NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

(CORPORATE CONTRACTS, NOIDA)

INVITATION FOR BIDS (IFB)

FOR

‘CONSTRUCTION OF HEAD RACE TUNNEL (BALANCE WORKS)’ PACKAGE FOR TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT (4x130 MW) ON THE RIVER DHAULIGANGA IN CHAMOLI DISTRICT, STATE OF UTTARAKHAND, INDIA.

(International Competitive Bidding)

IFB No.: CS-5505-908(R2)-2

Date: May 06, 2015

A.NTPC Limited invites sealed Bids from eligible Bidders for the balance works from the previous Contract for Construction of Head Race Tunnel Package in

Two Stages [i.e. Stage-I (Techno-Commercial) Bid and Stage-II (Price) Bid], as per the brief scope of work mentioned hereinafter.

B.The brief scope of work is as under:

(a)HRT Construction by TBM

(i)The scope of work involves construction of about 2.84 Km long, 5.64m finished dia. Circular, concrete lined HRT by a Double Shield TBM already available on site. About 5.4 km length of HRT excavation has already been completed by TBM from one face and TBM is available at RD 5860m from the portal of TBM entry adit.

(ii)The works include refurbishment of TBM as existing on site, underground excavation, rock stabilization measures, concrete (with and without reinforcement), installation of segmental lining, dewatering, instrumentation, providing ventilation & lighting system, finishing works (filling of voids & joints, pea gravel grouting, consolidation grouting etc.) related to segmental lining already installed/ to be installed in TBM HRT, dismantling of pre- cast segmental lining, cast in-situ reinforced concrete lining in some reaches, and other associated activities required for completion of [a (i)] above. Removal of TBM from HRT, its parking and dismantling of TBM inside tunnel and transportation out of tunnel and handing over to NTPC.

(b)HRT Construction by Drill and Blast Method

(i)The scope of work involves construction of about 1.66 Km long, 5.64m finished dia. Horse Shoe shaped concrete lined HRT from 3 faces along with excavation of about 193m long 7.3/7.6m dia construction adit by Drill & Blast Method. About 2.1 km length of HRT excavation has already been completed by DBM.

(ii)Horse shoe shape concrete lining in about 2.1 Km of already excavated reach of HRT by drill and blast method.

(iii)The works include underground excavation, rock stabilization measures, concrete (with and without reinforcement), dewatering, instrumentation, providing ventilation & lighting system, finishing works related to cast in-situ lining in already lined portion, rectification of existing already excavated tunnel section in some reaches where required lining thickness can not be accommodated, cast in-situ concrete lining with and without reinforcement, and other associated activities required for completion of [b(i) & b(ii)] above.

(c)Plugging of adits and by pass tunnel etc.

(d)The contractor shall provide all labour, supervision, materials, construction equipment, transportation of all material, sampling, testing and quality assurance, providing necessary facilities and equipment to facilitate sampling and testing by Engineer-in-charge etc.

(e)Approach roads to adits shall be provided by NTPC. Haulage roads & other temporary roads including road to disposal area shall be provided and maintained by the contractor. The approach road provided by NTPC shall also be maintained by the contractor

Further, the detailed scope of work shall be as per provisions of Bidding Document No. CS-5505-908(R2)-2.

C.NTPC Ltd. intends to finance this package through ECB / Own Resources.

D.Detailed 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:

Bidding Document No.:

Document Sale Date & Time:

Pre-Bid conference date and time:

Bid Receipt Date & Time for Stage-I (Techno-Commercial) Bid:

Bid Opening Date & Time for Stage-I (Techno-Commercial) Bid:

Cost of Bidding Document:

CS-5505-908(R2)-2

From May 07, 2015 to June 05, 2015 1000 Hrs. to 1500 Hrs. (IST)

June 10, 2015; 1030 hrs. (IST) onwards

Upto July 01, 2015 by 1430 Hrs. (IST)

July 01, 2015 at 1500 Hrs. (IST)

Rs. 9,000.00 (Rs. Nine Thousand only) per set for Indian bidders and US Dollar 200.00 (US Dollar Two hundred only) per set for foreign bidders

Date of Submission of Stage-II (Price) Bid shall be intimated separately after opening of Stage-I (Techno-Commercial) Bids.

The Bidding Documents can also be downloaded from http://www.ntpctender.com as per the details mentioned at Sl. No. I below.

E.All bids must be accompanied by Bid security for an amount of Rs

11,03,21,000/- (Indian Rupees Eleven Crore Three Lakh Twenty One

Thousand only) or in US $ 17,28,400 (US Dollar Seventeen Lakh Twenty Eight Thousand Four Hundred 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 Bidders without being opened.

F.Bidders may please note that Tapovan Vishnugad HEPP (4X130 MW) has been declared a Mega Power Project by Ministry of Power, Government of India. For details in this regard, the Bidders are requested to refer to the Bidding Documents for the subject Package.

