall cover design, engineering,
manufacture, shop fabrication, preassembly, shop testing/type testing at
manufacturer‟s works, packing, transportation, unloading, handling and conservation
of equipment at site, complete services of construction including erection,
supervision, pre-commissioning, commissioning and performance testing of
equipments under bidder‟s scope of work of Dry Sorbent Injection (DSI) System and
its associated auxiliaries including all associated Electrical, Control & Instrumentation
, Civil, Structural and Architecture works. Dry Sorbent Injection System shall use
Sodium Bicarbonate as reagent and shall have but not limited to the following:
 Sodium Bicarbonate (SBC) Storage Silos for each units complete with Truck
Unloading System to Storage Silos, Sodium Bicarbonate Feeding, Milling &
Injection system for each unit;
 Instrument air compressors common for all the units;
 Mill building for each unit for housing Mills, Unloading and Injection Blowers,
Truck unloading Blowers, Dehumidifiers etc.
 Complete Electrical System including all motors, LT Switchgears, Transformers,
Electrical Actuators, LT power & control cables, cabling, lighting, common
MCC room etc.
 Complete C&I systems including SO2 analyzer.
 Associated Civil, Structural and Architectural works including foundation.
 First fill and one year topping requirement of consumables/oils/lubricants,
supply of special maintenance tools and tackles, commissioning spares,
mandatory spares etc.
Detailed scope of work has been specified in the bidding documents

3.0 PSPCL intends to finance this package through Domestic Commercial Borrowings /
Internal Resources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the
Tender Specifications, which are available online at e-tendering website-
https://pspcl.abcprocure.com. Schedule of Bidding process will be as under:
1. Address details of tender issuing Dy. Chief Engineer /Monitoring,
authority GGSSTP,P.S.P.C.L, Post. Office-
Ghanauli,District-Rupnagar, State of
Page 3 of 8

Clause INVITATION FOR BIDS (IFB)


No.
Punjab (India) PIN-140113
Email ID: se-monitoring-gsstp@pspcl.in
Ph.0181-275666 Fax No.0181-274232
Mobile No. : 96461-07222
2. Bidding Document No. PSPCL/CW-CC-9971(A)-109
3. Due Date 13/09/19
4. Short Description of Work Dry Sorbent Injection (DSI) System
Package for GGSSTP, Rupnagar
(4X210MW) for four (4) units of 210
MW
5. Down loading of Start Date of Tender uploading
specification/Tender Date
Documents from website. Last 10/09/19 at 11:00 hrs
https://pspcl.abcprocure.com Date
6. Last date & time for receipt of 30/07/19 at 17:00 hrs
request for clarification for pre-bid
conference
7. Date of pre bid conference 13/08/19 at 10:30 hrs
8. Last Date & Time for Bid Submission 13/09/19 at 11:00 hrs
9. Bid opening date 13/09/19 at 11:30 hrs
10. Date & Time of opening of Price bid Will be intimated later on
11. Date and time of start of Reverse Will be intimated later on
auction (RA)

5.0 Earnest Money Deposit (EMD)/Bid Security of an amount INR 2,00,00,000/- (Indian
Rupees two Crore only) in the form of demand draft favoring Accounts Officer- O &M
GGSSTP payable at Rupnagar, State –Punjab, India, shall be submitted offline prior to
date and time for online bid submission.
IF ANY BIDDER DOES NOT SUBMIT ACCEPTABLE EARNEST MONEY
DEPOSIT (EMD)/BID SECURITY IN A SEPARATE SEALED ENVELOPE PRIOR
TO THE DATE AND TIME FOR ONLINE BID SUBMISSION, HIS BID SHALL BE
REJECTED AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS
6.1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in any one of
the qualifying routes i.e Route-1 (clause 6.1.1.0) or Route-2 (clause 6.1.2.0) including
requirements stipulated in sub clauses of respective Route. In addition, the Bidder
should also meet the requirements stipulated under clause 6.2.0.0 together with the
requirements stipulated under section ITB.
Page 4 of 8

Clause INVITATION FOR BIDS (IFB)


No.
6.1.1.0 Route-1: Qualified Dry Sorbent Injection System Manufacturer (QDSIM)
6.1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised erection
and commissioned/supervised commissioning of at least one (1) no. of permanent Dry
Sorbent Injection System in a pulverized coal fired unit, having flue gas flow of not less
than 6,00,000 Nm3/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.

