Sei sulla pagina 1di 96

NTPC Limited

(A Government of India Enterprise)

TANDA THERMAL POWER PROJECT,


STAGE-II (2X660 MW)

BIDDING DOCUMENTS
FOR
COOLING TOWERS PACKAGE

SECTION - VII
(PART 1 OF 3)

BIDDING DOCUMENT NO. : CS-9562-135-2


NTPC Limited
(A Government of India Enterprise)

TANDA THERMAL POWER PROJECT,


STAGE-II (2X660 MW)

BIDDING DOCUMENTS
FOR
COOLING TOWERS PACKAGE

SECTION - VII
(PART 1 OF 3)

BIDDING DOCUMENT NO. : CS-9562-135-2

(This document is meant for the exclusive purpose of bidding against this Bid
Document No. / Specification and shall not be transferred, reproduced or
otherwise used for purposes other than that for which it is specifically issued).
SECTION-VII (PART 1 OF 3)

1a. BID FORM (TECHNO-COMMERCIAL BID)


AND ATTACHMENTS
TABLE OF FORMS AND PROCEDURES

Sl.No. Description

Section-VII (Part 1 of 3)

1a. Techno-Commercial Bid (Envelope-I)


(Bid Form along with Attachments)

Section-VII (Part 2 of 3)

1b. Price Bid (Envelope-II) (Bid Form along


with attachments and Price Schedules)

Section-VII (Part 3 of 3)

2. Bid Security Form - Bank Guarantee

2a. Bid Security Form - Bank Guarantee in case


of Bid From Joint Venture - (NOT APPLICABLE)

2b. Bid Security Form - Letter of Credit

3. (a) Form of Notification by the Employer to the Bidder

(b) Form of Sight Draft

4. Forms of Notification of Award (2 forms)

5. Form of Contract Agreement

6. Performance Security Forms

6a. Performance Security Form in case of


contract awarded to Joint Venture - (NOT APPLICABLE)

7(i). Bank Guarantee Form for Advance Payment


(For Supply - FOB/Ex-Works Portion)

7(ii). Bank Guarantee Form for Advance Payment


for (For Installation Services Portion)

7(iii). Bank Guarantee Form for Advance Payment in


case of contract awarded to Joint Venture - (NOT APPLICABLE)

8. Form of Completion Certificate


Sl.No. Description

9. Form of Operational Acceptance Certificate

10. Form of Trust Receipt

11. Forms of Indemnity Bond (2 Nos.)

12. Form of Authorization Letter

13. Forms of Deed of Joint Undertaking

14. Form of Bank Guarantee by Associate/Collaborator

15. Form of Joint Venture Agreement - (NOT APPLICABLE)

16. Form of Bank Guarantee Verification Check List

17. Form of Validity Extension of Bank Guarantee

18. Forms of Indemnity Bond to be Executed by the Contractor for the Removal/
Disposal of Scrap/Disposal of Surplus Material
(BIDDER MAY TAKE NOTE OF THE FOLLOWING POINTS WHILE
SUBMITTING ITS BID)

 BIDDERS ARE REQUIRED TO FURNISH REQUISITE DETAILS IN THE FORMATS


SPECIFIED IN THE BIDDING DOCUMENTS FOR MEETING THE STIPULATED
QUALIFYING REQUIREMENTS (QR) ALONG WITH ALL SUPPORTING DOCUMENTS
LIKE COPIES OF CLIENT’S CERTIFICATES, WORK ORDERS AND CONTRACT
AGREEMENTS ETC. IF ANY OF THE REFERENCE WORKS FURNISHED BY BIDDER
PERTAINS TO THE CONTRACT (S)/WORKS EXECUTED BY BIDDER FOR NTPC IN
THE PAST THEN IN RESPECT OF SUCH CONTRACT (S)/WORKS, BIDDER IS NOT
REQUIRED TO ENCLOSE CLIENT’S CERTIFICATE(S) ALONG WITH ITS BID

 IN CASE OF EXTENSION OF TECHNO-COMMERCIAL BID OPENING DATE, BIDDER


TO FURNISH BANKER’S CERTIFICATE FOR UNUTILIZED LINE OF CREDIT AND
AUDITED ANNUAL REPORTS ALONG WITH ITS BID AS PER EXTENDED DATE OF
TECHNO-COMMERCIAL BID OPENING TO MEET THE STIPULATED FINANCIAL QR
CRITERIA.

 POWER OF ATTORNEY DULY NOTARIZED BY A NOTARY PUBLIC INDICATING THAT


THE PERSON(S) SIGNING THE BID HAS/HAVE THE AUTHORITY TO SIGN THE BID
AND THE BID IS BINDING UPON THE BIDDER DURING THE FULL PERIOD OF ITS
VALIDITY BACKED BY A COPY OF BOARD RESOLUTION/OTHER RELEVANT
DOCUMENTS TO DEMONSTRATE THE AUTHORITY OF THE PERSON ISSUING THE
POWER OF ATTORNEY- TO BE FURNISHED ALONG WITH THE BID.

 POWER OF ATTORNEY TO THE AUTHORISED SIGNATORY OF THE BIDDER FOR


SIGNING OF BID AND JDU/JV AGREEMENT ETC., WHEREVER APPLICABLE, TO BE
SUBMITTED ALONG WITH BID AND SHOULD BE DATED NOT LATER THAN THE DATE
OF SIGNING THE BID.

 BIDDER TO ENSURE THAT BID SECURITY/INTEGRITY PACT/JDU/JV AGREEMENT TO


BE SUBMITTED IN ORIGINAL STRICTLY AS PER SPECIFIED FORMATS DULY
SIGNED IN ORIGINAL BY AUTHORIZED SIGNATORY AND STAMPED ON EACH
PAGE. SCANNED /PHOTOCOPY OF THESE DOCUMENTS WITHOUT SIGNATURE IN
ORIGINAL SHALL NOT BE ACCEPTABLE AND SHALL BE SUMMARILY REJECTED.

 DATE OF PURCHASE OF STAMP PAPER OF INSTRUMENTS LIKE BID SECURITY,


JOINT DEED OF UNDERTAKING ETC SHOULD BE ON OR BEFORE THE DATE OF
EXECUTION OF SUCH INSTRUMENTS.

TANDA THERMAL POWER PROJECT, COOLING TOWERS PACKAGE PAGE


STAGE-II (2X660 MW) 1 OF 1
BIDDING DOCUMENT NO. CS-9562-135-2
BID FORM (TECHNO-COMMERCIAL BID)
Page 1 of 7

BID FORM (TECHNO-COMMERCIAL BID)

Bidder Proposal Ref. No.:

IFB No.: 4 Date: ......................

Name of Package: COOLING TOWERS PACKAGE FOR TANDA THERMAL POWER


PROJECT, STAGE-II (2X660MW)

Bidding Document No.:

To,

NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,
Noida-201301.

Gentlemen and/or Ladies,

1.0 Having examined the Bidding Documents No. CS-9562-135-2, including


subsequent amendments .............................. and clarifications ............................, if
any (Insert Numbers), the receipt of which is hereby acknowledged, we the
undersigned, offer to design, manufacture, test, deliver, install and commission
(including carrying out Guarantee Test) the facilities under the above-named
Package in full conformity with the said Bidding Documents and hereby furnish
our Techno-Commercial Proposal:

2.0 Attachments to the Bid Form (Techno-Commercial Bid):

In line with the requirement of the Bidding Documents we enclose herewith the
following Attachments to the Bid Form (Techno-Commercial) Bid:

(a) Attachment 1 : Bid Security in the form of ....................................................


(Please fill in the alternative chosen) for a sum of .......................................
.....................................................................................................................................
(Name of currency and amount in words & figures) valid for a period of
225 days from the date set for opening of Techno-Commercial bids. As
required, the Attachment-1 (i.e. Bid Security) has been furnished in a
separate sealed envelope.

(b) Attachment 2 : A power of attorney duly notarised by a Notary Public


indicating that the person(s) signing the bid has/have the authority to sign
the bid and thus that the bid (Techno-Commercial Bid and Price Bid) is
binding upon us during the full period of its validity in accordance with
the ITB Clause No.13.
BID FORM (TECHNO-COMMERCIAL BID)
Page 2 of 7

(c) Attachment 3 : The documentary evidence establishing in terms of


Section ITB 8.1.2 (a) and Item No. 3.0 of Bid Data Sheets that we are
qualified to perform the Contract if our bid is accepted. The qualification
data has been furnished as per your format enclosed with the bidding
documents.
@ The required Deed(s) of Joint Undertaking signed by us and
our Collaborator(s)/Associate(s) have also been furnished as
per your format in physical form in separate sealed envelope.

@@ The required Joint Venture/Consortium Agreement signed by all


the partners of JV/Consortium have also been furnished as per
your format in physical form in separate sealed envelope.
---Not Applicable---

(d) Attachment 4 : The documentary evidence establishing in accordance


with ITB Clause 2 that the facilities offered by us are eligible facilities and
conform to the Bidding Documents, has been furnished as Attachment 4.

(e) Attachment 4A : A list of Special Tools & Tackles to be furnished by us,


the cost of which shall be included in our Price Bid, is enclosed as per
your format as Attachment-4A.

(f) Attachment 5 : The details of all major items of services or supply


which we propose subletting giving details of the name and nationality of
the proposed sub-contractors/sub-vendors for each item.

(g) Attachment 6 : The details of Alternative Bid made by us indicating the


complete Technical Specifications.

(h) Attachment 7 : List of Construction and Erection Tools & Equipments


and Safety Equipments & Safety Personal Protective Equipments which
we propose to bring to site in case the Contract is awarded to us.

(i) Attachment 8 : Technical Data Sheets duly filled in as per your format
given in separately bound book entitled "Technical Data Sheets" enclosed
as Part of Technical Specification of the bidding documents.

(j) Attachment 9 : Details as per your format, of bought out items (without
value) to be directly despatched by our sub-vendor*/ and our assignee's
sub-vendor* (applicable for foreign bidder) to your site.
* Strike out if not applicable.

(k) Attachment 10 : Quality Assurance Programme containing the overall


quality management & procedures which we propose to follow during
various phases of execution of the Contract.
BID FORM (TECHNO-COMMERCIAL BID)
Page 3 of 7

(l) Attachment 11 : Additional Information provided by us.

(m) Attachment 12 : Milestone schedule along with master network showing


the timing and sequence of all key activities necessary for successful
completion of the contracts and giving the important milestone for each.

(n) Attachment 13 : Price Adjustment Data filled in by us.

(o) Attachment 14 : Details of Equipment including Type Test & Mandatory


Spares to be imported from Associate/Collaborator by the manufacturer or
the bidder. ---Not Applicable---

(p) Attachment 15 : Authorization Form for release of payments through


Electronic Fund Transfer system duly filled in as per your format enclosed
in Bidding Documents.

(q) Attachment 16 : Form of Declaration on Fraud Prevention Policy duly


filled in as per Employer format.

(r) Attachment 17 : The required Integrity Pact duly signed has been
furnished as per your format in physical form in separate sealed
envelope.

(s) Attachment 18: Declaration on Policy for withholding and Banning of


Business Dealings duly filled in as per Employer's format.

(t) Attachment 19: Checklist of documents to be submitted for Techno-


Commercial Bid.

3.0 CONSTRUCTION OF THE CONTRACT

3.1@ We (applicable to foreign bidders) declare that we have studied GCC Clause
3.6 relating to mode of contracting and we are making this proposal with a
stipulation that you shall award us three separate Contracts viz 'First Contract'
for CIF (Indian port-of-entry) supply of Plant and Equipment including Type Test
Charges and Mandatory Spares to be supplied from abroad, 'Second Contract'
for Ex-works (India) supply of domestically manufactured Plant and Equipment
including Type Test Charges and Mandatory Spares and `Third Contract' for
providing all services i.e. port handling, port clearance and port charges for the
imported goods, further loading, inland transportation for delivery at site, inland
transit insurance, unloading, storage, handling at site, installation, Civil and Allied
works (if any), insurance covers other than inland transit insurance, testing,
commissioning and conducting Guarantee Tests in respect of all the equipments
supplied under the First Contract & the Second Contract and all other services
as specified in the Contract Documents.

We declare that the award of three contracts will not, in any way, diliute our
responsibility for successful operation of Plant and Equipment and fulfillment of
all the obligations as per Bidding Documents and that all the three Contracts
BID FORM (TECHNO-COMMERCIAL BID)
Page 4 of 7

will have a crossfall breach clause i.e. a breach in one Contract will
automatically be construed as breach of the other Contracts which will confer on
you the right to terminate the other Contracts also at our risk and cost.
Further, we hereby propose M/s............................................ as our Assignee for the
purpose of executing the *Second Contract/ *Third Contract/ *both Second and
Third Contract (*Strike off whichever is not applicable) and written
unequivocal consent of the above mentioned proposed Assignee to work as your
independent Contractor on the same terms and conditions as offered by us to
you in this bid proposal is also enclosed with the Bid Form. We declare that for
the scope of work envisaged by us in our bid to be executed by our Assignee,
the Assignee has relevant/required capacity and experience of executing similar
job. Relevant/required documents are enclosed in the bid to establish capacity
and experience of the Assignee. The Assignee shall directly enter into
Contract(s) with you and all the three Contracts shall contain the aforesaid
cross-fall breach clause, however, we shall have overall responsibility of
performance under all the Contracts awarded against subject package.

If the Employer in its judgement does not find acceptance of Assignee proposed
in the bid as its Contractor, then on the request of the Employer, we shall have
option to propose alternate Assignee, in line with relevant ITB Clause, on the
same terms and conditions and cost as offered in our bid. However, if
Assignee, despite his written consent, fails to enter into contract with the
Employer or if the Employer in its judgement does not find acceptance of
Assignee as its Contractor, then we undertake to enter into and execute all the
three Contracts with the Employer covering the entire scope of work envisaged
in the bidding documents on the same terms and conditions and cost as
offered in our bid, inter alia, containing the aforesaid cross-fall breach clause. In
such an event, the overall financial liability of the Employer under the Contracts
shall, however, not exceed that envisaged in our Bid Proposal.

Further, we understand and agree that for the above purpose, only one
Assignee shall be permitted.

@ Domestic Bidders to strike off this provision and affix Signatures thereon.

