NTPC LIMITED
(A GOVERNMENT OF INDIA
ENTERPRISE)
CORPORATE
CONTRACTS, NOIDA
NOTICE
INVITING TENDER (NIT)
FOR
CIVIL & HM WORKS OF POWER HOUSE COMPLEX
INCLUDING PART HRT PACKAGE FOR RAMMAM HYDRO ELECTRIC POWER PROJECT STAGE-III
(3X40 MW) LOCATED IN DARJEELING DISTRICT,
STATE OF WEST BENGAL, INDIA.
(Domestic Competitive Bidding)
NIT No.: CS-5602-305(R2)-9 |
Date: 09.01.2014 |
A. NTPC Limited is in the process of
setting up Rammam Stage-III HEP (3x40 MW) located in Darjeeling District, State
of West Bengal, India.
NTPC Limited invites sealed bids in Two Stages (i.e.
Stage-I: Techno-Commercial Bid and Stage II: Price Bid) from eligible domestic
Bidders for the Construction of Civil & HM works of Power House Complex including part HRT Package as per the brief particulars of Scope of Work mentioned
hereinafter.
B. The brief
scope of work covered under Construction of Civil & HM works of Power
House Complex including part HRT Package is as under:
1. Civil Work:
Construction of following components –
a) Access roads from bridge on river Rammam (bridge
constructed by NTPC) to the various project components. Development of quarry
sites, muck disposal areas and other associated works.
b) Concrete lined Head Race Tunnel (HRT), 3.1 km long and
3.5 m dia horse shoe shape, including adit & concrete plug in adit.
c) Concrete line surge shaft 14.5 m dia (finished) and 52.5
m height with restricted orifice.
d) Valve house, Steel penstock and steel lined pressure
shaft, 1526 m long 2.7 m dia.
e) Surface Power House of size 73.5m (L) x 22.4m (W) x 41.6
m (H) to house 3 nos. of pelton turbines of 40 MW rated capacity.
f) 740 m long Tail Race Channel, 4m x 3m cut & cover box
section including Tail race outfall structure.
g) 132 KV Switchyard (AIS) of size 160.0m (L) x 40.0m (W)
including equipment foundation, cable trench for 132 KV XLPE Cables from
Switchyard to GT yard, DG Set room, Switchgear room, etc.
2.
Hydro Mechanical Works:
Design, manufacturing, supply, erection,
testing and commissioning of complete Hydro mechanical works at various
locations as under:
a) Surge Shaft gate – 1 no. wheeled gate of size 2.0 m x 5.0
m lifted with 1 set of rope drum hoists of capacity 40 T (min.)
b)
Tail race
channel gate – 1 no. sliding type of size 3.5 m x 2.2 m lifted with monorail
crane of 5 T capacity (min.)
c)
Tail Race
outfall gate – 1 no. fixed wheel gate of size 4.0 m x 3.0 m lifted with 1 set
of rope drum hoist of capacity 10T (min)
d)
Adit gate- 1
no. hinge type gate of size 1.5m x 1.5m.
e)
All
Electrical equipments with control & instrumentation including all
accessories for all gates.
C. NTPC
intends to finance this package through ECB, Domestic Borrowings, Own
Resources.
D. Detailed
Specifications and Scope of Work are given in the Bidding documents, which are
available for examination and sale at the address given below and as per the
following schedule:
Bidding
Document No |
: |
CS-5602-305(R2)-9 |
Documents Sale Dates & Timings |
: |
09.01.2014 to 30.01.2014 from 1000 hrs
to1500 hrs. (IST) |
Last Date for Receipt of Clarifications |
: |
10.02.2014 |
Bid Receipt Date & Time for Stage-I
Techno-Commercial Bid: |
: |
20.02.2014 upto 14.30 Hrs.(IST) |
Bid Opening Date & Time for Stage-I
(Techno-Commercial) Bid |
: |
20.02.2014 upto 15.00 Hrs.(IST) |
Cost of Bidding Documents |
: |
Rs. 9,000.00 (Rs. Nine Thousand only) per set |
It may be noted that prospective bidders from UP State of
India are compulsorily required to provide TIN Number at the time of purchase
of Bidding Documents from office of NTPC.
The Bidding Documents can also be downloaded from http://www.ntpctender.com
as per the details mentioned at Sl. No. ‘H’ below.
As per the provisions of the Bidding Documents, the
Bidders shall submit, in separate sealed envelopes, “Stage-I: Techno-Commercial
Bid”, within the Bid submission date and time as mentioned above. The date of
submission and opening of Price Bids (Stage-II) shall be intimated separately
by NTPC after completion of evaluation of Stage-I.
E. All
Techno-commercial bids must be accompanied by Bid security for an amount of Rs.
4,76,34,000/- /- (Indian
Rupees Four Crore Seventy Six Lakh Thirty Four Thousand only) in the form as stipulated in Bidding Documents.
Any
Bid not accompanied by an acceptable Bid Security in a separate sealed envelope
shall be rejected by the Employer as being non-responsive and returned to the
Bidder without being opened.
