DETAILED NOTICE INVITING TENDER (NIT)

NTPC LIMITED

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

DETAILED NOTICE INVITING TENDER (NIT)

FOR

BALANCE WORKS OF ASH DYKE PACKAGE

FOR

NABINAGAR THERMAL POWER PROJECT, NABINAGAR (4X250 MW), BHARTIYA RAIL BIJLEE COMPANY LTD. (A JOINT VENTURE OF NTPC LTD. AND MINISTRY OF RAILWAYS)

AT

NABINAGAR, DISTT. AURANGABAD, STATE OF BIHAR, INDIA

(Domestic Competitive Bidding)

NIT No.: 40044979

Date: 20.10.2015

Bid Document No: CS-0270-301B(R)-9

(I)Govt. of India has accorded approval for establishment of a Joint Venture Company between NTPC Ltd. and Ministry of Railways, Govt. of India, for setting up a 1000 MW coal based Power Station at Nabinagar, District Aurangabad, Bihar which will be set-up and managed by NTPC and whose nominee would be Chief Executive Officer (CEO) of the Joint Venture Company.

Accordingly, a joint venture company by the name ‘Bhartiya Rail Bijlee Company Limited’ (BRBCL) has been incorporated with its Registered office at NTPC Bhawan, Core-7 Scope Complex, 7 Institutional Area Lodhi Road New Delhi-110 003. NTPC on behalf of BRBCL invites bids from eligible bidders for Induced Draft Cooling Tower Package for Nabinagar Thermal Power Project, (4x250MW).

NTPC Ltd. (NTPC) on behalf of BRBCL invites online bids on Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for Balance Works of Ash Dyke, as per the Scope of Work mentioned hereinafter.

(II)BRIEF SCOPE OF WORK

The work includes the construction of starter ash dyke covering two storage lagoons & a common over flow lagoon which will be constructed with earth as main construction material. The work also involves earthwork in excavation for site levelling works within site levelling boundary, a well type water escape structures for discharging decanted water into the overflow lagoon (OFL) and overflow lagoon (OFL) Decanted water is to be recirculated from this OFL to main plant by ash water recirculation system. Construction of spillways is also envisaged for discharging excess water from OFL & storage lagoon. All construction works shall be carried out based on the drawings which are released by the owner for construction.

(III)NTPC intends to finance the subject package through Domestic/Own Resources.

(IV)

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.

 

:

CS-0270-301B(R)-9

 

Document Sale Date

 

:

From 20.10.2015 to 10.11.2015

 

& Timing

 

 

 

 

Last Date for receipt of queries

 

:

17.11.2015 at 1100 hrs (IST)

 

for clarification from prospective

 

 

 

bidders

 

 

 

 

Bid Receipt Date & Time

:

 

Upto 01.12.2015 by 1430 hrs (IST)

 

for both Techno-Commercial

 

 

 

 

and Price Bids

 

 

 

 

Bid Opening Date & Time

 

:

01.12.2015 at 1500 hrs (IST)

 

for Techno-Commercial Bid

 

 

 

 

Bid Opening

 

:

Shall be intimated separately by NTPC.

 

Date & Time for Price Bid

 

 

 

 

Cost of Bidding Document

:

 

Rs 9,000/- (Rupees nine thousand only)

 

 

 

 

per set.

 

Estimated Cost of Work

 

:

Rs 85.37391 Crores

(V)All bids must be accompanied by Bid Security for an amount of Rs 1,89,72,000/- (Indian Rupees One Crore Eighty Nine Lac Seventy Two Thousand Only). ANY

BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY NTPC AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.

(VI) BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Nabinagar Thermal Power Project (4X250 MW) has been declared a Mega Power Project by Ministry of Power, Govt. of India. Accordingly, supplies of goods for this package shall be eligible for the benefits / exemptions as per provisions of relevant policy & Notifications of Govt. of India.”

(VII) QUALIFYING REQUIREMENT FOR BIDDERS

1.0.0 The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the Qualifying Requirements stipulated hereunder.

1.1.0Bidder should have executed the following works within the preceding seven

(7) years reckoned as on the date of Techno-Commercial bid opening:

1.1.1At least one earthen dam work or ash dyke work or reservoir embankment work of maximum height not less than 8.5 m, in one contract and,

1.1.2A cumulative progress of at least 7.5 Lacs Cu.M of earthwork in earthen dam work or ash dyke work or reservoir embankment or canal embankment work in any one (1) year period, in one (1) or maximum two (2) concurrently running contracts.

Notes: The following notes (a to j) explain in detail the intention of various terms in qualifying requirements:

a)Earth dams, ash dykes, and reservoir embankments, which are designed as water retaining structures, shall be qualified for this work. However, canal embankments, guide bunds along water courses shall be considered for qualification under clause 1.1.2 only. All other types of earth works such as road embankments, railway embankments, site leveling works etc. shall not be qualified.

b)Sand / substitute filter media as filter either in chimney or in blanket or both; used in embankment shall be considered in earthwork quantity calculations. Rock toe shall not be considered.

c)For embankments/reservoir/dyke, the height and quantities shall be considered above formation level upto dyke top for qualifying requirements purpose. However, in case of ash dyke raising works, for both inward/upstream & outward/center line methods, the height of dyke shall be considered from the stripped level of ash inside the lagoon for qualifying requirement purpose.