3.2@@ We (applicable to Domestic Bidders only) declare that we have studied GCC
Clause 3.6 relating to mode of contracting and we are making this proposal with
a stipulation that you shall award us three separate Contracts viz. 'First
Contract' for CIF (Indian port of entry) supply of Plant and Equipment including
Type Test Charges and Mandatory Spares to be supplied from abroad, 'Second
Contract' for Ex-works (India) supply of domestically manufactured Plant and
Equipment including Type Test Charges and Mandatory Spares and 'Third
Contract' for providing all the services i.e. port handling, port clearance and port
charges for the imported goods, further loading, inland transportation for delivery
at site, inland transit insurance, unloading, storage, handling at site, installation,
Civil and Allied works (if any), insurance covers other than inland transit
insurance, testing, commissioning and conducting Guarantee Tests in respect of
BID FORM (TECHNO-COMMERCIAL BID)
Page 5 of 7

all the equipments supplied under the 'First Contract' and the `Second Contract'
and all other services as specified in the Contract Documents. We declare that
the award of three separate Contracts will not in any way dilute our
responsibility for successful operation of plant and equipment and fulfillment of all
the obligations as per Bidding Documents and that all the three Contracts will
have cross-fall breach clause i.e. a breach in one contract will automatically be
construed as breach of the other Contracts which will confer on you the right to
terminate the other Contracts also at our risk and cost.

@@ Foreign Bidders to strike off this provision and affix Signatures thereon.

4.0 COMPLIANCE TO THE PROVISIONS OF THE BIDDING DOCUMENTS

4.1 We have read all the provisions of the Bidding Documents and confirm that
notwithstanding anything stated elsewhere in our bid to the contrary, the
provisions of the Bidding Documents, are acceptable to us and we further
confirm that we have not taken any deviation to the provisions of the Bidding
Documents anywhere in our bid.

We have furnished our compliance to the provisions of the Bidding Documents


and its subsequent Amendment(s)/Clarification(s)/Addenda/Errata by accepting the
following attribute in Main Screen of Bid Invitation:

"Do you certify full compliance to all provisions of Bid Doc?"

Acceptance of above attribute shall be considered as our confirmation that any


deviation, variation or additional condition etc. or any mention, contrary to the
provisions of Bidding Documents and its subsequent Amendment(s)/
Clarification(s)/Addenda/Errata(if any) found anywhere in our bid proposal, implicit
or explicit shall stand unconditionally withdrawn, without any cost implication
whatsoever to the Employer, failing which our bid security shall be forfeited.

4.2 We further declare that additional conditions, variations, deviations, if any, found
in the bid, shall not be given effect to.

4.3 We have furnished our compliance on "Qualifying Requirements" of NTPC by


accepting the following attribute in Main Screen of Bid Invitation:

"Do you certify full compliance on Qualifying Requirements"

4.4 We hereby confirm that the number of reference Plants quoted by us in


Attachment-3A-1 of the bid, for establishing compliance to the specified
Qualifying Requirement (QR), are not more than Three (3) number of Plants.

We also confirm that the reference Plants declared more than Three (3)
number of Plants shall not be considered for evaluation / establishing
compliance to Qualifying Requirement (QR).
BID FORM (TECHNO-COMMERCIAL BID)
Page 6 of 7

We further confirm that no change or substitution in respect of reference Plant,


as specified in our bid, by new/additional Plant for meeting the specified
Qualifying Requirement (QR) shall be offered by us.

5.0 We confirm that we are seeking qualification on the basis of association/


collaboration with the manufacturer(s) of particular equipment(s). We further
confirm that the plant and equipment including type tests and mandatory spares,
which shall be imported from the associate's/collaborator's country by the
manufacturer or by us, have been listed in Attachment-14 to Bid Form (Techno-
Commercial Bid) and the price of these equipment including type tests and
mandatory spares have been included in the total CIF (Indian port-of-entry) price
to be quoted by us in Schedule-1 of Price Bid. ---Not Applicable---

6.0 We undertake, if our bid is accepted, to commence work on the Facilities


immediately upon your Notification of Award to us and to achieve Completion of
Facilities and conduct Field Quality Tests within the time specified in the Bidding
Documents.

6.1 If our bid is accepted, we undertake to provide Advance Payment Security,


Contract Performance Securities including that from our collaborator(s)/
associate(s) (if applicable) and securities for Deed(s) of Joint Undertaking (as
applicable) in the form and amounts and within the time specified in the Bidding
Documents.

7.0 We agree to abide by this Techno-Commercial Bid and Price Bid for a period
180 days from the date of opening of Techno-Commercial Bids as stipulated in
the Bidding Documents, unless extended by us on your request and it shall
remain binding upon us and may be accepted by you at any time before the
expiration of that period.

8.0 Until a formal Contract is prepared and executed between us, this bid, together
with your written acceptance thereof in the form of your Notification of Award
shall constitute a binding contract between us.

9.0 We understand that you are not bound to accept our bid or any other bid you
may receive.

10.0 We, hereby, declare that only the persons or firms interested in this proposal as
principals are named here and that no other persons or firms other than those
mentioned herein have any interest in this proposal or in the Contract to be
entered into, if the award is made on us, that this proposal is made without any
connection with any other person, firm or party likewise submitting a proposal, is
in all respects for and in good faith, without collusion or fraud.

Dated this...........................day of..........................20...................

Thanking you, we remain,


Yours faithfully,

Date : (Signature).........................................

Place : (Printed Name)..................................

(Designation)......................................

(Company Seal).................................
BID FORM (TECHNO-COMMERCIAL BID)
Page 7 of 7

Business Address :

Country of Incorporation (Province also to be indicated):

Fax No. :

Phone No. :

Note : 1. Bidders may note that no prescribed proforma has been enclosed for:

(a) Attachment 2 (Power of Attorney)

(b) Attachment 4, (For documentary evidence establishing that the facilities


offered are eligible facility and conform to bidding documents.)
However, the proforma for Special tools & tackles have been enclosed
as Attachment - 4A.

(c) Attachment 7 (Alternate Bid)

For these attachments, Bidders may use their own proforma for furnishing
the required information with the Bid.
ATTACHMENT - 1
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

BID SECURITY
(TO BE SUBMITTED IN PHYSICAL FORM)

BIDDER TO FURNISH BID SECURITY IN LINE WITH


ITB CLAUSE 12.0 AND AS PER FORMAT GIVEN
AT SL.NO. 2/2a/2b OF SECTION-VII (FORMS & PROCEDURES)
ATTACHMENT - 2
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

POWER OF ATTORNEY
(TO BE SUBMITTED IN PHYSICAL FORM)

BIDDER TO ATTACH THE POWER OF ATTORNEY


IN ACCORDANCE WITH ITB CLAUSE 8.1.1(b)
ATTACHMENT - 3
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

(Qualification Data)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,
Noida-201301.
Dear Sirs,
We seek qualification under Clause 8.1.2(a) of Section ITB and Item No. 3.0 of Bid Data
Sheet and our qualification data in support thereof is enclosed in the following Attachments:
1. Attachment 3A-1 : Details Pertaining to Technical Qualification of the
Bidder.
2. Attachment 3A-2 : Details Pertaining to Financial Qualification of the
Bidder.
3. Attachment 3B : Details of Financial Capacity Status
4. Attachment 3C : Details of Design, Engineering, manufacturing and
testing Capabilities
5. Attachment 3D : Details of manufacturing capacities & Plant Loading
6. Attachment 3E : Present order book position
7. Attachment 3F : Past Performance Data
8. Attachment 3G : Data regarding Key Construction Personnel
9. Attachment 3H : Manpower Loading Data
10. Attachment 3I : Original Deed(s) of Joint Undertaking
11. Attachment 3J : Brief write up regarding Project Management
Organisation
12. Attachment 3K : Sub-Qualifying Requirements

We further understand and agree that any misleading or false information furnished
by us may result in summary rejection of our bid.

Date : (Signature)......................................................
Place : (Printed Name).............................................
(Designation)..................................................
(Company Seal).............................................
Note : The Bidder shall enclose relevant documents like copies of authentic purchase
order, completion certificates, agreements etc. supporting the details/data
provided in Attachments-3A to 3K.
ATTACHMENT - 3A-1
Page 1 of 10

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660W)
BIDDING DOCUMENT NO. CS-9562-135-2

(Details Pertaining to Technical Qualification of the Bidder


As per Item No. 3.1.0 of the Bid Data Sheet)
Bidder's Name and Address : To
Contract Services-II
NTPC Limited,
Noida - 201301

Dear Sir,
We declare that we meet the Qualifying Requirements stipulated at item 3.1.0 of BDS as
per Sl.No. (i)* / (ii)*/ (iii)* mentioned below and have also furnished the details (as per Col-
umn 3) in the formats enclosed.
Sl.No. Clause Ref. of Item No. 3.0 Attachment No. & Pages and relevant details
of BDS for QR filled up by the Bidder & his Associate

1. 2. 3.

(i) Clause 3.1.1*# of BDS Attachment 3A-1(A), Page 2 of 10 to 4 of 10

(ii) Clause 3.1.2 of BDS*# Attachment 3A-1(B), Page 5 of 10 to 7 of 10

(iii) @ Detail of Cooling Tower Attachment 3A-1(C), Page 8 of 10 to 10 of 10


Designer*#

#
We confirm that we have furnished original Deed of Joint Undertaking with our
Associate M/s ................................................................ offline (in hard copy) in terms of Clause
3.1.2*/3.1.3* of Item 3.0 of BDS.

@ We confirm that we have filled data for Cooling Tower Designer for Clause 3.1.1(in case
referene Cooling Tower is not designed by Bidder himself)*/3.1.2* of Item No. 3.0 of BDS.

* Bidder to cut the portion not relevant to them.

Date :

Place : (Printed Name).....................................................

(Designation).........................................................
ATTACHMENT - 3A-1
Page 2 of 10

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660W)
BIDDING DOCUMENT NO. CS-9562-135-2

(A) For Bidders Seeking Qualification as per Clause No.: 3.1.1 of BDS

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301
Dear Sirs,

In support of Qualifying Requirements of Clause 3.1.1 of BDS, we confirm that we have


have designed/ got designed, constructed and commissioned atleast one (1) number of
Natural Draught Cooling Tower in RCC construction with splash type fill, of capacity not
less than 30000 Cu.M/Hr and which should have been in successful operation for atleast
one (1) year prior to the date of techno-commercial bid opening.

We further confirm that the reference cooling towers are of the Splash type fill and splash
type fill offered by us are fully splash type. Hybrid / trickle / modular type of fills shall
not be acceptable. The details of the reference cooling tower executed by us is furnished
below:

* Strike through / delete if not applicable.


-----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**

----------------------------------------------------------------------------------------------------------------------------
1. Description of Work and
Name of Client

2. Location/Address of the Plant/works

3. Address of the Client (including


Contact Person Name, Telephone
No, e-mail etc)

4. Capacity of each Cooling


Tower (Cu.M/hr.)

5. Type of Cooling Towers YES*/NO* YES*/NO* YES*/NO*


(Natural Draught Splash type)
-----------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3A-1
Page 3 of 10

-----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**
----------------------------------------------------------------------------------------------------------------------------
6. Type of Construction YES*/NO* YES*/NO* YES*/NO*
(RCC or not)

7. Whether scope of works


included

(a) Design of Cooling Towers YES*/NO* YES*/NO* YES*/NO*

(b) Got Designed of YES*/NO* YES*/NO* YES*/NO*


CoolingTowers

(b) Construction of YES*/NO* YES*/NO* YES*/NO*


Cooling towers

(c) Commissioning of YES*/NO* YES*/NO* YES*/NO*


Cooling towers

8. Name of Agency who had


designed the cooling tower .................. .................. ..................

9. Type of fill used (splash type) YES*/NO* YES*/NO* YES*/NO*

10. Value of Contract/Work


(Rs. in million)

11. Date of Order by the Client

12. Date of Commissioning of the .................. .................. ..................


Cooling tower

13. Number of years of successful ........ Years ....... Years ....... Years
operation prior to the date of
Techno-Commercial bid opening

14. Certificate from client in support YES*/NO* YES*/NO* YES*/NO*


of Sl. No. 1 to 13 enclosed as
Annexure ........... to this
Attachment-3A-1

15.# Whether the reference cooling YES*/NO* YES*/NO* YES*/NO*


tower at Sl. No. 1 is independently
designed by the bidder himself
-----------------------------------------------------------------------------------------------------------------------------
# If answer to Sl. No. 15 is 'No, then bidder has to also fillup Attachment 3A-1(C) enclosed
with this bid document.
ATTACHMENT - 3A-1
Page 4 of 10

**As per QR stipulated at BDS Cl. 3.0 at least one Cooling Tower is required for
fulfilling the QR parameters. However bidder has the liberty to give details of not
more than three (03) times the number of Cooling Tower (i.e. 3 Nos. of Cooling
Tower) as specified in the Qualifying Requirement.

Note :

 Bidder to ensure submission of documentary evidences in the form of copies of


Letter of Award/purchase order, Clients performance/completion certificate etc for each
tower/contract to establish that Bidder has designed/got designed , Constructred,
Commissoned, including the details such as the capacity/type of cooling towers,
Commissioning dates etc with the bid in support of the above declarations.

 * Strike off whichever is not applicable.


ATTACHMENT - 3A-1
Page 5 of 10

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660W)
BIDDING DOCUMENT NO. CS-9562-135-2

(B) For Bidders Seeking Qualification as per Clause No.: 3.1.2 of BDS

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301
Dear Sirs,

In support of Qualifying Requirements of Clause 3.1.2 of BDS, we confirm that we have


have designed/ got designed, constructed and commissioned atleast one (1) number of
Natural Draught Cooling Tower in RCC construction with other than splash type fill, of
capacity not less than 30000 Cu.M/Hr and the same is in successful operation for atleast
one (1) year prior to the date of techno-commercial bid opening.

The details of the Bidder and its reference cooling tower executed is furnished
below:

* Strike through / delete if not applicable.


----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**
----------------------------------------------------------------------------------------------------------------------------
1. Description of Work and
Name of Client

2. Location/Address of the Plant/works

3. Address of the Client (including


Contact Person Name, Telephone
No, e-mail etc)

4. Capacity of each Cooling


Tower (Cu.M/hr.)

