NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

DETAILED NOTICE INVITING TENDER (NIT)

FOR

" BALANCE INFRASTRUCTURE WORKS FOR PLANT " PACKAGE

FOR

NABINAGAR THERMAL POWER PROJECT (4x250 MW)

OF 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.: 40045112

Date: 20.10.2015

Bidding Document No.: CS-0270-301A (R)-9

1.0Bhartiya Rail Bijlee Company Ltd. (BRBCL), a Joint Venture Company between NTPC Limited and Indian Railways, Govt. of India, is in the process of setting up a 4x250 MW coal based Thermal Power Project at Nabinagar, District Aurangabad, Bihar.

1.1NTPC Limited (NTPC), on behalf of BRBCL is inviting e-Bids on Single Stage Two Envelope bidding basis (Envelope-1: Techno-Commercial Bid and Envelope-2: Price Bid) from eligible bidders for "BALANCE WORKS FOR INFRASTRUCTURE WORKS FOR PLANT " Package for BRBCL’s Nabinagar Thermal Power Project (4x250 MW) located at Nabinagar, Aurangabad District, State of Bihar, India, as per the Scope of Work mentioned hereinafter.

2.0SCOPE OF WORK

The scope of work under this contract shall cover the following balance items of work.

1.Priority area roads in plant area and village diversion roads outside plant boundary wall.

2.Drains in priority area of plant including the trunk drain and diversion drain.

3.All sewerage works in plant area.

Page 1 of 6

4.Chain link fence at land acquisition line.

5.Boundary wall for plant area.

6.Construction stores.

7.H-type construction offices.

8.Paving in steel storage yard with fencing.

9.Road connection along ash slurry pipeline form plant boundary to ash dyke.

3BRBCL intends to finance the subject Package for Nabinagar Thermal Power Project (4x250 MW) through Domestic Commercial Borrowings and Internal Resources

4Detailed Specification, Scope of Work and terms & condition 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-0270-301A (R)-9

Document Sale Date & Time

: 20.10.2015 to 09.11.2015

 

Up to 1730 hrs. (IST)

Bid Receipt Date & Time

: Upto 01.12.2015 by 1430 Hrs. (IST)

For both Techno-Commercial

 

and Price Bids

 

Date & Time for Opening of Techno-Commercial Bid

Date & Time of opening of Price Bid

Cost of Bidding Document

Estimated Cost of Work

:01.12.2015 at 1500 Hrs. (IST)

:To be notified separately after opening of Techno-Commercial Bid

:Rs.9,000.00 (Rs. Nine Thousand only) per set

:Rs.4551.95 Lacs (excluding Owner Issue Material)

4.1All Bids must be accompanied by Bid Security for an amount of Rs. 1,01,16,000/- b 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.

Page 2 of 6

5.0Qualification Requirements for Bidders

5.1Technical Criteria

5.1.1The Bidder who wishes to participate in the bidding shall satisfactorily establish that it fulfills the qualifying requirements stipulated hereunder.

The bidder should have executed the following within the preceding seven (7) years reckoned as on the date of bid opening (techno-commercial bids):

i)A cumulative progress of at least 15,000 Cu.M of Cement Concrete Work in any one (1) year in one or maximum two concurrently running contracts.

and

ii)A cumulative progress of at least 5.0 kms. of Bituminous Carpet Road work in any one (1) year in one or maximum two concurrently running contracts.

Notes for Clause 5.1 above:

i)The word “executed” means the Bidder should have achieved the criteria specified in the above qualifying requirement within the preceding seven years reckoned as on the last date notified for receipt of techno- commercial bids even if the contract has started earlier and /or is not completed/closed.

ii)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.

iii)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 provision 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 defined in the integrated Joint Venture Agreement, then for Clause No. 5.1 above, the credit of the executed quantities can be claimed by the bidder in the ratio of bidder’s share in the integrated Joint Venture Agreement, provided the bidder

Page 3 of 6

establishes that it regularly undertakes works at Clause 5.1 above. The executed works/quantities by integrated Joint Venture shall be duly authenticated by the Project Authority.

iv)Reference work executed by a Bidder as a sub-contractor may also be considered provided the certificate by main contractor is duly certified by project authority specifying the scope of work executed by the sub- contractor in support of the qualifying requirement.

5.2Financial Criteria

5.2.1Financial Criteria of Bidder

(a)The average annual turnover of the Bidder, should not be less than Rs. 610 Millions (Indian Rupees Six Hundred Ten 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.

Page 4 of 6

(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 5.2 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.

6.0NTPC reserves the right to reject any or all Bids or cancel/ withdraw the ‘Notice Inviting Tenders’ without assigning any reason whatsoever and in such case no Bidder/ intending Bidder shall have any claim arising out of such action.

7.0A 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 user id and password.

8.0Issuance 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

Page 5 of 6

attend the bid opening. Bidder shall furnish Bid Security, Power of Attorney, Integrity pact / Deed of Joint Undertaking/JV Agreement (as applicable) in physical form as detailed in Bidding Documents before the stipulated Bid submission closing date and time at the address given below.

9.0Prospective 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.

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

11.0Address for communication:

DGM (CS-I)/ Sr. Manager (CS-I) NTPC Limited,

Sixth Floor, Engineering Office Complex, Plot A-8A, Sector-24, NOIDA-201301, Uttar Pradesh, India

Fax No: +91-120-2410335/2410011 Tele. No. +91-120-4948656/ 4948616

e-mail: neerajkumar02@ntpc.co.in or arvindkumar01@ntpc.co.in

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

Page 6 of 6