Route-2: EPC Organization with Collaboration and Licensing Agreement with


6.1.2.0 QDSIM
The Bidder should be an Engineering, Procurement and Construction (EPC) organization
6.1.2.1 and should have executed, in the last 10 years, at least one industrial 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.

Bidder should also have a valid ongoing collaboration and licensing agreement with a
6.1.2.2 QDSIM meeting requirements of clause 6.1.1.1, 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.

The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the
6.1.2.3 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 including
meeting the technical guarantees. The DJU shall be submitted along with techno-
commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.

In case of award of a project, the QDSIM will be required to furnish a bank guarantee for
6.1.2.4 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 6.1.0.0
(1) Definitions

(i) “QDSIM" (Qualified Dry Sorbent Injection System Manufacturer) means a


manufacturer meeting requirements stipulated at clause 6.1.1.1.
(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 /
Page 5 of 8

Clause INVITATION FOR BIDS (IFB)


No.
Sodium sesquicarbonate dihydrate).
(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
6.1.1.1, 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 6.1.1.1/6.1.2.1 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 6.1.1.1/6.1.2.1 above.
6.2.0.0 Financial Criteria

6.2.1.0 Financial Criteria of Bidder


The average annual turnover of the Bidder, in the preceding three (3) financial years as
6.2.1.1 on the date of Techno-Commercial bid opening, should not be less than INR 632 Million
(Indian Rupees Six Hundred Thirty Two Million only) or in equivalent foreign
currency.

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.

6.2.1.2 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. However individually, their Net worth should not be less than 75%
(seventy five percent) of their respective paid up share capitals.
Page 6 of 8

Clause INVITATION FOR BIDS (IFB)


No.
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.

6.2.1.3 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.

6.2.2.0 Financial Criteria of Collaborator (Applicable for clause 6.1.2.0)


6.2.2.1 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
632 Million (Indian Rupees Six Hundred Thirty Two Million only) or in equivalent
foreign currency.

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
Page 7 of 8

Clause INVITATION FOR BIDS (IFB)


No.
the Deed of Joint Undertaking in case of award of the Contract to the Bidder with whom
Collaborator is associated.

6.2.2.2 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.

In case the Collaborator is not able to furnish its audited financial statements on
6.2.2.3 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.

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.
Page 8 of 8

Clause INVITATION FOR BIDS (IFB)


No.
Notes for Clause 6.2.1.0 & 6.2.2.0
(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.

7.0 GGSSTP 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.
8.0 No hard copy of Bidding Documents shall be issued.
9.0 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
Tender document fee, EMD, Power of Attorney, Integrity Pact / Deed of Joint
Undertaking in physical form as detailed in Bidding Documents before the stipulated bid
submission closing date and time at the address given below.
10.0 Bid should be submitted in three parts.
1. Part 1:Tender document fee & Earnest Money Deposit/Bid Security in two
separate sealed envelopes contained in one single sealed envelope duly
subscribed accordingly..
2. Part II:Techno commercial bid. (One original hard copy duly signed by authorized
signatory along with two Xerox copies of the same and soft copy in PDF format
in Pen drive ). Part-II of those firms who do not submit valid Tender document fee
& Earnest Money Deposit/Bid Security shall not be opened.
3. Part-III: Price bid (Online Only). Price bid of those firms who do not meet the
techno commercial criterion (part II above) shall not be opened.
The bidder will upload the scanned copy of the EMD/Bid Security & Price bid on the
website https://pspcl.abcprocure.com” and submit the original Tender document fee,
EMD/Bid Security & Techno commercial bid in the office of Chief Engineer /Monitoring
on or before the due date of opening. The bidder should not send the hard copy of the
Price bid.
Note : Quotation and other related documents shall be addressed to:

Deputy Chief Engineer /Monitoring, GGSSTP,


P.S.P.C.L, Post. Office- Ghanauli,
District-Rupnagar, State of Punjab (India)
PIN-140113

Вам также может понравиться