5. Type of Cooling Towers YES*/NO* YES*/NO* YES*/NO*


(Natural Draught)

6. Type of Construction YES*/NO* YES*/NO* YES*/NO*


(RCC or Not)
ATTACHMENT - 3A-1
Page 6 of 10

----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**
----------------------------------------------------------------------------------------------------------------------------
7. Whether scope of works
included

(a) Design of Cooling Towers YES*/NO* YES*/NO* YES*/NO*

(b) Got Designed of YES*/NO* YES*/NO* YES*/NO*


CoolingTowers

(c) Construction of YES*/NO* YES*/NO* YES*/NO*


Cooling towers

(d) Commissioning of YES*/NO* YES*/NO* YES*/NO*


Cooling towers

8. Type of fill used


(other than splash type)
(Bidder to specifiy the type
of Fill)

9. Value of Contract/Work
(Rs. in million)

10. Date of Order by the Client

11. Date of Commissioning of the Tower 1 ..... Tower 1 ..... Tower 1 .....
Cooling tower

12. Number of years of successful ........ Years ....... Years ....... Years
operation prior to the date of
Techno-Commercial bid opening

13. Certificate from client in support YES*/NO* YES*/NO* YES*/NO*


of Sl. No. 1 to 12 enclosed as
Annexure ........... to this
Attachment-3A-1

Note: Bidder to also fill the data pertaining to cooling tower designer in Attachment-3A1(C)
in the Bidding Document.
-----------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3A-1
Page 7 of 10

**As per QR stipulated at BDS Cl. 3.0 at least one Cooling Tower is required for
fulfilling the QR parameters. However bidder has the liberty to give details of not
more than three (03) times the number of Cooling Tower (i.e. 3 Nos. of Cooling
Tower) as specified in the Qualifying Requirement.

Note :

 Bidder to ensure submission of documentary evidences in the form of copies of


Letter of Award/purchase order, Clients performance/completion certificate etc for each
tower/contract to establish that aforesaid Designer had designed, Constructred,
Commissoned, including the details such as the capacity/type of cooling towers,
Commissioning dates etc with the bid in support of the above declarations.

 * Strike off whichever is not applicable.


ATTACHMENT - 3A-1
Page 8 of 10

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-I (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(C) For Bidders Seeking Qualification as per Clause No.: 3.1.1*(in case
referene Cooling Tower is not designed by Bidder himself) / 3.1.2* of BDS

Bidder's Name & Address : To


Contract Services-II
NTPC Limited,
NOIDA - 201301
Dear Sirs,

In support of meeting the Qualifing Requirements (QR) as per Clause 3.1.1* (in case
referene Cooling Tower is not designed by Bidder himself) / 3.1.2* of BDS, we shall
employ a Cooling Tower Designer (M/s ..............................................................................) who
has independently designed a Natural Draught Cooling Tower in RCC construction with
splash type fill, of capacity not less than 30000 Cu.M/ Hr and which is in successful
operation for at least one (1) year prior to the date of Techno-Commercial bid opening.

We have furnished a Deed of Joint Undertaking alongwith Techno-Commercial Bid jointly executed
by us and our Cooling Tower Designer as an associate, as per the format enclosed in the bidding
document for the satisfactory performance of Cooling Towers. In Case Deed of Joint Undertaking
is not submitted by us along with the Techno Commercial bid, our bid shall be disqualified and
rejected. In case of award, our Cooling Tower Designer shall furnish an on demand bank guarantee
as per format enclosed with the bidding documents for a value equal to 0.15% (Zero point one five
percent) of the total contract price in addition to the contract performance security to be provided
by the Bidder.

The details of the Bidder and its reference cooling tower executed is furnished below:

* Strike through / delete if not applicable.

A. Details of Cooling Tower Designer (Bidder's Associate / Designer)


-----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**

----------------------------------------------------------------------------------------------------------------------------
1. Experience of designer

(a) Description of work &


name of client
ATTACHMENT - 3A-1
Page 9 of 10

-----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**

----------------------------------------------------------------------------------------------------------------------------

(b) Location/Address of
Plant/work

(c) Address of client (including


contact person name,
telephone no. e-mail etc.)

(d) Capacity of each Cooling


Tower (m3/hr.)

(e) Type of Cooling Towers


(Natural Draught Splash Type)

(f) Type of Construction YES*/NO* YES*/NO* YES*/NO*


(RCC)

(g) Whether scope of works


included

(i) Design of Cooling Towers YES*/NO* YES*/NO* YES*/NO*

(ii) Construction of YES*/NO* YES*/NO* YES*/NO*


Cooling towers

(iii) Commissioning of
Cooling Tower YES*/NO* YES*/NO* YES*/NO*

(h) Type of fill used, (splash YES*/NO* YES*/NO* YES*/NO*


type)

(i) Value of Contract/Work


(Rs. in million)

(j) Date of order by the


client
ATTACHMENT - 3A-1
Page 10 of 10

-----------------------------------------------------------------------------------------------------------------------------
Sl. Description/Details Cooling Tower Cooling Tower Cooling Tower
No. #1** #2** #3**

----------------------------------------------------------------------------------------------------------------------------
(k) Date of Commissioning of
the Cooling Tower

(l) Number of years of successful


operation prior to the date of
Techno-Commercial bid opening
date

(m) Supporting documents like Annexure Annexure Annexure


performance certificate, No..................... No................. No...............
completion certificate, letter
of Award/purchases or/
Contract Agreement etc. are Page No. Page No. Page No.
enclosed as Annexure No...... .................. .................. ..................
Page No...............

(n) Deed of Joint Undertaking Annexure Annexure Annexure


furnished No..................... No................. No...............

----------------------------------------------------------------------------------------------------------------------------
**As per QR stipulated at BDS Cl. 3.0 at least one Cooling Tower is required for
fulfilling the QR parameters. However bidder has the liberty to give details of not
more than three (03) times the number of Cooling Tower (i.e. 3 Nos. of Cooling
Tower) as specified in the Qualifying Requirement.

The reference plants whose details have been declared as per the specified format in this
Attachment No. 3A-1 above shall only be considered to ascertain the bidder's compliance
to the specified Qualifying Requirement (QR).

The Employer at its discretion may seek any clarification and/or documentary evidence only
for the reference plants as mentioned above. However, no change or substitution of the
reference plants by new/additional plant for conforming to the specified Qualifying
Requirement shall be sought, offered or permitted.

Note : • Bidder to ensure submission of documentary evidences in the form of copies


of Letter of Award/purchase order, Clients performance/completion certificate
etc. for each tower/contract to establish that Associate has designed,
Constructred & Commissioned, including the details such as the capacity/
type of cooling towers, Commissioning dates etc. with the bid in support
of the above declaratons.
• * Strike off whichever is not applicable.
ATTACHMENT - 3A-2
Page 1 of 7

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2


(Details pertaining to Financial Qualification of the Bidder
as per Item No. 3.2.0(a) of the Bid Data Sheet)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301

For Bidders to meet requirement of Item No. 3.2.0(a) of Bid Data Sheet

We confirm that our average annual turnover in the preceding three (3) financial years as
on date of Techno-Commercial bid opening is not less than ` 1388 Millions (Indian
Rupee One Thousand Three Hundred and Eighty Eight Million only) or in equivalent
foreign currency. In support of above, we are enclosing audited financial statements and the
details are as under :
-----------------------------------------------------------------------------------------------------------------------------
Sl. Financial Year Amount in Amount Exchange Rate
No. Bidder's in ` as on seven (7)
Currency (Million) days prior to
date of Techno-
Commercial bid
opening
-----------------------------------------------------------------------------------------------------------------------------
1. 2011 - 2012
-----------------------------------------------------------------------------------------------------------------------------
2. 2012 - 2013
-----------------------------------------------------------------------------------------------------------------------------
3. 2013 - 2014
-----------------------------------------------------------------------------------------------------------------------------
4. Average Annual Turnover for
the preceding three (3) Financial
Years as on date of Techno-
Commercial Bid Opening
-----------------------------------------------------------------------------------------------------------------------------
5. We have enclosed Audited Yes*/No*
financial statements for the last
Three (3) financial years
-----------------------------------------------------------------------------------------------------------------------------
* Bidder to strikeoff whichever is not applicable.

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................
ATTACHMENT - 3A-2
Page 2 of 7

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2


(Details pertaining to Financial Qualification of the Bidder
as per Item Nos. 3.2.0(b) to 3.2.0(d) of the Bid Data Sheet)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301

(A) For Bidders to meet requirement of Item Nos. 3.2.0(b) & 3.2.0(c) of Bid Data
Sheet

a) We hereby confirm that net worth of our company as on the last day of the preceding
financial year is not less than 25% of its paid-up share capital.

The Details are as under :


-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description As on last day of the
preceding financial year
-----------------------------------------------------------------------------------------------------------------------------
1. Paid-up Share Capital
2. Net Worth
3. %age of Net worth to Paid-up
Share Capital
4. Documentary evidence like Annual Reports
/ Audited financial statements for the last
Three (3) financial years* in support of
above is enclosed at Annexure.......
to this Attachment-3A-2
5. Since we are not able to furnish
our audited financial statements,
on stand alone entity basis, we are
submitting the following documents for
substantiation of our Qualification :

(a) Copies of unaudited uncon-


solidated financial statements
of the bidder alongwith copies
of the audited consolidated
financial statements of its
Holding Company for the last
Three (3) years enclosed at
Annexure.......to this Attachment 3A-2.
ATTACHMENT - 3A-2
Page 3 of 7

-----------------------------------------------------------------------------------------------------------------------------
(b) Certificate from the CEO/CFO
of the Holding company stating
that the unaudited unconsolidated
financial statements form part
of the consilidated Annual Financial
statements of the Company, is
enclosed as per the format at
Appendix-A to this Attachment-3A-2.
-----------------------------------------------------------------------------------------------------------------------------
* In case where audited results for the last preceding financial year are not available, certification of
financial statement from a practicing chartered accountant shall also be considered acceptable.

B. For Bidders meeting requirement of Item No. 3.2.0(d) of Bid Data Sheet
Since we do not satisfy the Financial Criteria stipulated at Clause No. 3.2.0(a) and/
or 3.2.0(b) of Bid Data Sheet, Section-III, on our Own, we give below the following
details of our Holding Company in terms of Item No. 3.2.0(d) of BDS who meet
the stipulated turnover requirements of BDS Item No. 3.2.0(a) and whose Net Worth
as on the last day of the preceding financial years is at least equal to or more
than the paid up share capital of the Holding Company.
1. Name and Address of the Holding Company :.................................

2. Annual Turnover of the Holding Company with following details :


-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Financial Year Amount in Amount Exchange Rate
Holding in ` as on seven (7)
Company's (Million) days prior to
Currency date of Techno-
Commercial bid
opening
-----------------------------------------------------------------------------------------------------------------------------
1. 2011 - 2012
-----------------------------------------------------------------------------------------------------------------------------
2. 2012 - 2013
-----------------------------------------------------------------------------------------------------------------------------
3. 2013 - 2014
-----------------------------------------------------------------------------------------------------------------------------
4. Average Annual Turnover of the Holding
Company for the preceding three (3)
Financial Years as on date of Techno-
Commercial Bid Opening
-----------------------------------------------------------------------------------------------------------------------------
5. We have enclosed Audited Financial Yes*/No*
Statements for the last three (3) financial
years of the Holding Company
-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.
ATTACHMENT - 3A-2
Page 4 of 7
Networth Details of the Holding Company :
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Description As on last day of the
preceding financial year
-----------------------------------------------------------------------------------------------------------------------------
1. Paid-up Share Capital of the Holding Company
2. Net Worth of the Holding Company
3. %age of Net worth to Paid-up Share
Capital of the holding company.
4. Documentary evidence like Annual
Report/Audited financial statements
for the last preceding financial
year / in case Audited results for
the last preceding three (3)
Financial Years are not available,
certification of financial statements
from a practicing Chartered Accountant
etc. in respect of holding company in
support of above is enclosed at
Annexure...........to this Attachment-3A-2.
5. A Letter of Undertaking from the Holding
Company, supported by Board Resolution,
pledging unconditional and irrevocable
financial support for execution of the
Contract by the bidder in case of award
is enclosed as per the format at Appendix-B
to this Attachment-3A-2. A Power of Attorney
of the person signing on behalf of Holding
Company is also enclosed at Annexure...........
to this Attachment-3A-2.
------------------------------------------------------------------------------------------------------------------------------------------------------------
We further confirm that Notwithstanding anything stated above, the Employer reserves the right to
assess the capabilities and capacity of Ours / our Collaborators / Associates / Subsidiaries / Group
Companies to perform the Contract, should the circumstances warrant such assessment in the overall
interest of the Employer in line with QR requirement at Item No. 3.3.0 of BDS, Section-III.

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................

Note : * Please Strike off whichever is not applicable.

(a) 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 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 & Loss account and miscel-
laneous expenses to the extent not adjusted or written off, if any, shall be reduced from
reserves & surplus.
(b) Other income is not considered for arriving at annual turnover.
ATTACHMENT - 3A-2
Page 5 of 7

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details pertaining to Financial Qualification of the Bidder
as per Item Nos. 3.2.0(e) & 3.2.0(f) of the Bid Data Sheet)
Bidder's Name and Address : To
Contract Services-II
NTPC Limited,
Noida - 201301

(A) For Bidders to meet requirement of Item No. 3.2.0(e) of Bid Data Sheet
We hereby confirm that unutilised line of credit for fund based and non fund based
limits with cash & bank balances including fixed deposits of our company, duly
certified by the bankers as on a date not earlier than 15 days prior to the date of
Techno-Commercial bid opening, is not less than ` 799 Millions (Indian Rupees
Seven Hundred Ninety Nine Million only) or in equivalent foreign currency.