F. Qualification
Requirements for Bidders
In addition to the requirements stipulated in section ITB
(Instructions to Bidders) sub-Clause No. 11.2 (c), the following shall also
apply.
The Bidder who wishes to participate in the bid for Civil
& HM Works of Power House Complex including part HRT package of Rammam-III
HEP shall satisfactorily establish the following Qualifying Requirements (QR):
1.0 The Bidder
should have executed the following Civil works in the preceding seven (7) years
reckoned from the date of techno-commercial bid opening.
a) One power
house of hydro power project of capacity not less than 100 MW.
b)
Concrete lined tunnel(s) having finished
cross sectional area of minimum 8 Sqm. The total finished length of such
tunnel(s) (in not more than two tunnels) should be minimum 2.5 km or minimum
25000 cum finished volume.
c) Cumulative
progress of concrete of not less than 16000 cum over a continuous period of 12
months in Desilting chamber/Desilting Basin/ Intake or Head Regulator/ Barrage/
Intake structures/ Dam / Power House structure/ Tunnel/ Spillway concurrently
in not more than two projects.
2.0 The Bidder may
also participate as a Joint Venture (JV) provided one of the partner of the JV
fully meets any two of the requirements of 1.0 (a), (b) & (c) above. The
other partner of the JV should necessarily meet the balance requirement of 1.0
above. The Joint Ventures should necessarily identify the partner who meets any
two of above requirement of 1.0 (a), (b) & (c) as lead partner in the Joint
Venture agreement to be provided along with the bid as detailed at note (vii)
below.
3.0 Financial Criteria
3.1 The average
annual turnover of the Bidder(s)/ collective turnover of JV partners in the
preceding three (3) financial years as on the date of techno-commercial bid
opening, should not be less than INR 715
Millions (Indian Rupees Seven hundred Fifteen Millions only).
3.2 The Net
Worth of the Bidder as on the last day of the preceding financial year should
not be less than 25% of its paid-up share capital.
3.3 In case the
Bidder is not able to furnish its audited financial statements on stand alone
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 alongwith copies of
the audited consolidated financial statements of 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.
In case where audited results for last preceding
financial year are not available, certification of financial statements from a
practicing Chartered Accountant shall also be considered acceptable.
3.4 In case a Bidder
does not satisfy the financial criteria, stipulated at Cl. 3.1 and/ or Cl. 3.2
above on its own, its holding company would be required to meet the stipulated
turnover requirements at Cl. 3.1 above, provided that the net worth of such
holding company as on the last day of the preceding financial year is atleast
equal to or more than the paid-up share capital of the holding company. In such
an event, the Bidder would be required to furnish along with its
techno-commercial bid, a Letter of Undertaking from its Holding Company,
supported by Board Resolution of the Holding Company, as per the format
enclosed in the bidding documents, pledging unconditional and irrevocable
financial support for the execution of the Contract by the Bidder in case of
award.
3.5 The
unutilised line of credit for fund based and non-fund based limits with cash
and bank balances including fixed deposits of the Bidder as on a date not
earlier than 15 days prior to the date of techno-commercial bid opening, duly
certified by its Bankers should not be less than INR 634 Millions (Indian Rupees Six hundred Thirty Four Millions only).
In case certificates from more than one bank are submitted, the certified
unutilized limits shall be of the same date from all such banks.
3.6 Where 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, the Bidder would be required to provide a Banker’s certificate regarding
the unutilised line of credit for fund based and non-fund based limits together
with cash and bank balances including fixed deposits available to such Treasury
Centre. Further, Treasury Centre shall certify that out of the aforesaid limits
certified by its bankers’, the Bidder shall have access to the line of credit
of a level not less than the specified amount at Cl. 3.5 above. In proof of
this, the Bidder would be required to furnish along with its techno-commercial
bid, a Letter of Undertaking from the Treasury Centre, supported by a
Resolution passed by the Board of Directors of the holding company, as per the
format enclosed with the bidding documents, pledging unconditional and
irrevocable financial support for the execution of the Contract by the Bidder
in case of award.
3.7 In case the
Bidder’s unutilized line of credit for fund based and non-fund based limits
specified at Cl. 3.5 above is not sufficient, a comfort letter from one of the
bankers specified in the bidding documents unequivocally 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 amount
at clause 3.5 above to the Bidder or to the Treasury Centre as the case may be,
shall be acceptable.
3.8 In case of a
bid submitted by Joint Venture, the turnover and line of credit shall be
considered on a combined manner for all the JV partners and for the net worth,
all the partners shall be required to meet individually. However, in case of a
JV of Holding and/or Subsidiary companies, the options at Cl. 3.3 or Cl. 3.4
are also available to the Bidder.
