NTPC Limited
(A Government of India Enterprise)
EOC Noida Office
INVITATION FOR BIDS (IFB)
FOR
Design, Drilling, Logging and Testing of Geo # Thermal exploration cum production well, resource assessment and preparation of DPR for Geo # Thermal Power plant at Tatapani, Balrampur, Chhattisgarh.
(International Competitive Bidding)
IFB No: 40054735 |
Date:06.04.2016 |
Bidding Document No: 40054735 |
|
1.0NTPC invites
2.0Brief Details
IFB No. |
40054735 |
IFB Date |
06.04.2016 |
Document Sale Commencement Date & Time |
06.04.2016 11:48:28 |
Document Sale Close Date & Time |
24.05.2016 17:30:00 |
Source of IFB/NIT |
EOC Noida Office |
Contract Classification |
Admn. Works & Purchase |
Last Date and Time for Bid submission |
07.06.2016 14:30:00 |
Technical Opening Date & Time |
07.06.2016 15:00:00 |
Bid Opening Date & Time |
30.06.2016 11:00:00 |
Cost of Bidding Documents in INR |
22,500.00 |
EMD in INR |
12490000.00 |
|
|
Last Query Date (if any) |
31.05.2016 |
EMD in USD |
181400.00 |
Cost of Bidding Documents in USD for foreign bidder |
500.00 |
Funding Source |
Internal Resources |
3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as
4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
Design, Drilling, Logging and Testing of Geo # Thermal exploration cum production well, resource assessment and preparation of DPR for Geo # Thermal Power plant at Tatapani, Balrampur, Chhattisgarh
The detailed scope of work is defined in the bid documents.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.
7.0Qualifying Requirements for Bidders:
7.0Qualifying Requirements For Bidders :
7.1TECHNICAL CRITERION
ROUTE - 1
The Bidder should have provided any one of the following services during the preceding seven (7) years reckoned as on the
a)#Drilling Rig Services# for Oil/Gas/geothermal wells with minimum 1000 HP capacity Drilling Rig for minimum well depth of 1000 Meters. Bidder should have achieved minimum 90 days of cumulative experience of Drilling Rig Services.
OR
b)Geothermal Well Design or Engineering, drilling supervision and testing, in one or combination of multiple projects (well Depth of minimum 1500 meter).
OR
c)The bidder should have prepared Detailed Project Report / Feasibility Report for a geothermal power plant of minimum 8 MW within the preceding seven (7) years as on the date of
NOTES FOR Clause 7.1
The bidder may bid either in Consortium mode or Joint Agreement mode as described below:- CONSORTIUM MODE
a) Consortium is permitted of maximum three partner(s) who collectively meet the qualification criterion as specified under 7.1. The bidder shall necessarily identify the #leader# of the Consortium and clearly specify the scope of work of each firm in this contract. The bidder shall along with its
Joint Agreement Mode
The bidder shall sign a Deed of Joint Agreement [DJU] with maximum two partner(s) providing balance of the other services as specified under Clause 7.1 The bidder shall along with the bid, furnish an agreement, as per format enclosed with bidding documents, in which bidder and partner(s) are jointly and severally liable to the Employer for successful performance of the Contract, failing which the bidder shall be disqualified and its bid shall be rejected. Further, the each partner shall be required to submit an additional Bank Guarantee @ 2.5% of the Contract Price in case of award.
Note for clause 7.1 a:
Drilling Rig services means that bidder should have provided drilling rig services along with associated crew for drilling oil/gas/geothermal wells.
Route #2
A firm having Engineered, Procured, Constructed, at least one industrial project (with or without civil works) in the area of power, steel, oil & gas,
7.2 Financial Criteria
7.2.1 The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of
opening, should not be less than INR 657 Million (Indian Rupees Six Hundred Fifty Seven Million only).
In case a Bidder does not satisfy the annual turnover criteria, stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements as above, provided that the Net Worth of such Holding Company as on the last day of the preceding financial year is at least equal to or more than the paid- up share capital of the Holding Company. In such an event, the Bidder would be required to furnish along with its
7.2.2The Net Worth of the Bidder as on the last day of the preceding financial year should not be less than 100% of its
Net worth in combined manner shall be calculated as follows:-
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100% where X1, X2 and X3 are individual Net Worth which should not be less than 75% of the respective paid up share capitals and Y1, Y2 and Y3 are individual paid up share capitals.
7.2.3In case the bidder is not able to furnish its audited financial statements on standalone entity basis, the unaudited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder further furnishes the following documents for substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of its Holding Company.
(ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed with the bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated financial statements of the company.
(iii) In cases where audited results for the last financial year as on the date of Techno Commercial bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, Bidder is not able to submit the Certificate from a practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.
NOTES:
(i)Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.
(ii)Other income shall not be considered for arriving at annual turnover.
(iii)The reference work done by a firm/bidder/partner in a Consortium/Joint Venture/Agreement mode shall also be considered for the purpose of qualification.
(iv)The consortium shall necessarily identify one of the partners as lead partner.
(v)In case of consortium , the bid security and in the event of award, the Performance Bank Guarantee shall be in the name of all the partners of the consortium
(vi)In case bid is submitted by the consortium, the turnover shall be considered on a combined manner for all the consortium and for the
(vii)For the purpose of compliance to the stipulated turnover criteria given in the clause no 7.2.1, the turnover from consortium in proportion to Bidder#s / proposed consortium share as declared in the consortium agreement, shall also be considered
(viii)In case of bidding by a Consortium the bidder shall necessarily identify the leader of the Consortium. The bidder shall along with bid, furnish an Agreement , as per Format enclosed in the Bidding documents in which partners are jointly and severally liable to the Employer for successful performance of the contract, failing which the Bidder shall be disqualified and its bid shall be rejected.
8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation For Bids (IFB) for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
Sr. Manager (C&M), NTPC Ltd Engg. Office Complex, 6th Floor Plot
Noida - 201 301 (UP) - India
Phone: 0120 - 4946630, 2410028
Fax : 0120 # 2410026
Alternative Address
AGM (C&M), NTPC Limited, Engg. Office Complex, 6th Floor Plot A - 8A, Sector - 24,
Noida - 201 301 (UP) - India Phone:- 0120 - 4946633, 2410479 Fax :- 0120 # 2410026,
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in