The Details are as under :


-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Amount in Indian Rupees or in
equivalent foreign currency* as
on........... (The date must not
be earlier than 15 days prior
to the date of Techno-Commercial
bid opening)
-----------------------------------------------------------------------------------------------------------------------------
1. Sanctioned Line of credit --------------------------------
2. Utilised Line of credit --------------------------------
3. Unutilised Line of credit --------------------------------
4. Certificate from the Bankers in
respect of unutilised Line of credit
limit as above is enclosed at
Annexure...... to this Attachment-3A-2. --------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................
Note : (1) * In case of currency other than Indian Rupees, indicate the exchange rate
considered. The exchange rate should be as prevailing on 7 (seven) days
prior to date of Techno-Commercial bid opening.
(2) In case certificates from more than one bank are submitted, the certified
unutilized limit shall be of the same date from all such banks.
ATTACHMENT - 3A-2
Page 6 of 7

(B) For Bidders meeting the requirement of Item No. 3.2.0(f) of Bid Data Sheet

Since another company of the group acting as the Treasury Centre is responsible
for Treasury Management of the Bidder having combined credit / guarantee limit
for the whole group, we are furnishing the following documents :

-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description
-----------------------------------------------------------------------------------------------------------------------------

(1) Banker's certificate regarding the Enclosed at Annexure..................


unutilized line of credit for fund to this Attachment-3A-2
based and non-fund based limits
together with cash and bank
balances including fixed deposits
available to the Treasury Centre

(2) Certificate from Treasury Centre Enclosed at Annexure..................


certifying that out of the limits to this Attachment-3A-2
certified by the bankers at (1)
above, Bidder shall have access
to the line of credit of a level
not less than ` 799 Millions

(3) In proof of (2) above, Letter of


Undertaking from Treasury Centre
alongwith resolution passed by the
Board of Directors of the Holding
Company, pledging unconditional &
irrevocable financial support for the
execution of the Contract by the
Bidder in case of award, in enclosed
as per the format at Appendix-C to
this Attachment-3A-2.
-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................
ATTACHMENT - 3A-2
Page 7 of 7

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details pertaining to Financial Qualification of the Bidder
as per Item No. 3.2.0(g) of the Bid Data Sheet)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301
Dear Sir

Since the unutilised line of credit for fund based and non-fund based limits of our Company
are not meeting the requirements of Item No. 3.2.0(e) of BDS a comfort letter from our
Bankers* (one of the Bankers* specified in the bidding documents) unequivaocally stating
that in case the bidder is awarded the Contract, the Bank would enhance Line of Credit
for fund based and non-fund based limits to a level not less than the specified amounts, to
us or to the Treasury Management Centre (as the case may be) is enclosed at Annexure
...................to this Attachment-3A-2.

We further confirm that Notwithstanding anything stated above, the Employer reserves the
right to assess the capabilities and capacity of Ours / our Collaborators / Associates /
Subsidiaries / Group Companies to perform the contract, should the circumstances warrant
such assessment in the overall interest of the Employer in line with QR requirement at
Item No. 3.3.0 of BDS, Section-III.

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................

Note: * Comfort letter shall be essentially from any of the Banks listed at, SCC
(Section-V).
APPENDIX-A
TO ATTACHMENT - 3A-2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

PROFORMA OF CERTIFICATE FROM THE CEO/CFO


OF THE HOLDING COMPANY IN ACCORDANCE WITH
ITEM NO. 3.2.0(c)(ii) OF BDS
(To be submitted by Bidder alongwith the Techno-Commercial Bid)

Ref. : Date :

To

NTPC Limited,
Contract Services (II),
6th Floor, Engineering Office Complex,
Plot No-A-8A, Sector-24
Noida - 201301

Dear Sir,

1.0 I, Mr./Ms......................................... (CEO of the company / CFO of the company)*,


declare that M/s................................ (Name of the Holding Company) is the Holding
Company of M/s........................................ (Name of the Bidder)

2.0 I hereby confirm and undertake that the unaudited unconsolidated financial
statements submitted in respect of the bidder as part of the Bid Reference
No........................... dated.................. have been considered for the purposes of the
finalisation of Consolidated financial statements of the Holding Company as part of
the Annual Reports.

3.0 I further, certify that the figures in the unaudited unconsolidated financial statements
are true and correct and same have been duly reflected in the audited consolidated
financial statements and/or Annual Report of the Holding Company.

Yours faithfully,

(Signature)

(Name & Designation)..............................

(Name of the Holding Company)...........

(Seal of Holding Company)......................

Note : *Please Strike off whichever is not applicable.


APPENDIX-B
TO ATTACHMENT - 3A-2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

PROFORMA OF LETTER OF UNDERTAKING

[To be executed by the Holding Company Supported by


Board Resolution and submitted by the Bidder alongwith the
Techno-Commrcial Bid, in case financial support is being extended by
the Holding Company to the Bidder for meeting the stipulated
Financial Qualifying Requirement as per Item No. 3.2.0(d) of Bid Data Sheet)

Ref. : Date :

To

NTPC Limited,
Contract Services (II),
6th Floor, Engineering Office Complex,
Plot No-A-8A, Sector-24
Noida - 201301

Dear Sir,

1.0 We, M/s............................................. declare that we are the Holding Company of


M/s...................................................................... (Name of the Bidder) and have
controlling interest therein.

M/s............................................ (Name of the Bidder) proposes to submit the bid for


the package ................................ (Name of the package) for ...........................................
(Name of the Project) under bid reference no.......................... dated .....................
and have sought financial strength and support from us for meeting the stipulated
Financial Qualifying Requirement as per Clause 3.2.0(d) of Bid Data Sheet.

2.0 We hereby undertake & pledge our unconditional & irrevocable financial support
for the execution of Contract for the said package to M/s. .................................
(Name of the Bidder), in case they are awarded the Contract for the said
package, at the end of the bidding process. We further agree that this
undertaking shall be without prejudice to the various liabilities that M/s
.................................................... (Name of Bidder) would be required to undertake
in terms of the Contract including the Performance Security as well as other
obligations of the Bidder/Contractor.
APPENDIX-B
TO ATTACHMENT - 3A-2

3.0 This undertaking is irrevocable and unconditional, and shall remain in force till the
successful execution and performance of the entire Contract and/or till it is
discharged by NTPC.

4.0 We are herewith enclosing a copy of the Board Resolution in support of this
undertaking.

Yours faithfully,

(Signature of Authorised Signatory)


on behalf of the Holding Company)

(Name & Designation)..............................

(Name of the Holding Company)...........

(Seal of Holding Company)......................

Witness :

(1) ................................................

(2) ...............................................
APPENDIX-C
TO ATTACHMENT - 3A-2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

PROFORMA OF LETTER OF UNDERTAKING

[To be executed by the Treasury Centre and submitted by the


Bidder alongwith the Techno-Commercial Bid, in case financial support is being
extended by the Treasury Centre to the Bidder for meeting the stipulated
Financial Qualifying Requirement as per Item No. 3.2.0(f) of Bid Data Sheet)

Ref. : Date :

To

NTPC Limited,
Contract Services (II),
6th Floor, Engineering Office Complex,
Plot No-A-8A, Sector-24
Noida - 201301

Dear Sir,

1.0 We, M/s..................................................... (Name of the Treasrury Centre), declare


that we are the Treasury Centre of M/s................................................... (Name of
the Bidder)

M/s..................................... (Name of the Bidder) proposes to submit the bid for the
package ......................................... (Name of the package) for ......................................
(Name of the Project) under Bid Reference No. ......................... dated
............................ and have sought financial strength and support from us for
meeting the stipulated Financial Qualifying Requirement as per Clause 3.2.0(f) of
Bid Data Sheet.

2.0 We hereby undertake & pledge our unconditional and irrevocable financial support
for the execution of the said package to M/s ................................................. (Name
of the Bidder), for the execution of the Contract, in case they are awarded the
Contract for the said package at the end of the bidding process. We further agree
that this undertaking shall be without prejudice to the various liabilities that M/s
............................................ (Name of Bidder) would be required to undertake in
terms of the Contract including the Performance Security as well as other
obligations of the Bidder/Contractor.
APPENDIX-C
TO ATTACHMENT - 3A-2

3.0 This undertaking is irrevocable and unconditional, and shall remain in force till the
successful execution and performance of the entire contract and/or till it is
discharged by NTPC.

4.0 We are herewith enclosing a copy of the Board Resolution in support of this
undertaking.

Yours faithfully,

(Signature of Authorised Signatory)


on behalf of the Treasury Centre)

(Name & Designation)..................................

(Name of the Treasury Centre)..................

(Seal of Treasury Centre)............................

Witness :

(1) ................................................

(2) ...............................................
ATTACHMENT - 3A-3
Page 1 of 8

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2


(Details pertaining to Financial Qualification of the Associate
as per Item No. 3.2.2(a) of the Bid Data Sheet)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301

For Bidder's Associate to meet requirement of Item No. 3.2.2 (a) of Bid Data
Sheet

We confirm that the average annual turnover of our associate in the preceding three (3)
financial years as on date of Techno-Commercial bid opening is not less than INR 139
Million (Indian Rupees One Hundred and Thirty Nine Million only) or in equivalent foreign
currency. In support of above, we are enclosing audited financial statements of our
associate and the details are as under:
-----------------------------------------------------------------------------------------------------------------------------
Sl. Financial Year Amount in Amount Exchange Rate
No. Bidder's in ` as on seven (7)
Currency (Million) days prior to
date of Techno-
Commercial bid
opening
-----------------------------------------------------------------------------------------------------------------------------
1. 2011 - 2012
-----------------------------------------------------------------------------------------------------------------------------
2. 2012 - 2013
-----------------------------------------------------------------------------------------------------------------------------
3. 2013 - 2014
-----------------------------------------------------------------------------------------------------------------------------
4. Average Annual Turnover for
the preceding three (3) Financial
Years as on date of Techno-
Commercial Bid Opening
-----------------------------------------------------------------------------------------------------------------------------
5. We have enclosed Audited Yes*/No*
financial statements for the last
Three (3) financial years
-----------------------------------------------------------------------------------------------------------------------------
* Bidder to strikeoff whichever is not applicable.

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................
ATTACHMENT - 3A-3
Page 2 of 8

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2


(Details pertaining to Financial Qualification of the Associate
as per Item No. 3.2.2(b) to 3.2.2(d) of the Bid Data Sheet)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301

(A) For Bidder's Associate to meet requirement of Item Nos. 3.2.2(b) & 3.2.2(c) of
Bid Data Sheet

a) We hereby confirm that net worth of Associate as on the last day of the preceding
financial year is not less than 25% of its paid-up share capital.

The Details are as under :


-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description As on last day of the
preceding financial year
-----------------------------------------------------------------------------------------------------------------------------
1. Paid-up Share Capital
2. Net Worth
3. %age of Net worth to Paid-up
Share Capital
4. Documentary evidence like Annual Reports
/ Audited financial statements for the last
Three (3) financial years* in support of
above is enclosed at Annexure.......
to this Attachment-3A-2
5. Since we are not able to furnish
our audited financial statements,
on stand alone entity basis, we are
submitting the following documents for
substantiation of our Qualification :

(a) Copies of unaudited uncon-


solidated financial statements
of the Associate alongwith
copies of the audited consolidated
financial statements of its
Holding Company for the last
Three (3) years enclosed at
Annexure.......to this Attachment 3A-2.
ATTACHMENT - 3A-3
Page 3 of 8
-----------------------------------------------------------------------------------------------------------------------------
(b) Certificate from the CEO/CFO
of the Holding company stating
that the unaudited unconsolidated
financial statements form part
of the consilidated Annual Financial
statements of the Company, is
enclosed as per the format at
Appendix-A to this Attachment-3A-2.
-----------------------------------------------------------------------------------------------------------------------------
* In case where audited results for the last preceding financial year are not available, certification of
financial statement from a practicing chartered accountant shall also be considered acceptable.
B. For Bidder's Associate meeting requirement of Item No. 3.2.2(d) of Bid Data
Sheet
Since Associate do not satisfy the Financial Criteria stipulated at Clause No. 3.2.2(a)
and/or 3.2.2(b) of Bid Data Sheet, Section-III, on our Own, Associate give below the
following details of our Holding Company in terms of Item No. 3.2.2(d) of BDS
who meet the stipulated turnover requirements of BDS Item No. 3.2.2(a) and whose
Net Worth as on the last day of the preceding financial years is at least equal to
or more than the paid up share capital of the Holding Company.
1. Name and Address of the Holding Company of Associate:.................................

2. Annual Turnover of the Holding Company of Associate with following details


:
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Financial Year Amount in Amount Exchange Rate
Holding in ` as on seven (7)
Company's (Million) days prior to
Currency date of Techno-
Commercial bid
opening
-----------------------------------------------------------------------------------------------------------------------------
1. 2011 - 2012
-----------------------------------------------------------------------------------------------------------------------------
2. 2012 - 2013
-----------------------------------------------------------------------------------------------------------------------------
3. 2013 - 2014
-----------------------------------------------------------------------------------------------------------------------------
4. Average Annual Turnover of the Holding
Company for the preceding three (3)
Financial Years as on date of Techno-
Commercial Bid Opening
-----------------------------------------------------------------------------------------------------------------------------
5. We have enclosed Audited Financial Yes*/No*
Statements for the last three (3) financial
years of the Holding Company
-----------------------------------------------------------------------------------------------------------------------------
* Please Strike off whichever is not applicable.
ATTACHMENT - 3A-3
Page 4 of 8
Networth Details of the Holding Company :
-----------------------------------------------------------------------------------------------------------------------------
Sl.No. Description As on last day of the
preceding financial year
-----------------------------------------------------------------------------------------------------------------------------
1. Paid-up Share Capital of the Holding Company
2. Net Worth of the Holding Company
3. %age of Net worth to Paid-up Share
Capital of the holding company.
4. Documentary evidence like Annual
Report/Audited financial statements
for the last preceding financial
year / in case Audited results for
the last preceding three (3)
Financial Years are not available,
certification of financial statements
from a practicing Chartered Accountant
etc. in respect of holding company in
support of above is enclosed at
Annexure...........to this Attachment-3A-2.
5. A Letter of Undertaking from the Holding
Company, supported by Board Resolution,
pledging unconditional and irrevocable
financial support for execution of the
Contract by the bidder in case of award
is enclosed as per the format at Appendix-B
to this Attachment-3A-2. A Power of Attorney
of the person signing on behalf of Holding
Company is also enclosed at Annexure...........
to this Attachment-3A-2.
------------------------------------------------------------------------------------------------------------------------------------------------------------
Notwithstanding anything stated above, the Employer reserves the right to undertake a physical
assessment of the capacity and capabilities includingfinancial capacity and capability of the Bidder
/ his Associate(s) /Subsidiary(ies)/Group Company(ies) to perform the Contract, should the
circumstances warrant such assessment in the overall interest of the Employer.

The physical assessment shall include but not be limited to the assessment of the office/facilities/
banker’s/reference works by the Employer. A negative determination of such assessment of capacity
and capabilities may result in the rejection of the Bid.

The above right to undertake the physical assessment shall be applicable for the qualifying
requirements stipulated in both Section - ITB and in Section- BDS.

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................