Notes:
i. The qualifying works at 1.0 (a), 1.0 (b), 1.0 (c), can be
from the same or different projects.
ii. In case of works stipulated under 1.0 the word “executed”
means that
a) For works stipulated under 1.0 (a) the Bidder should have
completed the construction of Power House even if qualifying work/ the total
contract is not completed / closed.
b) For works stipulated under 1.0 (b), 1.0 (c), the Bidder
should have achieved the specified progress of work, even if the qualifying
work/ total contract is not completed/ closed.
iii. If the qualifying work is completed in the seven (7)
years period specified above even if it has been started earlier, the same will
also be considered as meeting the qualifying requirement.
iv. For the purpose of clause 1.0(b) of QR, the concrete
lining of tunnel(s) as envisaged and included in the work of the contract of
the reference works shall be considered. For computation of volume of tunnel,
the finished cross sectional area (area inscribed within the finished
lines/lining) multiplied by the finished length of tunnel(s) shall be
considered. For the purpose of qualification, the executed works in one or more
stretches shall be considered.
v. The experience of Bidder/ each partner of JV who has
executed the work at 1.0 (a) and/or 1.0
(b) and/or 1.0 (c) above as a member of
Joint Venture/ Consortium can also be considered provided:
a) The allocation of scope of work between the partners of
the Joint Venture/ Consortium is clearly defined in the executed JV agreement
and the Bidder’s/ each partner of JV’s Scope of work and the break-up of
quantities executed by them as individual contribution in Joint Venture/
Consortium meet the requirements of 1.0 (a) and/or 1.0 (b) and/or 1.0 (c)
above.
b) In case the allocation of the scope of work between the
partners of the Joint Venture/ Consortium is not clearly defined in the
executed JV agreement, then the work experience of the Joint Venture can be
claimed by the Bidder/ each partner of JV, provided the Bidder’s/ each partner
of JV’s share in the aforesaid Joint Venture/ Consortium was at least 50%.
Only the experience of the Bidders or each partner of the
JV, wherever applicable, on stand alone basis, shall be considered for
establishing the compliance to the stipulations of the works contained at para
1.0. The experience of any group company or Subsidiary or Holding company shall
not be considered.
vi. The works executed by the Joint Venture / Consortium will
be considered for the purposes of qualification at 1.0 above provided, the same
Joint Venture/ Consortium (with identical share in the Joint Venture) which had
executed the qualifying work(s) is submitting the bid for this package. Such
Joint Venture(s)/ Consortium(s) will be eligible for qualification under 1.0
above.
vii. In case of Joint Venture bid under para 1.0 (defined
under note vi) and para 2.0 above, the Bidder shall provide, along with his
bid, a Joint Venture Agreement, as per the format enclosed in the bid document
in which the partners of the JV are jointly and severally liable to the
employer to perform all the contractual obligations in respect of successful
performance of the work. The bid security and, in the event of award, the bank guarantee(s)
shall be in the name of all the partners of the Joint Venture.
viii. The Bidders seeking qualification under 2.0 above, the
number of partner in case of Joint Venture/ Consortium including lead partners
shall not be more than two (2).
ix. For the purpose of compliance to the stipulated turnover
criteria given in clause no. 3.1, the turnover from Joint Venture(s) in
proportion to Bidder’s/ proposed JV partner(s) share as declared in the Joint
Venture agreement, shall also be considered.
x. 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 assets, write back of depreciation provisions and
amalgamation. Further any debit balance
of Profit & Loss account and miscellaneous expenses to the extent not
adjusted or written off, if any, shall be reduced from reserves & surplus.
xi. Other income shall not be considered for arriving at
annual turnover.
4.0 Notwithstanding
anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/ his Collaborators/ Associates/
Subsidiaries/ Group companies to perform the contract, should the circumstances
warrant such assessment in the overall interest of the Employer.
G. NTPC
reserves the right to reject any or all bids or cancel / withdraw the Notice
Inviting Tender without assigning any reason whatsoever and in such case no
Bidder / intending Bidder shall have any claim arising out of such action.
H.
A complete
set of Bidding Documents may be purchased by any interested Bidder on
submission of a written application and payment (non-refundable) of the cost of
the documents as mentioned at Clause D above in the form of an Account Payee
Demand Draft in favour of “NTPC Limited”, payable at New Delhi. The Bidding
Documents can also be downloaded from http://www.ntpctender.com
on registration and online payment (non-refundable) towards cost of Bidding
Documents and the downloaded documents can be used for bidding purposes.
In case the registered Bidders who have downloaded the
Bidding Documents require an additional manual copy of the documents then such
Bidders shall be required to purchase the manual copy of the Bidding Documents
following the procedure detailed above.
Issuance of Bidding Documents to any Bidder shall not
construe that such Bidder is considered to be qualified. Bids shall be
submitted and opened at the address given below in the presence of Bidder’s
representatives who choose to attend.
I.
Transfer of
Bidding Documents purchased by one intending Bidder to another is not
permissible.
J. Address for communication:
AGM (CS-I)/Manager (CS-I),
NTPC Limited,
6th Floor, Engineering Office
Complex,
Plot A-8A, Sector-24,
NOIDA-201301,
Uttar Pradesh, India
Tele. No.: +91 120 494 8691 / 494 8657
Fax No.:
+91 120 241 0335 / 241 0011