Formation level means bottom of stripped level for the dyke formation. The earth work in cut off trench (COT) shall be included for quantity estimation for qualifying requirement under clause 1.1.2. However, the depth of COT

shall not be considered for the height calculation for qualifying requirement under clause 1.1.1.

d)Wherever the ash dykes and other embankments are constructed in different contracts, the height applicable to individual contract only and not the cumulative effect shall be considered for the purpose of determining compliance of clause 1.1.1. For example where the contract is for raising an embankment, only the raising portion shall be considered and not the earlier starter dyke.

e)In clause 1.1.0 above, the word “executed” means the Bidder should have achieved the criteria specified in the qualifying requirements within the preceding seven (7) year period even if the contract has been started earlier and /or is not completed / closed.

f)In clause 1.1.1 above, Bidder should have constructed entire 8.5m height of embankment work specified in the qualifying requirements, within the preceding seven (7) years period, even if the contract has been started earlier and/or is not completed /closed.

g)The “one (1) year period” means any continuous 12 months period. However, for two (2) concurrent works the same 12 months period shall be considered.

h)In case of works stipulated in 1.1.2 above the word “earthwork” shall mean earth /ash. The quantity of earth work in filling only will be considered for qualification.

i)Reference works executed by the Bidder, as a member of Joint Venture / Consortium/ Associate can also be considered provided:

The allocation of scope of work between the partners of the Joint Venture / Consortium/ Associate is clearly defined in the executed Joint Venture agreement/ Consortium Agreement/ Deed of Joint Undertaking and Bidder’s scope of work and break-up of quantities executed by them as individual contribution in the Joint Venture / Consortium/ Associate, duly authenticated by the Project Authority, meet the relevant provisions of qualifying requirement.

In case the reference work has been executed by the Bidder in an integrated Joint Venture wherein allocation of scope of work and break-up of quantities between the partners is not clearly specified in the integrated Joint Venture Agreement, then for Clause 1.1.2 above, the credit of executed quantities can be claimed by the bidder in the ratio of bidder’s share in the integrated Joint Venture Agreement, provided the bidder establishes that it regularly undertakes works as at Clause 1.1.2 above. The executed works/ quantities by integrated Joint Venture shall be duly authenticated by the Project Authority. However, the bidder will not be

eligible to claim the credit of executed work by integrated Joint Venture for Clause 1.1.1 above.

j)Reference work executed by a Bidder as a sub-contractor may also be considered provided the certificate issued by main contractor is duly certified by Project Authority specifying the scope of work executed by the sub- contractor in support of qualifying requirements.

2.0.0Financial criteria:

(a)The average annual turnover of the Bidder, should not be less than Rs. 854 Millions (Indian Rupees Eight Hundred Fifty Four Millions only) during the preceding three (3) completed financial years as on date of Techno-Commercial bid opening.

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 Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by the Holding Company’s Board Resolution, 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)Net worth should not be less than 100% of the bidder’s paid up share capital as on the last day of the preceding financial year. In case the Bidder meets the requirement of net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of its Holding Companies wherever applicable, the net worth of the Bidder and its Subsidiary(ies) and or Holding Company and/or Subsidiary(ies) of the Holding Company, in combined manner should not be less than 100% of their total paid up share capital. However individually, their Net worth should not be less than 75% of their respective paid up share capitals. For consortiums/ Joint ventures, wherever applicable, the Net worth of all consortiums/ Joint venture members in combined manner should not be less than 100% of their paid up share capital however individually, their Net worth should not be less than 75% of their respective paid up share capitals.

(c)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 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 in the bid documents, stating that the unaudited unconsolidated financial statements form part of the Consolidated Annual Financial Statements of the company.

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 FOR CLAUSE 2.0.0 ABOVE:

(i)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 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.

(VIII)

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.

(IX)

Prospective Bidders from U.P. State are compulsorily required to provide TIN

 

number at the time of purchase of bidding documents from office of NTPC.

(X)A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at New Delhi or directly through the payment gateway at our e-Tender Site (https://etender.ntpclakshya.co.in). For logging on to the e-Tender Site, the bidder would require user id and password which can be obtained by submitting a questionnaire available at our e-Tender site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date along with duly filled in questionnaire for issuance of vendor code and SRM user id/password.

Note: No hard copy of Bidding Documents shall be issued.

(XI) Issuance of Bidding Documents to any Bidder shall not construe that such bidder is considered to be qualified. Bids shall be submitted online and opened at the

address given below in the presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall furnish Bid Security, Power of Attorney, Integrity pact in physical form as detailed in Bidding Documents before the stipulated bid submission closing date and time at the address given below.

(XII) Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

(XIII) Address for communication:

AGM (Contract Services-I)/Manager (CS-I), NTPC Limited,

6th Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA,

Distt. Gautam Budh Nagar, (UP), INDIA Pin - 201301

Fax No.: 0091-120 – 2410335/2410011

Tel. No.: 0091-120- 4948662/4946637

e-mail: deepakrajwani@ntpc.co.in, ashimsaha@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in.