Note : * Please Strike off whichever is not applicable.


ATTACHMENT - 3A-3
Page 5 of 8

(a) Net worth means the sum total of the paid up share capital and free reserves. Free re-
serves 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 & Loss account and miscel-
laneous expenses to the extent not adjusted or written off, if any, shall be reduced from
reserves & surplus.

(b) Other income is not considered for arriving at annual turnover.


ATTACHMENT - 3A-3
Page 6 of 8

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details pertaining to Financial Qualification of the Bidder's Associate as per
Item Nos. 3.2.2(e) & 3.2.2(f) of the Bid Data Sheet)
Bidder's Name and Address : To
Contract Services-II
NTPC Limited,
Noida - 201301
(A) For Bidder's Associate to meet requirement of Item No. 3.2.2(e) of Bid Data
Sheet
We hereby confirm that unutilised line of credit for fund based and non fund based
limits with cash & bank balances including fixed deposits of our company, duly
certified by the bankers as on a date not earlier than 15 days prior to the date of
Techno-Commercial bid opening, is not less than ` 799 Millions (Indian Rupees
Seven Hundred Ninety Nine Million only) or in equivalent foreign currency.

The Details are as under :


-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Amount in Indian Rupees or in
equivalent foreign currency* as
on........... (The date must not
be earlier than 15 days prior
to the date of Techno-Commercial
bid opening)
-----------------------------------------------------------------------------------------------------------------------------
1. Sanctioned Line of credit --------------------------------
2. Utilised Line of credit --------------------------------
3. Unutilised Line of credit --------------------------------
4. Certificate from the Bankers in
respect of unutilised Line of credit
limit as above is enclosed at
Annexure...... to this Attachment-3A-2. --------------------------------
-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................
Note : (1) * In case of currency other than Indian Rupees, indicate the exchange rate
considered. The exchange rate should be as prevailing on 7 (seven) days
prior to date of Techno-Commercial bid opening.
(2) In case certificates from more than one bank are submitted, the certified
unutilized limit shall be of the same date from all such banks.
ATTACHMENT - 3A-3
Page 7 of 8

(B) For Bidder's Associate meeting the requirement of Item No. 3.2.2(f) of Bid Data
Sheet

Since another company of the group acting as the Treasury Centre is responsible
for Treasury Management of the Bidder having combined credit / guarantee limit
for the whole group, we are furnishing the following documents :
-----------------------------------------------------------------------------------------------------------------------------
Sl. No. Description
-----------------------------------------------------------------------------------------------------------------------------

(1) Banker's certificate regarding the Enclosed at Annexure..................


unutilized line of credit for fund to this Attachment-3A-2
based and non-fund based limits
together with cash and bank
balances including fixed deposits
available to the Treasury Centre

(2) Certificate from Treasury Centre Enclosed at Annexure..................


certifying that out of the limits to this Attachment-3A-2
certified by the bankers at (1)
above, Bidder shall have access
to the line of credit of a level
not less than ` 799 Millions

(3) In proof of (2) above, Letter of


Undertaking from Treasury Centre
alongwith resolution passed by the
Board of Directors of the Holding
Company, pledging unconditional &
irrevocable financial support for the
execution of the Contract by the
Bidder in case of award, in enclosed
as per the format at Appendix-C to
this Attachment-3A-2.
-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................
ATTACHMENT - 3A-3
Page 8 of 8

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details pertaining to Financial Qualification of the Associate
as per Item No. 3.2.2(g) of the Bid Data Sheet)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301
Dear Sir

Since the unutilised line of credit for fund based and non-fund based limits of Associate are
not meeting the requirements of Item No. 3.2.2(e) of BDS a comfort letter from our
Bankers* (one of the Bankers* specified in the bidding documents) unequivaocally stating
that in case the bidder is awarded the Contract, the Bank would enhance Line of Credit
for fund based and non-fund based limits to a level not less than the specified amounts, to
us or to the Treasury Management Centre (as the case may be) is enclosed at Annexure
...................to this Attachment-3A-2.

We further confirm that Notwithstanding anything stated above, the Employer reserves the
right to assess the capabilities and capacity of Ours / our /Associates / Subsidiaries /
Group Companies to perform the contract, should the circumstances warrant such
assessment in the overall interest of the Employer in line with QR requirement at Item No.
3.3.0 of BDS, Section-III.

Date : (Signature)..........................................
Place : (Printed Name)....................................
(Designation)......................................
(Company seal)...................................

Note: * Comfort letter shall be essentially from any of the Banks listed at, SCC
(Section-V).
APPENDIX-A
TO ATTACHMENT - 3A-3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

PROFORMA OF CERTIFICATE FROM THE CEO/CFO


OF THE HOLDING COMPANY IN ACCORDANCE WITH
ITEM NO. 3.2.2(c)(ii) OF BDS
(To be submitted by Bidder alongwith the Techno-Commercial Bid)

Ref. : Date :

To

NTPC Limited,
Contract Services (II),
6th Floor, Engineering Office Complex,
Plot No-A-8A, Sector-24
Noida - 201301

Dear Sir,

1.0 I, Mr./Ms......................................... (CEO of the company / CFO of the company)*,


declare that M/s................................ (Name of the Holding Company) is the Holding
Company of M/s........................................ (Name of the Bidder's Associate)

2.0 I hereby confirm and undertake that the unaudited unconsolidated financial
statements submitted in respect of the bidder as part of the Bid Reference
No........................... dated.................. have been considered for the purposes of the
finalisation of Consolidated financial statements of the Holding Company as part of
the Annual Reports.

3.0 I further, certify that the figures in the unaudited unconsolidated financial statements
are true and correct and same have been duly reflected in the audited consolidated
financial statements and/or Annual Report of the Holding Company.

Yours faithfully,

(Signature)

(Name & Designation)..............................

(Name of the Holding Company)...........

(Seal of Holding Company)......................

Note : *Please Strike off whichever is not applicable.


APPENDIX-B
TO ATTACHMENT - 3A-3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

PROFORMA OF LETTER OF UNDERTAKING

[To be executed by the Holding Company Supported by


Board Resolution and submitted by the Bidder alongwith the
Techno-Commrcial Bid, in case financial support is being extended by
the Holding Company to the Bidder's Associate for meeting the
stipulated Financial Qualifying Requirement as per Item No. 3.2.2(d) of
Bid Data Sheet)
Ref. : Date :

To

NTPC Limited,
Contract Services (II),
6th Floor, Engineering Office Complex,
Plot No-A-8A, Sector-24
Noida - 201301

Dear Sir,

1.0 We, M/s............................................. declare that we are the Holding Company of


M/s...................................................................... (Name of the Bidder's Associate) and
have controlling interest therein.

M/s............................................ (Name of the Bidder's Associate) proposes to submit


the bid for the package ................................ (Name of the package) for
........................................... (Name of the Project) under bid reference
no.......................... dated ..................... and have sought financial strength and
support from us for meeting the stipulated Financial Qualifying Requirement as
per Clause 3.2.0(d) of Bid Data Sheet.

2.0 We hereby undertake & pledge our unconditional & irrevocable financial support
for the execution of Contract for the said package to M/s. .................................
(Name of the Bidder's Associate), in case they are awarded the Contract for the
said package, at the end of the bidding process. We further agree that this
undertaking shall be without prejudice to the various liabilities that M/s
.................................................... (Name of Bidder) would be required to undertake
in terms of the Contract including the Performance Security as well as other
obligations of the Bidder/Contractor.
APPENDIX-B
TO ATTACHMENT - 3A-3

3.0 This undertaking is irrevocable and unconditional, and shall remain in force till the
successful execution and performance of the entire Contract and/or till it is
discharged by NTPC.

4.0 We are herewith enclosing a copy of the Board Resolution in support of this
undertaking.

Yours faithfully,

(Signature of Authorised Signatory)


on behalf of the Holding Company)

(Name & Designation)..............................

(Name of the Holding Company)...........

(Seal of Holding Company)......................

Witness :

(1) ................................................

(2) ...............................................
APPENDIX-C
TO ATTACHMENT - 3A-3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

PROFORMA OF LETTER OF UNDERTAKING

[To be executed by the Treasury Centre and submitted by the


Bidder alongwith the Techno-Commercial Bid, in case financial support is being
extended by the Treasury Centre to the Bidder/Associate for meeting the
stipulated Financial Qualifying Requirement as per Item No. 3.2.2(f) of
Bid Data Sheet)

Ref. : Date :

To

NTPC Limited,
Contract Services (II),
6th Floor, Engineering Office Complex,
Plot No-A-8A, Sector-24
Noida - 201301

Dear Sir,

1.0 We, M/s..................................................... (Name of the Treasrury Centre), declare


that we are the Treasury Centre of M/s................................................... (Bidder's
Associate)

M/s..................................... (Name of the Bidder's Associate) proposes to submit


the bid for the package ......................................... (Name of the package) for
...................................... (Name of the Project) under Bid Reference No.
......................... dated ............................ and have sought financial strength and
support from us for meeting the stipulated Financial Qualifying Requirement as
per Clause 3.2.0(f) of Bid Data Sheet.

2.0 We hereby undertake & pledge our unconditional and irrevocable financial support
for the execution of the said package to M/s ................................................. (Name
of the Bidder's Associate), for the execution of the Contract, in case they are
awarded the Contract for the said package at the end of the bidding process.
We further agree that this undertaking shall be without prejudice to the various
liabilities that M/s ............................................ (Name of Bidder/Associate) would be
required to undertake in terms of the Contract including the Performance Security
as well as other obligations of the Bidder/Contractor.
APPENDIX-C
TO ATTACHMENT - 3A-3

3.0 This undertaking is irrevocable and unconditional, and shall remain in force till the
successful execution and performance of the entire contract and/or till it is
discharged by NTPC.

4.0 We are herewith enclosing a copy of the Board Resolution in support of this
undertaking.

Yours faithfully,

(Signature of Authorised Signatory)


on behalf of the Treasury Centre)

(Name & Designation)..................................

(Name of the Treasury Centre)..................

(Seal of Treasury Centre)............................

Witness :

(1) ................................................

(2) ...............................................
ATTACHMENT - 3B
Page 1 of 3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Financial Capacity Status of Bidder and/or wherever


applicable, his Associate(s)/Collaborator(s))

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,
Noida-201301.

-----------------------------------------------------------------------------------------------------------------------------
A) Orders in Hand
-----------------------------------------------------------------------------------------------------------------------------
i) Total value of Contracts

ii) Value of work


completed out of
above value
upto March 2014

iii) Value of anticipated work


to be performed in the
following Financial Years:

2015 - 2016

2016 - 2017

2017 - 2018

2018 - 2019

2019 - 2020

-----------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 3B
Page 2 of 3

B) Bidder's assessment
of maximum negative
cash flow (fund requirement)
at any point of time between
Notification of Award and
completion of contract based
on specified terms of payment
and his expenditure plan for
plant & equipment being offered
by bidder for this package.

C) Arrangement to meet Own Funds Credit Others Total


the above fund
requirement.

D) Gross Turnover of Company during:

Year ending - March 2010

Year ending - March 2011

Year ending - March 2012

Year ending - March 2013

Year ending - March 2014

E) Balance Sheet and Profit


& Loss Account duly
certified by a Chartered
Accountant for the last
5 years is to be submitted. Enclosed at Annexure ........
to this Attachment-3B

F) Declaration by Bankers or the


Chartered Accountant regarding:

i) Bank Guarantee Limits Enclosed at:..........................

ii) Over Draft Limits/Cash Enclosed at: ........................


Credit Limits

iii) Deferred payment limits Enclosed at: ........................


ATTACHMENT - 3B
Page 3 of 3

iv) Fixed Deposits Enclosed at: ........................

v) Movable Property
Hypothecation.
(Please state the present
utilisation status also) Enclosed at: ........................

G) Information regarding any


current litigation in which
the Bidder is involved, the
parties concerned, the
disputes and the disputed
amount if any. Enclosed at: ........................

Date : (Signature).......................................

Place : (Printed Name)................................

(Designation)....................................

(Company Seal)...............................

Note : 1. The above Attachment shall be filled-up by the bidder for himself &
Assignee (if any) and for each Associate/Collaborator, as applicable, being
proposed by the bidder in his bid.

2. Continuation sheets of like size and format, may be used and annexed to
this Attachment if required.
ATTACHMENT - 3C
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Details of Design, Engineering, Manufacturing and Testing Capabilities of


Bidder and/or wherever applicable, his Associate(s)/Collaborator(s))

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,
Noida-201301.

(1) We hereby confirm that we do not anticipate any change in ownership during pro-
posed period of execution of work (if such a change is anticipated, the scope and
effect thereof shall be defined). The relevant document for same is enclosed at
Annexure.............. to this Attachment-3C.

(2) Furnish adequate detailed write up on

(i) Design and Engineering Organi- : Enclosed at Annexure.............


sation and facilities/capabilities to this Attachment-3C

(ii) Manufacturing & Testing : Enclosed at Annexure .............


Organization and facilities to this Attachment-3C
available.

(iii) Field Organisation and : Enclosed at Annexure ..............


resources for erection, to this Attachment-3C
testing & commissioning etc.

(iv) Quality Assurance Organi- : Enclosed at Annexure ...............


sation and capabilities to this Attachment-3C
for Engg., manufacturing
& field installation.
---------------------------------------------------------------------------------------------------- -----------------

Date : (Signature) ......................................


Place : (Printed Name)...............................
(Designation)..................................
(Company Seal)..............................

Note : 1 The above Attachment shall be filled up by the bidder for himself &
Assignee (if any) and each Associate/Collaborator, as applicable, being pro-
posed by the bidder in his bid and relevant details shall be furnished.

2. Continuation sheets of same size and format may be used by the Bidder
and annexed to this Attachment, if required.
ATTACHMENT - 3D
Page 1 of 2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details of Manufacturing Capacities/Plant Loading of the Bidder
and Associate(s)/Collaborator(s)/Sub-Contractors, wherever applicable)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.

We hereby furnish below the details of our installed capacities (in applicable units) and work in hand to establish spare
capacity for completion of work under this package.
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Item 2015-2016 2016-2017 2017-2018 2018-2019 2019-2020
------------------------------ ------------------------------ ------------------------------ ------------------------------ -------------------------------
Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo- Sub
Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con-
As so- trac- As so- trac- As so- trac- As so- trac- As so- trac-
ciate's tor's ciate's tor's ciate's tor's ciate's tor's ciate's tor's
shop shop shop shop shop shop shop shop shop shop
---------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------- -----------
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16.
---------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------- -----------

A) Production
Capacity
as installed

B) Firm orders
in hand upto....