Further provisions regarding other Government Policies / Benefits are specified in the Bidding Documents.

G.QUALIFYING REQUIREMENT FOR BIDDERS

The bidder who wishes to participate in the bid for construction of HRT should satisfactorily establish the following qualifying requirements (QR):

1.0The bidder should have executed in the preceding seven (7) years prior to techno commercial bid opening

a.At least one concrete lined tunnel of length at least 2.3 km and minimum 4.5m finished diameter by Tunnel Boring Machine (TBM).

And

b.i) At least 700m length of tunnel excavation by drill and blast method from one face in any one tunnel having minimum 4.5m finished diameter.

ii) Average rate of progress of cast in-situ concrete shall be 1400m3 per month in tunnel lining over a period of six consecutive months from one tunnelling face in any one tunnel.

2.0The bidder may also participate in a Joint Venture provided he fully meets the requirements of 1.0 (a) or 1.0 (b). The other member of the JV should necessarily meet the balance requirement of 1.0 above. The joint ventures should necessarily identify one of the partners as lead partner in the joint venture agreement to be provided along with the bid as detailed at note (vi) below.

3.0The bidder who only meets requirement at 1.0 (b) above may also participate provided the bidder associates with an agency that has operated and maintained a TBM by providing all required expert supervisors at least for concrete lined one tunneling project of minimum 4.5 m finished dia and at least 2.3 km long in the preceding seven (7) years prior to techno commercial bid opening. In this case the bidder shall along with the bid furnish an undertaking jointly executed by him

and his associate for the successful performance of respective portion of work. This joint deed of undertaking should be submitted along with the bid, failing which bidder shall be liable to be disqualified and his bid liable to be rejected. Further in case of award, the associate will be required to furnish on demand bank guarantee for 2% of the total contract price in addition to the contract performance security by the bidder.

4.0Financial Criteria

4.1The 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 Rs 4513

Millions (Indian Rupees Four thousand Five hundred thirteen Millions only) or in equivalent foreign currency.

4.2The 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.

4.3In 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 the preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

4.4In case a Bidder does not satisfy the financial criteria, stipulated at Cl. 4.1 and/ or Cl. 4.2 above on its own, its Holding Company would be required to meet the stipulated turnover requirements at Cl. 4.1 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.

4.5The 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 Rs

1480 Millions (Indian Rupees One Thousand Four hundred eighty Millions only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits should be of the same date from all such banks.

4.6Where 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. 4.5 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.

4.7In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at Cl. 4.5 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 4.5 above to the Bidder or to the Treasury Centre as the case may be, shall be acceptable.

4.8In 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. 4.3 or Cl. 4.4 are also available to the Bidder.

Notes:

i.The word “executed” means that the bidder should have completed the works with specified criteria mentioned above even if the entire contract is not completed / closed.

ii.For the purpose of compliance to the stipulated turnover criteria given in clause no. 4.0, the turnover from joint venture(s)/ consortium(s) in proportion to bidder’s / each partner(s) of JV share of the work as declared in the joint venture agreement, shall also be considered.

iii.If the qualifying work is completed in the seven (7) year period specified above even if it has been started earlier, the same will also be considered as meeting the qualifying requirements.

iv.The bidder/ each partner of JV who has executed the work at 1.0 (a) and/or 1.0(b) above as a member of Joint Venture/consortium can also participate provided:

a)The allocation of scope of work between the partners of the joint Venture/ consortium is clearly defined and the bidder/ 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) above.

b)In case the allocation of the scope of work between the partners of the Joint Venture/ consortium is not clearly defined, 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 share in the aforesaid Joint venture/ consortium was at least 50% or not less than INR 2760 millions.

v.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.

vi.In case of Joint Venture bid under para 1.0 (as per note (v)) and para 2.0 above, the bidder shall provide, along with his techno commercial bid, a Joint Venture agreement, as per the format enclosed in the bid document in which the partners in the Joint Venture are jointly and severally liable to the employer to perform all the contractual obligations. 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.

vii.The bidders seeking qualification under 2.0 above, the number of partners in case of Joint Venture including lead partner shall not be more than two (2).

viii.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 re- evaluation 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.

ix.Other income shall not be considered for arriving at annual turnover.

x.For unutilized line of credit for fund based and non-fund based limits and Turnover indicated in foreign currency, the exchange rate as on seven

(7) days prior to the date of Techno Commercial bid opening shall be used.

xi.In transportation tunnels excavated by TBM, where there are intermediate underground stations, the length of station(s) shall be considered as part of tunnel length.

H.NTPC 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.

I.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, New Delhi”, 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.

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.

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 8664 / 494 8659 Fax No.: +91 120 241 0335/ 241 0011