NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE) (CORPORATE CONTRACTS, NOIDA)

INVITATION FOR BIDS (IFB)

FOR

CIVIL STRUCTURE TRANSIT TOWNSHIP NTPC (PACKAGE-III)

FOR

NORTH KARANPURA SUPER THERMAL POWER PROJECT, (3X660 MW)

LOCATED AT TANDWA, DISTRICT CHATRA,

STATE OF JHARKHAND, INDIA

(Domestic Competitive Bidding)

 

NIT No.: NKSTPP/CS/NIT-01/2014-15

Date:- 30.04.2014

1.0NTPC Limited invites sealed bids in Single Stage Two Envelope Basis (i.e. Envelope-I: Techno-Commercial Bid and Envelope-II: Price Bid) for Civil Structures Transit Township NTPC (Package-IIII) North Karanpura Super Thermal Power Project, (3 X 660 MW) located at Tandwa District Chatra, State of Jharkhand, India, as per the brief Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The brief scope of work under this package shall include all civil work and internal electrification works for Civil Structures Transit Township (Package-III) including all miscellaneous work included with the civil work. The technical/ CPWD specification cover technical requirements for the supply/ construction/ fabrication and execution/ installation of complete Civil, Structural & Architectural works which may be carried out below and above level.

3.0Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for examination and sale at the address given below and as per the following schedule:

Estimated Cost

` 9,35,82,814.63 (Rupees Nine

 

 

Crore Thirty Five Lakhs Eighty

 

Two Thousand Eight Hundred

 

Fourteen and Sixty Three paise

 

only).

Issuance of IFB

30.04.2014

Sale of Bid Documents

From: 01.05.2014 to 26.05.2014

Last date for receipt of Techno–Commercial bid

18.06.2014 up to 15:00 Hrs. (IST

(Envelope-I) and Price bid (Envelope-II)

 

Techno–Commercial bid (Envelope-I) opening Date &

18.06.2014 at 15:30 Hrs.(IST)

Time

 

Earnest Money Deposit (EMD)

Cost of Bidding Document

Rs. 18,72,000.00

`5,130.00/- (Rupees Five

Thousand One Hundred & Thirty only)

Date for opening of Price Bid (Envelope-II) shall be intimated separately after opening of Techno–Commercial Bid (Envelope-I).

4.0All bids must be accompanied by Bid Security for an amount `18.72 Lakhs/- (Rupees Eighteen point Seventy Two Lakhs) in the form as stipulated in the 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 BIDDERS WITHOUT BEING OPENED.

5.0Qualifying Requirements for Bidders (QR):

1.The Bidder should have executed the works of supply & installation of pre- engineered/ pre-fabricated building(s) for residential/non-residential use, during the last seven (07) years reckoned as on the date of technical bid opening, with either of the following:-

(I)Single order of value at least Rs 748.65 Lacs.

OR

(II)

Two orders of value at least Rs 467.90 Lacs each.

OR

(III)Three orders of value at least Rs 374.30 Lacs each.

In clause 5.0 (1) the word “executed” mentioned above means, the bidder should have achieved the progress specified in the QR, even if the contract is not completed/ closed.

2.Financial Requirement:-

2.1The average annual turnover of the bidder, in the preceding three (03) financial years as on the date of bid opening shall not be less than Rs 15.30 Crores (Indian Rupees Fifteen Crores Thirty Lacs only).

2..2 The net worth of the bidder as on the last day of the preceding financial year shall not be less than 25% of the paid up share capital.

2.3In case the bidder is not able to furnish its audited financial statements on standalone entity basis the un-audited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder furnishes the following further documents on 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 the holding company.

(ii)A certificate from the CEO/CFO of the holding company, as per the format enclosed in the bid documents, stating that the un- audited unconsolidated financial statements form part of the consolidated annual report of the company.

In case where audited results for the last preceding financial year are not available, certification of the financial statements from a practicing Chartered Accountant shall also be considered acceptable.

2.4In case a bidder does not satisfy the financial criteria, stipulated at Cl.2.1 and/ or 2.2 above on its own, the holding company would be required to meet the stipulated turnover requirements at Cl. 2.1 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 bid,a letter of undertaking from the holding company, supported by Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the bidder in case of award.

2.5The unutilized line of credit for fund based and non-fund based limit with cash and bank balances including fixed deposit of the bidder as on a date not earlier than 15 days prior to the date of bid opening duly certified by the bankers shall not be less than INR 3.61 Crore (Indian rupees Three crore Sixty One Lacs 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.

a.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 bankers certificate regarding the utilized line of credit for fund based and non-fund based limits together with cash and bank balance including fixed deposit available to such treasury centre further, treasury centre shall certified that out of the aforesaid limits certified by the bankers, the bidder shall have access to the line of credit of a level not less than the specified amount at clause no. 2.5 above. In proof of this, the bidder would be required to furnish along with its 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 in the bid documents, pledging unconditional and irrevocable financial support for the execution of the contract by the bidder in case of award.

b.In case the bidder’s unutilized line of credit for fund based and non-fund based limits specified at clause no. 2.5 above is not sufficient a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case of bidder is awarded the contract, the bank would enhance line of credit for fund based and non-fund based limit to a level not less than the specified amount to the bidder or treasury management centre as the case may be, shall be applicable.

NOTES:-

I.Net worth means the sum total of the paid up share capital and free reserve means all reserves credited out of the profit 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 are written off, if any shall be reduced from reserves and surplus.

II.Other income shall not be considered for arriving at annual turn over.

III.Notwithstanding any thing stated above, the employer reserve the right to assess the capabilities and capacity of the bidder/his collaborators/associates/subsidiaries/group companies to perform the contract, should the circumstances warrants such assessments in the overall interest of the employer.

6.0Notwithstanding anything stated above, the NTPC reserves the right to access the capabilities and capacity of the bidder to perform the contract, should the circumstances warrant such assessment in the overall interest of the NTPC.

7.0NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids without assigning any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.

8.0A complete set of Bid documents may be purchased by any interested bidder on submission of a written application and payment (non-refundable) of the cost of bidding documents as mentioned above in the form of a Crossed Account Payee Demand Draft in favor of NTPC Limited – North Karanpura, Payable at State Bank of India (SBI) Hazaribagh (Jharkhand). 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.

9.0Issuance of Bid 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 the bid opening.

10.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

11.0Address for Communication:

Add. General Manager, Contracts & Materials Department NTPC Limited – North Karanpura

Agrawal Rest House, Near Bihari Durga Mandap, Malviya Marg, Jhanda Chowk,

Distt.- Hazaribagh (Jharkhand), Pin – 825 301 (India) Fax No.: 0091-6546 - 226613

Tel. No.: 0091-6546 - 272542/223409