C) Balance
Capacity
available

D) Orders
Expected
ATTACHMENT - 3D
Page 2 of 2

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Item 2015-2016 2016-2017 2017-2018 2018-2019 2019-2020
------------------------------ ------------------------------ ------------------------------ ------------------------------ -------------------------------
Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo- Sub Bidder's Collabo- Sub
Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con- Shop rator/ Con-
As so- trac- As so- trac- As so- trac- As so- trac- As so- trac-
ciate's tor's ciate's tor's ciate's tor's ciate's tor's ciate's tor's
shop shop shop shop shop shop shop shop shop shop
---------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------- -----------
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16.
---------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------- -----------

E) Work Load
Expected
for this contract

F) Shortfall,
if any

G) Alternative
arrangements
to make up
for this short
fall

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Date : (Signature).........................................

Place : (Printed Name)..................................

(Designation).....................................

(Company Seal)...................................

Note : Continuation sheets of like size and format may be used as per Bidder's requirement and shall be annnexed to this
Attachment.
ATTACHMENT - 3E
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Present Order Book Position)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.
List of orders received in last 5 years & present status.
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
SI. Client Order No. of Date of Present Status % work Completion of Completion Reason
No. Value Units & Order ----------------------- completed supply of Erection for
Unit size Sch- Actual/ Engg./ ------------------------- testing & delay
edule Expec- Manufact- Sch- Actual/ commissioning (if any)
ted uring/ edule Expec- ------------------------
Erection/ ted Sch- Actual/
Civil/Structural edule Expected
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................
Place : (Printed Name)...................................
(Designation)......................................
(Company seal)...................................

Note : 1. The above attachement shall be filled up by the bidder for himself & Assignee (if any) and for each Associate/
Collaborator, as applicable, being proposed by the bidder in his bid.

2. Continuation sheets of like size and format may be used as per Bidder's requirement and shall be annexed to
this Attachment.
ATTACHMENT - 3F
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Past Performance Data)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.
Details of Similar Unit Supplied / Commissioned in last ten years:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl. Client Date of Unit Date of Comple- Date of Completion of Order Reason for
No. Name & order size & tion of Supplies Erection, Testing & Value Delay (if
Address No. of ----------------------- Commissioning applicable)
Units Sche- Actual ---------------------------------
dule Schedule Actual
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date : (Signature).................................................
(Printed Name)...........................................
Place : (Designation)..............................................
(Company Seal)..........................................

Note : 1. The above Attachment shall be filled up by the bidder for himself & Assignee (if any) and for each Associate/
Collaborator, as applicable, being proposed by the bidder in his bid.

2. Continuation sheets of like size & format may be used if required and annexed to this Attachment.
ATTACHMENT - 3G
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Data regarding key construction personnel)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.

The qualification and experience of key constructional personnel proposed for administration and execution of the contract at
site are as follows:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Sl.No. Name Qualification Position/Designation Experience
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Date : (Signature).................................................
(Printed Name)...........................................
Place : (Designation)..............................................
(Company Seal)..........................................

Note : 1. This Attachment shall be filled by the bidder for himself & Assignee (if any) and for each Associate/Collabo-
rator, as applicable, being proposed by the bidder in his bid.

2. Continuation sheets of like size & format may be used if required and annexed to this Attachment.
ATTACHMENT - 3H
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Manpower loading data)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.

We declare that our manpower loading during execution of the contract will be as follows:
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------
No. of months 1 2 3 4 5 6 7 8 9 10...........................24
from the date of
Notification of Award
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Labour (Category)

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Date : (Signature).................................................
(Printed Name)...........................................
Place : (Designation)..............................................
(Company Seal)..........................................

Note : 1. The above Attachment shall be filled by the bidder for himself & Assignee (if any) and for each Associate/
Collaborator, as applicable, being proposed by the bidder in his bid.
2. Continuation sheets of like size & format may be used if required and annexed to this Attachment.
3. List of category of labour will be given by the Bidder.
ATTACHMENT - 3I
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

DEED OF JOINT UNDERTAKING

Dear Sirs,

1.0 We have submitted here copy of the Original Deed of Joint Undertaking to be
executed by our Associate/Designer meeting the requirement of Clause 3.1.2* /
3.1.3 * of Bid Data Sheets for successful performance of the equipment.

2.0 Further, we confirm that in case of Award of Contract, our Associate/Collaborator


shall furnish the requisite Bank Guarantee as mentioned in the Deed of Joint
Undertaking.

* Strike Out whichever is not applicable.

Date : (Signature) ..........................................

Place : (Printed Name) ...................................

(Designation) ......................................

(Common Seal) .................................


ATTACHMENT- 3J
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(PROJECT MANAGEMENT ORGANISATION)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,
Noida-201301.

Dear Sirs,

1.0 In line with Clause No. 8.1.2(a)(v) of ITB and requirements of Para 2(iv) of
Attachment-3C, we furnish below the brief write-up* in support of our established
project managament organisation.
-----------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature)..................................................

Place : (Printed Name)..........................................

(Designation)..............................................

(Company Seal).........................................

* Bidder to use their own format for above details.


ATTACHMENT - 4
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,Noida-201301.

BIDDER TO ATTACH DOCUMENTARY EVIDENCE ESTABLISHING IN ACCORDANCE


WITH CLAUSE NO. 2.0 OF ITB (SECTION-II) OF BIDDING DOCUMENTS THAT THE
FACILITIES OFFERED ARE ELIGIBLE FACILITIES AND CONFORM TO THE BIDDING
DOCUMENTS.

Date : (Signature)...................................................

Place : (Printed Name)................................................

(Designation)................................................

(Company Seal)............................................
ATTACHMENT - 4A
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details of Special Tools and Tackles)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,Noida-201301.

Dear Sir,

We are furnishing below the list of special maintenance tools & tackles for various equipment
under the subject package. The prices for these tools & tackles are already included in the
lumpsum bid price. We further confirm that this list of special maintenance tools & tackles
includes all the items as per the requirement of Technical Specifications.

Notwithstanding what is stated above we further confirm that any additional special maintenance
tools and tackles required for the equipment supplied under this package shall be furnished
by us at no extra cost to the Employer.
-----------------------------------------------------------------------------------------------------------------------------
S.No. Description Description of Tools Unit Qty.
of Equipment & Tackles
-----------------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------------
Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation)......................................

(Company Seal).................................

Note: Continuation Sheets of like size and format may be used as per Bidder's requirement
and shall be annexed to this Attachment.
ATTACHMENT - 5
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
(Details of Proposed Sub-contractors/Sub-Vendors)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,Noida-201301.
Dear Sirs,

The details of all items of services or supply which we propose to sublet, giving details
of the name and nationality of the proposed Sub-Contractor/Sub Vendor for each item
are given in Annexure-I, II & III to this Attachment-5.

Date : (Signature).....................................

Place : (Printed Name)...............................

(Designation)..................................

(Company Seal) ............................

Note : 1. Contiuation sheets of like size and format may be used as per Bidder's
requirement and shall be annexed to this Attachment.

2. Bidder shall attach letters of intent with the sub-contractors/sub-vendors so


as to confirm their participation.

3. Bidder may also propose sub-vendors from the "Indicative Vendor List"
attached at Section VI.
PROJECT: TANDA TPP- II (2 x 660 MW) LIST OF ITEMS REQUIRING QUALITY PLAN AND SUB- SUPPLIER APPROVAL NTPC DOC
NO
PACKAGE: COOLING TOWER REV. NO. 0
MAIN SUPPLIER: SUB SYSTEM: CIVIL ITEMS DATE
CONTRACT NO.: CS-9562-135-2
SR. NO. ITEM QAP / QAP PROPOSED SUB SUPPLIER PLACE OF APPROVAL REMARKS
INSP. NO. MANUFACTURING STATUS /
CAT CATEGORY
CIVIL WORKS
1. CONSTRUCTION CHEMICALS - III -
ADMIXTURES, PLASTISIZERS,
RETARDERS
WATER PROOFING COMPOUNDS
GROUTS
2. FALSE CEILING - GLASS III -
REINFORCED GYPSUM SYSTEM,
MINERAL FIBRE BOARD SYSTEM,
PREPAINTED COIL COATED STEEL
SYSTEM
3. PAINT AND PAINTING SYSTEM III -
4. COLOUR COATED SHEET (FOR COIL) I -
5. PROFILERS FOR DECKING SHEETS I
6. PROFILERS FOR CLADDING SHEETS I
7. ELECTROFORGED GRATING II
8. PVC WATER STOP III -
9. CERAMIC / VITRIFIED TILES III -
10. PARTICLE BOARDS, PLYWOOD, MDF III -
11. ALUMINUM SECTIONS III -
12. HIGH SOLID CONTENT LIQUID III -
APPLIED URETHANE BASED
ELASTOMERIC MEMBRANE FOR
WATER PROOFING
13. SANITARY ITEMS III
14. CP BRASS TAP AND OTHER III -
SANITARY FITTINGS
15. ACID / ALKALI RESISTANCE TILES, III -
AR BRICKS,
AR CEMENT (POTASSIUM SILICATE
BASED CEMENT MORTAR, PHENOLIC
BASED RESIN CEMENT)

QS-01-QAI-P-01/F3 Page 1 of 2
PROJECT: TANDA TPP- II (2 x 660 MW) LIST OF ITEMS REQUIRING QUALITY PLAN AND SUB- SUPPLIER APPROVAL NTPC DOC
NO
PACKAGE: COOLING TOWER REV. NO. 0
MAIN SUPPLIER: SUB SYSTEM: CIVIL ITEMS DATE
CONTRACT NO.: CS-9562-135-2
SR. NO. ITEM QAP / QAP PROPOSED SUB SUPPLIER PLACE OF APPROVAL REMARKS
INSP. NO. MANUFACTURING STATUS /
CAT CATEGORY
AR BITUMASTIC
16. POLYCARBONATE SHEETS III -
17. MINERAL WOOL FOR THERMAL I
INSULATION
18. PVC COATED CHAIN LINK FENCING &
III
REINFORCED BARBED TAPE
19. STOP LOG GATES & TRASH RACK
I
LEGENDS:
1. SYSTEM SUPPLIER/SUB-SUPPLIER APPROVAL STATUS CATEGORY (SHALL BE FILLED BY NTPC)
A – For these items proposed vendor is acceptable to NTPC. To be indicated with letter “A” in the list along with the condition of approval, if any.
DR – For these items “Details required” for NTPC review. To be identified with letter “DR” in the list.
'N' NOTED – For these items vendors are approved by Main Supplier and accepted by NTPC without specific vendor approval from NTPC. To be
identified with ‘NOTED.’

2. QP/INSPN CATEGORY:
CAT-I : For these items the Quality Plans are approved by NTPC and the final acceptance will be on physical inspection witness by NTPC.
CAT-II : For these items the Quality Plans approved by NTPC. However no physical inspection shall be done by NTPC. The final acceptance by NTPC
shall be on the basis review of documents as per approved quality plan.
CAT-III : For these items Main Supplier approves the Quality Plans.
UNITS/ WORKS : Place of manufacturing Place of Main Supplier of multi units/works.
NOTE 1: For the items placed in CAT-III for Civil Works, the review and final acceptance shall be done by NTPC-EIC/ FQA on the basis of MTC /
certificate of conformance in line with Indicative FQP / Technical Specifications.

QS-01-QAI-P-01/F3 Page 2 of 2
1 of 1

Project : TANDA STPP - II DOC.NO. : CS-9562-135


Package : COOLING TOWERS Package VENDOR LIST FOR ITEMS REQUIRING SUB-VENDOR / REV.NO. : 0
QUALITY PLAN APPROVAL
Supplier : DATE :
Package No.: CS-9562-135 PAGE :
QP # Sub-
QP/ 9562-135 Supplier
S.N. Item Description Insp. QVE- Proposed Supplier Place approval Remark
Cat. Q- status/
category
1 LIGHTING PANEL
2 Cable Gland
3 Cable Lugs
4 CABLE TERMINATION KITS
5 Junction Box
1.1KV XLPE /PVC POWER
6
CABLE
7 1.1 KV CONTROL CABLE
8 Cable tray
FLEXIBLE CABLE TRAY
9
SUPPORTING SYSTEM

LIGHTING FIXTURE &


10
LUMINARIES

M.S ROD, G.S FLAT, G.I WIRE,


11
EARTH WIRE (GALVANISED)
12 AVIATION LIGHT
13 Trefoil Clamp
LIGHTING WIRES/GI
14
CONDUIT/LIGHTING POLES
A. LEGENDS :
1. SYSTEM SUPPLIERS/SUB-SUPPLIERS APPROVAL STATUS CATEGORY(SHALL BE FILLED BY NTPC)
A-For this items proposed vendor is acceptable to NTPC.To be indicated with letter "A" in the list along with condition of approval,if any
DR-For these items "Detailed required for NTPC review.To be identified with letter "DR" in the list.
NOTED- For these items vendors are approved by Main Supplier & accepted by NTPC without specific vendor approval from NTPC.To be identified with "NOTED".
2. QP/INSPN CATEGORY
CAT-I :For these items the Quality Plans approved by NTPC & final acceptance will be on physical inspection witness by NTPC
CAT-II :For these items the Quality Plans approved by NTPC.However no physical inspection shall be done by NTPC.The final acceptance by NTPC shall be on basis of
docoments as per approved QP
CAT-III :For these items Main supplier approves the Quality Plans.The final acceptance by NTPC shall be on basis of certificate of conformance by the main supplier.
* :Control measure of item covered in quality plan of main item.
3. UNITS/WORKS : Place of manufacturing Place of Main Supplier of multi units/works.
Format No: QS-01-QAI-P-1/F3-R0 ENGG DIV / QA
PROJECT : TANDA-II (2X660MW) PROPOSED VENDOR LIST DOC. No. : CS-9562-
PACKAGE: COOLING TOWERS PACKAGE 135 -2
ANNEXURE-1
SUPPLIER : SUB SYSTEM: MECHANICAL DATE:
CONT. NO.: CS-9562-135-2 PAGE 1 OF 4

SL. ITEM QP/INSPN QP NO. 9572 PROPOSED SUPPLIER PLACE SUB-SUPPLIER REMARKS
NO. CAT @ / 131 –QVM- APPROVAL
Q STATUS/
CATEGORY

1 CI BUTTERFLY VALVES
2 MS PIPES TO IS 3589
3 PVC FILLS (SPLASH TYPE)
4 CHAIN PULLEY BLOCK
WITH TRAVELLING
TROLLEY
5 DRIFT ELIMINATOR -PVC
6 CI GATE & GLOBE VALVE
7 VENTILATION FANS
8 SLUDGE PUMP
(SUBMERSIBLE PUMP)
@ Shall be decided during post bid discussions.

NOTE-1 SYSTEM SUPPLIER / SUB-SUPPLIERSTATUS CATEGORY (SHALL BE FILLED BY NTPC).


A – For these items proposed vendor is acceptable to NTPC. To be indicated with letter “A” in the list along with condition of approval, if
any.
Noted: For these items vendors are accepted by NTPC without specific sub-vendor approval from NTPC. To be indicated with “NOTED” in
the list.
NOTE- 2. INSPECTION CATEGORY:
Cat I : For these items the quality plans are approved by NTPC and final acceptance will be after physical inspection witness by NTPC.
CAT II : For these items the quality plans are approved by NTPC. However no physical inspection will be done by NTPC. The final
acceptance by NTPC shall be on the basis of review of documents as per QP.
CAT III: For these items Main Supplier approves quality plans. The final acceptance by NTPC shall be on the basis of certificate of
conformance by Main Supplier
Note 3: Approval conditions attached to above sub-vendors, as applicable, shall be adhered to.

Page 1 of 1
Signature
ENGINEERING DIV/QAI
ATTACHMENT - 6
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Information Relating to Alternative Bid)

BIDDER TO USE THEIR OW N PROFORMA FOR FURNISHING THE REQUIRED


INFORMATION WITH THE BID FOR THE ALTERNATIVE BID PROPOSED BY HIM,
IN ACCORDANCE WITH CLAUSE NO. 2.0 (g) OF BID FORM.

BIDDER TO USE THEIR OWN PROFORMA FOR FURNISHING THE REQUIRED


INFORMATION WITH THE BID FOR THE ALTERNATIVE BID PROPOSED BY HIM,
IN ACCORDANCE WITH ITB CLAUSE NO. 8.1.2(d)
ATTACHMENT - 7
Page 1 of 2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Schedule of Erection Tools & Plant and Safety Equipment)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,Noida-201301.
Dear Sirs,

A. We indicate herein below the erection tools & plant, we have in our possession
and the tools & plant we propose to bring to the Site under the Package, in case
the contract is awarded to us.
--------------------------------------------------------------------------------------------- ----------------
Sl. Type and Minimum Quantity Number the Number the Bidder
No. Description of of Major T&P to Bidder has proposes to bring
the Equipment be deployed in possession to the Site
--------------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3) (4) (5)
--------------------------------------------------------------------------------------------- ----------------

--------------------------------------------------------------------------------------------------------------------------------------
B. We confirm having read the Provisions of Appendix-1 to Form of Contract Agree-
ment, Section-VII (Part 3 of 3) of Bidding Documents and Technical Specifications.
In this regard, we confirm following minimum suggestive Safety Equipments &
Safety Personal Protective Equipments shall be brought to site:
------------------------------------------------------------------------------------------------------------
Sl. Type and Minimum number of Safety
No. Description of Equipments to be deployed
Equipments at site
-------------------------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3)
-------------------------------------------------------------------------------------------------------------------------------------------------
1. Safety Net 10 Nos.

2. Horizontal Life Line 10 Nos. of wire rope,


each 25 metre long
-------------------------------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 7
Page 2 of 2

------------------------------------------------------------------------------------------------------------
Sl. Type and Minimum number of Safety
No. Description of Equipments to be deployed
Equipments at site
-------------------------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3)
-------------------------------------------------------------------------------------------------------------------------------------------------
3. Fall Arrester 20 Nos.of 'Rope Grab
Fall arrester' and Karbiner each
10 Nos. anchorage line, 30
metre long.

4. Ladders on column Cumulative length of ladders


is 100 metres

5. Safety Helmet & Safety Shoes 50 No.s each

6. Full Body Safety Harness 15 Nos.


-------------------------------------------------------------------------------------------------------------------------------------------------

We hereby confirm that the quantity and type of certain tools & plant and equipment, we
will employ for construction/erection/safety, will not be less than those listed above and
agree to bring more tools & plant and equipment, if required for meeting the work schedule
and if so warranted, in the opinion of the Project Manager. Our proposed construction/
erection tools & plant utilisation plan indicating utilisation dates and time duration of all
major erection and construction tools & plant placed on site, is enclosed at Annexure.........
to this Attachment-7.

Date : (Signature) ......................................

Place : (Printed Name) ...............................

(Designation) ...................................

(Company Seal) ..............................

Note: Continuation sheets of like size and format may be used as per Bidder's
requirements and shall be annexed to this Attachment.
ATTACHMENT - 8
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Technical Data Sheet)


(Separately Enclosed in C Folder)

Attachment 8 is separately attached entitled "Technical Data Sheet". Bidders are


required to fill in the Technical Data as per the format and submit the same
alongwith Techno-Commercial bid as Attachment - 8.

---------------------------------------------------------------------------------------------------- -----------------

Date : (Signature).................................................

(Printed Name) ........................................

Place : (Designation).............................................

(Common Seal) .......................................

Attachment-8 is separetely bound book entitled "Technical Data Sheet". Bidders


are required to fill in the Technical Data as per the format and attach the same
in C Folder as Attachment-8.
ATTACHMENT-9
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Detail of Bought out items to be directly despatched by Sub-Vendors to site,


without Value)

Bidder's Name and Address : To


NTPC Limited
Contract Services-II,
6th Floor, Engg. Office Complex,
Sector-24, Noida - 201301.
Dear Sirs

We declare that the following are the details of equipment & materials including
mandatory spares to be directly despatched from the works of our sub-contractors/sub-
vendors @ and from the works of sub-contractors/sub-vendors of our Assignee
(applicable for foreign bidder) to Project Site.
---------------------------------------------------------------------------------------------------- -----------------
Sl. Description W eight / Qty.
No. of Equipment/ (Tonnes) / (Nos.)
Material
---------------------------------------------------------------------------------------------------- -----------------
(1) (2) (3)
---------------------------------------------------------------------------------------------------- -----------------

...................... .......................

...................... .......................

---------------------------------------------------------------------------------------------------- -----------------
Date : (Signature) ................................................

Place : (Printed Name) .........................................

(Designation) ............................................

(Company Seal) ........................................

Note : 1. Continuation sheets of like size and format, may be used as per Bidder's require-
ment and shall be annexed to this Attachment.

2. @ to be striked out, if not applicable.

3. The above is applicable for supply of plant and equipment including spares on Ex-
works (India) Basis.
ATTACHMENT - 10
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Information regarding Quality Assurance Programme)

Bidder's Name and Address : To


Contract Services-II
NTPC Limited,
Noida - 201301
Dear Sirs,

W e hereby provide the necessary information on Quality Assurance Programme


containing the overall Quality Management and procedures, which we propose to follow
during various phases of execution of the Contract.

---------------------------------------------------------------------------------------------------- -----------------

---------------------------------------------------------------------------------------------------- -----------------

Date : (Signature).....................................

Place : (Printed Name) ...............................

(Designation) ...................................

(Company Seal) ..............................

Note : Continuation sheets of like size and format, may be used as per Bidder's
requirement and shall be annexed to this Attachment.
ATTACHMENT - 11
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Additional Information included with the proposal)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.

Dear Sirs,

---------------------------------------------------------------------------------------------------- -----------------
Sl. No. Description of Information Reference to Reference to
Bidding documents Bid Proposal
---------------------------------------------------------------------------------------------------- -----------------

---------------------------------------------------------------------------------------------------- -----------------

Date : (Signature) ..............................................

Place : (Printed Name) ........................................

(Designation) ...........................................

(Company Seal) .......................................

Note: Continuation sheets of like size and format, may be used as per Bidder's
requirement and shall be annexed to this Attachment.
ATTACHMENT - 12
Page 1 of 2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Milestone Schedule)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.
Dear Sirs,

1.0 We hereby declare that the following completion schedule shall be followed by us
in furnishing and installating the equipments under the Package. The period is
commencing from the date of Notification of Award.
-----------------------------------------------------------------------------------------------------------------------------
Sl. Area/Description of Duration in months from
No. Milestones NOA
------------------------------------
Start Finish
-----------------------------------------------------------------------------------------------------------------------------

A. Engineering

1.0 Basic Engg. — 03

2.0 Detailed Engg. 03 12

B. Civil Works

1.0 Initial Mobilisation 00 02

2.0 Piling Works 02 05

3.0 Excavation, Pile Breaking and PCC works 03 06

4.0 RCC works for Pile Cap/Raft 07 08

5.0 Racker Column works and Ring Beam 09 12

6.0 Construction of CT Basin 10 13

7.0 Shell (manual Lift) 12 14


ATTACHMENT - 12
Page 2 of 2
-----------------------------------------------------------------------------------------------------------------------------
Sl. Area/Description of Duration in months from
No. Milestones NOA
------------------------------------
Start Finish
-----------------------------------------------------------------------------------------------------------------------------

8.0 Jump from Assembly/Erection 13 15

9.0 Shell (Concreting (JF) 14 21

10.0 Internal Grillage Works 15 23

C Completion of all Facilities for Unit#1

1.0 Supply of all material/internals/Piping etc 12 22

2.0 Erection of Internal/Piping 13 25

3.0 Erection of Fill Material 24 27

4.0 Commissioing of Cooling Tower 27 28

5.0 Completion of Facilities - 29

-----------------------------------------------------------------------------------------------------------------------------
Note:

1. The schedule given above is for 1st NDCT, activities for 2nd NDCT having a phase gap
of 6 months except for Engineering and Common Activites.

2. Supplies of Mandatory spares have to be made along with Main equipment supply.

Date : (Signature) ..............................................

Place : (Printed Name) ........................................

(Designation) ...........................................

(Company Seal) .......................................

-----------------------------------------------------------------------------------------------------------------------------
ATTACHMENT - 13
Page 1 of 3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(Price Adjustment Data)


Bidder's Name and Address : To
NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.

Dear Sir,

We hereby furnish the relevant details pertaining to the price adjustment provisions in
your specifications and documents.

1. Ex-works/FOB@ Price Component of Plant and Equipment (Excluding Spares


and Type Test charges)

Bidder is required to indicate separate indices for each currency.

*Name of Currency of Bid Price :.............................................


---------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of
No. Co-efficient Published
index and
its origin

----------------------------------------------------------------------------------------------------------------------------
1. Fixed Portion F = 0.20 ......................

2. Steel Material a = 0.15 to 0.25 ......................

3. Fill Materials b = 0.15 to 0.20 ......................

4. Any other major c = 0.10 to 0.15 ......................


item
(to be specified by Bidder)

5. Labour Lb = 0.20 to 0.30 ......................

---------------------------------------------------------------------------------------------------------------------------
@
Use separate sheet for Ex-Works / FOB Price Components.
ATTACHMENT - 13
Page 2 of 3
2. Erection Price Component

NAME OF CURRENCY ** : ..........................................

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Published
No. Co-efficient index and its origin

-----------------------------------------------------------------------------------------------------------------------------

1. Fixed Portion F = 0.25 -------------

2. Expatriate 0.75 -------------


Labour (EF) :

Indian Field 0.75 All India Consumer


Labour (F) : Price Index for
Industrial workers
(All Indian average)
published by Labour
Bureau, Shimla,
Govt. of India.

---------------------------------------------------------------------------------------------------- ----------------

3. Civil & Allied Work Component*

-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Published
No. Co-efficient index and its origin
---------------------------------------------------------------------------------------------------------------------------

1. Fixed Portion 0.20

2. Material 0.15 Index No. of wholesale price


under group 'All Commodities'
as published by the Office of
the Economic Adviser, Govt.
of India / RBI.

3. High Speed 0.05 Price of High Speed Diesel


Diesel Oil Oil per litre at the Indian Oil
Corpn. outlet nearest to the
Project (selling price inclusive
of taxes & duties if any)
ATTACHMENT - 13
Page 3 of 3
-----------------------------------------------------------------------------------------------------------------------------
Sl. Item Value of Name of Published
No. Co-efficient index and its origin
---------------------------------------------------------------------------------------------------------------------------

4. Steel 0.25 Index for subgroup "Ferrous


Metals" under the group of
"Basic Metals, Alloys & Metal
Products" as published
by Office of the Economic
Adviser, Govt. of India / RBI

5. Cement 0.10 Index for "Cement & Lime"


as published by Office of
the Economic Adviser, Govt.
of India / RBI, under the
group of "Non Metallic Mineral
Products":

6. Labour 0.25 Consumer price index


for Industrial workers
(All India General) as
published by Labour
Bureau, Shimla.
-----------------------------------------------------------------------------------------------------------------------------

4. The exchange rate between the Bid currency and the currency of corresponding
indices as on 30 days prior to the date set for Techno-Commercial Bid Opening shall
be as per Bills Selling Exhange Rate established by State Bank of India.

We agree to provide you with a complete break-up of our Bid Price to enable operation of
Price Adjustment Clause for FOB/Ex-works & Erection Price Component.

* To be specified by the bidder.

Note : 1. Bidders are also required to mention whether the indices are monthly
average, weekly average or as applicable.
2. Continuation Sheets of like size & format may be used if required if any of
currencies are more than one.
3. Continuation sheets of like size & format may be used if countries of origin
of Expatriate Labour are more than one.
ATTACHMENT - 14
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)

BIDDING DOCUMENT NO. CS-9562-135-2

(Details of Equipment and Mandatory Spares including Type Tests to be


imported from Associate/Collaborator by manufacturer or bidder)

---Not Applicable---
ATTACHMENT-15
Page 1 of 3

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2
[ELECTRONIC FUND TRANSFER (EFT) FORM]

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.
Dear Sirs,
We, hereby authorise the Employer to make all our payments through Electronic Fund
Transfer System. The details for facilitating the payments are given below:
(TO BE FILLED IN CAPITAL LETTERS)
1. NAME OF THE BENEFICIARY

2. ADDRESS

PIN CODE

3. TELEPHONE NO. (WITH STD CODE)

4. BANK PARTICULARS
(A) BANK NAME

(B) BANK TELEPHONE NO. (WITH STD CODE)

(C) BRANCH ADDRESS

PIN CODE
ATTACHMENT-15
Page 2 of 3

(D) BANK FAX NO (WITH STD CODE)

(E) BRANCH CODE

(F) 9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A


CANCELLED CHEQUE)

(G) BANK ACCOUNT NUMBER

(H) BANK ACCOUNT TYPE (TICK ONE)

SAVING CURRENT LOAN CASH CREDIT OTHERS

IF OTHERS, SPECIFY

5. PERMANENT ACCOUNT NUMBER (PAN)

6. E-MAIL ADDRESS FOR INTIMATION REGARDING RELEASE OF PAYMENTS

I/We hereby delcare that the particulars given above are correct and complete. If the
transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect
information, I/We would not hold the Employer responsible.

SIGNATURE
DATE

(AUTHORISED SIGNATORY)
Name:

OFFICIAL STAMP
ATTACHMENT-15
Page 3 of 3

BANK CERTIFICATION:

It is certified that above mentioned beneficiary holds a bank account no. .............................
with our branch and the Bank particulars mentioned above are correct.

SIGNATURE

DATE

(AUTHORISED SIGNATORY)

Authorisation No. : ..................................................

Name:

OFFICIAL STAMP
ATTACHMENT-16
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(FORM OF ACCEPTANCE OF FRAUD PREVENTION POLICY)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24, Noida-201301.

Ladies and/or Gentlemen,

We have read the contents of the Fraud Prevention Policy of NTPC displayed on its
tender website http://www.ntpctender.com and undertake that we along with our Associate/
Collaborator/Sub-Contractors/Sub-Vendors/Consultants/Service Providers shall strictly abide by
the provisions of the Fraud Prevention Policy of NTPC.

Yours faithfully,

Date : (Signature)..........................................

Place : (Printed Name)..................................

(Designation)......................................

(Company Seal).................................
ATTACHMENT - 17
Page 1 of 6

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

INTEGRITY PACT

Between

NTPC Limited, A Govt. of India Enterprise


(hereinafter referred to as "The Employer")

and

………………………… (hereinafter referred to as "The Bidder/Contractor ")

Preamble

The Employer invites the bids from all eligible bidders and Employer intends to enter into
contract for ………………………. with the successful bidder(s), as per organizational
systems and procedures. The Employer values full compliance with all relevant laws and
regulations, and the principles of economical use of resources, and of fairness and
transparency in its relations with its Bidder(s) and/or Contractor(s).

In order to achieve these goals, the Employer will appoint an Independent External Monitor
(IEM), who will monitor the bidding process and the execution of the contract for
compliance with the principles mentioned above.

Section 1 Commitments of the Employer

1. The Employer Commits itself to take all measures necessary to prevent corruption
and to observe the following principles in this regard:-

a) No employee of the Employer, either in person or through family members


including relatives, will in connection with the bidding for or the execution of
a contract, demand or accept a promise for or accept for him/herself or for
a third person, any material or immaterial benefit to which he/she is not
legally entitled to.

b) The Employer shall, during the bidding process treat all Bidders with equity
and reason. The Employer will, in particular, before and during the bidding
process, provide to all Bidders the same information and will not provide to
any Bidder confidential/additional information through which the Bidder(s) could
obtain an advantage in relation to the bidding process or the contract
execution.
ATTACHMENT - 17
Page 2 of 6

c) The Employer will exclude from the process all known prejudiced persons.

2. If the Employer obtains information on the conduct of any of its employees which is
a criminal offence under the IPC/PC Act or if there be a substantive suspicion in
this regard, the Employer will inform the Chief Vigilance Officer and in addition can
initiate disciplinary actions.

Section 2 Commitments and Undertakings by the Bidder/Contractor

1 The Bidder/Contractor commits and undertakes to take all measures necessary to


prevent malpractices & corruption. He commits himself to observe the following
principles during his participation in the bidding process and during the execution of
the contract:

a) The Bidder/ Contractor undertakes not to, directly or through any other person
or firm offer, promise or give or influence to any employee of the Employer
associated with the bidding process or the execution of the contract or to
any third person on their behalf any material or immaterial benefit which he/
she is not legally entitled, in order to obtain in exchange any advantage of
any kind whatsoever during the bidding process or during the execution of the
contract.

b) The Bidder/ Contractor undertake not to enter into any undisclosed


agreement or understanding, whether formal or informal with other Bidders.
This applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other action to
restrict competitiveness or to introduce cartelization in the bidding process.

c) The Bidder/Contractor undertakes not to commit any offence under the


relevant Anti-corruption Laws of India; further the Bidder/Contractor will not
use improperly, any information or document provided by the Employer as
part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically
for purposes of competition or personal gain and will not pass the
information so acquired on to others.

d) The Bidder/ Contractor will, when presenting his bid undertakes, to disclose
any and all payments made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.

2 The Bidder/ Contractor will not instigate and allure third persons/parties to commit
offences outlined above or be an accessory to such offences.
ATTACHMENT - 17
Page 3 of 6

Section 3 Disqualification from Bidding Process and Exclusion from Future


Contracts

1. If the Bidder(s)/ Contractor(s), before award or during execution has committed a


transgression through a violation of any provisions of Section 2 or in any other form
so as to put his reliability or credibility as Bidder into question, the Employer shall
be entitled to disqualify the Bidder(s)/ Contractor(s) from the bidding process or to
terminate the contract, if signed on that ground.

2. If the Bidder/ Contractor has committed a transgression through a violation of


Section 2 such as to put his reliability or credibility into question, the Employer shall
be entitled to exclude including blacklist and put on holiday the Bidder/ Contractor
for any future tenders/contract award process. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will
be determined by the Employer taking into consideration the full facts and
circumstances of each case particularly taking into account the number of
transgressions, the position of the transgressors within the company hierarchy of the
Bidder and the amount of the damage. The exclusion will be imposed for a
minimum of 3 years.

3. A transgression is considered to have occurred if the Employer after due


consideration of the available evidence concludes that no reasonable doubt is
possible.

4. The Bidder with its free consent and without any influence agrees and undertakes to
respect and uphold the Employer's absolute rights to resort to and impose such
exclusion and further accepts and undertakes not to challenge or question such
exclusion on any ground, including the lack of any hearing before the decision to
resort to such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.

5. Subject to full satisfaction of the Employer, the exclusion of Bidder/ Contractor could
be revoked by the Employer if the Bidder/ Contractor can prove that he has
restored/ recouped the damage caused by him and has installed a suitable
corruption prevention system in his organization.

Section 4 Compensation for Damages including Forfeiture of Earnest Money


Deposit/ Security Deposit/ Performance & Advance Bank Guarantees

1. If the Employer has disqualified the Bidder/ Contractor from the bidding process or
has terminated the contract pursuant to Section 3, the Employer shall forfeit the
Earnest Money Deposit/Bid Security, encash Contract Performance Bank Guarantees
in addition to excluding the bidder from the future award process and terminating
the contract.
ATTACHMENT - 17
Page 4 of 6

2. In addition to 1 above, the Employer shall be entitled to take recourse to the


relevant provisions of the contract related to Termination of Contract due to
Contractor's Default.

Section 5 Previous Transgressions

1 The Bidder swears on oath that no previous transgression occurred in the last three
years immediately before signing of this Integrity Pact, with any other company in
any country conforming to TI approach or including with any Public Sector
Enterprise/ Undertaking in India or any Government Department in India that could
justify bidder's exclusion from the tender process.

2 If the Bidder makes incorrect statement on this subject, Bidder can be disqualified
from the bidding process or the contract, if already awarded, can be terminated on
this ground.

Section 6 Company Code of Conduct

Bidders are also advised to have a company code of conduct (clearly rejecting the
use of bribes and other unethical behaviour) and a compliance program for the
implementation of the code of conduct throughout the company.

Section 7 Independent External Monitors

1 The Employer will appoint competent and credible Independent External Monitor for
this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.

2 The monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He shall report to Chairman/CMD
of the Employer or a person authorized by him.

3 The Bidder/Contractor accepts that the Monitor has the right to access without
restriction to all project documentations of the Employer including that provided by
the Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to this
Project Documentations. The same is applicable to Subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the Bidder/
Contractor/Sub-Contractors/JV partners/Consortium member with confidentiality.

4 The Employer will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Employer and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
ATTACHMENT - 17
Page 5 of 6

5 As soon as the Monitor notices, or believes to notice, a violation of this agreement,


he will so inform the Management of the Employer (Chairman/CMD of the Employer
or a person authorized by him) and request to discontinue or to take corrective
action, or to take other relevant action. The Monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or tolerate action.
However, Independent External Monitor shall give an opportunity to the Bidder/
contractor to present its case before making its recommendations to the Employer.

6 The Monitor will submit a written report to Chairman/CMD of the Employer or a


person authorized by him within 8-10 weeks from the date of reference or
intimation to him by the Employer and, should the occasion arise, submit proposals
for correcting problematic situations.

7 The Monitor shall be entitled to compensation on the same terms as being


extended to /provided to Independent Directors of Board.

8 If the Monitor has reported to Chairman/CMD of the Employer or a person


authorized by him a substantiated suspicion of an offence under relevant IPC/PC
Act, and he has not, within reasonable time, taken visible action to proceed against
such offence or reported it to the Chief Vigilance Officer, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner, Government
of India.

9 The word "Monitor" will include Singular or Plural.

Section 8 Pact Duration

This Pact comes into force from the date of signing by all the parties. It shall expire for
the Contractor 12 months after the last payment under the respective contract, and for all
other unsuccessful bidders 6 months after the contract has been awarded.

Section 9 Miscellaneous Provisions

1 This Pact is subject to Indian Law. The place of performance and jurisdiction shall
be New Delhi.

2 Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intentions.

3. The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with the provisions of the extant law in force
relating to any civil or criminal proceedings.
ATTACHMENT - 17
Page 6 of 6

4. If the Contractor is a JV partnership/Consortium, this agreement must be signed by


all the partners of JV/Consortium Partners as the case may be.

The Parties hereby sign this Integrity Pact at ……….on this ……. day of……..20….

Employer Bidder/ Contractor

Signature of Authorized
Signator.............................................

Stamp ...............................................

Witness Witness

1. _______ 1. _______

2. _______ 2. _______

Note: 1. The each page of Integrity Pact is to be signed and witnessed by the
Signatory who has signed the bid and the same is to be submitted in
a separate sealed envelope along with bid.

2. The word 'Employer' should be read as "Employer/NTPC".

3. Where the Joint Venture(s) / Consortium are permitted to participate in


the bid pursuant to ITB Clause 8.1.2(a) and BDS Item 3.0, the signing
of Integrity Pact (IP) by all JV Partner(s)/ Consortium members is
mandatory.
ATTACHMENT-18
Page 1 of 1

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

(DECLARATION ON BANNING POLICY)

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,Noida-201301.

Dear Sirs,
(1) We have read the contents of the Banning Policy of NTPC attached with this Bidding
document and agree to abide by this policy. Further, in terms of requirement under Banning
policy we hereby declare the following:

a) We have not been Banned/Blacklisted as on date of submission of bid by Ministry


of Power or Government of India.

b) We have not employed any public servant dismissed/removed or person convicted


for an offence involving corruption or abetment of such offences.

c) Our Director(s)/ Owner(s)/ Proprietor/ Partner(s) have not been convicted by any
court of law for offences involving corrupt and fraudulent practices including moral
turpitude in relation to business dealings with Government of India or NTPC or NTPC's
group companies during the last five years.

(2) We further declare as under:

that if at any point subsequent to award of Contract, the declarations given above are
found to be incorrect, NTPC Limited shall have the full right to terminate the Contract
and take any action as per applicable laws for breach of contract including forfeiture
of Bid Security/Performance Bank Guarantee.

Date : (Signature).....................................

Place : (Printed Name)...............................

(Designation)..................................

(Company Seal) ...........................


ATTACHMENT-19
Page 1 of 2

COOLING TOWERS PACKAGE


FOR
TANDA THERMAL POWER PROJECT, STAGE-II (2X660MW)
BIDDING DOCUMENT NO. CS-9562-135-2

[CHECKLIST FOR TECHNO-COMMERCIAL BID]

Bidder's Name and Address : To


NTPC Limited,
Contract Services-II,
6th Floor, Engg. Office Complex,
Plot No. A-8A, Sector-24,Noida-201301.

Dear Sirs,

Check List of documents to be submitted for Techno-Commercial Bid:


-----------------------------------------------------------------------------------------------------------------------------
Sl. Details of Checks Enclosed : Yes / No
No.
-----------------------------------------------------------------------------------------------------------------------------
1. BID FORM (TECHNO-COMMERCIAL BID) .................................

2. ATTACHMENT-1 (IN A SEPARATELY SEALED ENVELOPE) .................................

3. ATTACHMENT-2 (IN A SEPARATELY SEALED ENVELOPE) .................................

4. ATTACHMENT-3 (INCLUDING QR DETAILS & DEED .................................


OF JOINT UNDERTAKING, IF APPLICABLE)

5. ATTACHMENT-4 AND ATTACHMENT-4A .................................

6. ATTACHMENT-5 .................................

7. ATTACHMENT-6 .................................

8. ATTACHMENT-7 .................................

9. ATTACHMENT-8 .................................

10. ATTACHMENT-9 .................................

11. ATTACHMENT-10 .................................

12. ATTACHMENT-11 ................................


ATTACHMENT-19
Page 2 of 2

-----------------------------------------------------------------------------------------------------------------------------
Sl. Details of Checks Enclosed : Yes / No
No.
-----------------------------------------------------------------------------------------------------------------------------

13. ATTACHMENT-12 .................................

14. ATTACHMENT-13 .................................

15. ATTACHMENT-14 NOT APPLICABLE

16. ATTACHMENT-15 .................................

17. ATTACHMENT-16 .................................

18. ATTACHMENT-17 (IN A SEPARATELY SEALED ENVELOPE) .................................

19. ATTACHMENT-18 .................................

20. SIGNED AND STAMPED COPY OF .................................


AMENDMENT(S)/CLARIFICATION(S)/
ERRATA TO BIDDING DOCUMENTS.

-----------------------------------------------------------------------------------------------------------------------------

Date : (Signature).....................................

Place : (Printed Name)...............................

(Designation)..................................

(Company Seal) ...........................

Potrebbero piacerti anche