NTPC LIMITED

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

TOWNSHIP PACKAGE

FOR

DARLIPALI SUPER THERMAL POWER PROJECT (2X800 MW)

OF

NTPC LIMITED

AT

DARLIPALI , DISTRICT SUNDARGARH, STATE OF ODISHA, INDIA

(Domestic Competitive Bidding)

IFB No. : 40049077

Date: 05.12.2015

Bidding Document No.: CS-9549-364(R)-9

1.0NTPC Limited invites online bids on Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for Township package for Darlipali Super Thermal Power Project, District Sundargarh, State of Odisha, India, as per the Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The brief scope of work under this package shall include the following facilities (Residential & Non-Residential buildings, Bulk services etc.):

Sl.

Description

No. of Blocks/

No.

Details

 

 

 

 

1

B-Type (High rise Stilt +7) – (7x8x3=168 DUs)

3

 

 

 

2

C-Type (High rise Stilt + 7) – (7x8x2=112 DUs)

2

 

 

 

3

Field Hostels (High rise Stilt +7)

2

4

Switchgear bldg

1

 

 

 

5

Substation bldg

7

6

Under Ground Water Tank

1

 

 

 

7

Gate Complex & Compound Wall

3

8

Roads & Drains

 

 

 

 

9

Sewerage Systems

 

 

 

 

10

External Water Supply and Horticulture Network

 

 

 

 

Page 1 of 6

Sl.

Description

No. of Blocks/

No.

Details

 

11Sewage Treatment Plant

12Internal Electrification Works

13External Electrification Works

14Elevators

15Fire Fighting System

3.0NTPC intends to finance the subject package through Domestic/Own Resources.

4.0Detailed 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 may be downloaded as per the following schedule:

 

Bidding Document No.

: CS-9549-364(R)-9

 

 

Document Sale Date

:

From 07.12.2015 to 28.12.2015

 

 

& Timing

 

 

 

 

 

Pre Bid Conference date/

: 08.01.2016 at 1100 hrs (IST)

 

 

Last Date for receipt of queries

 

 

 

for clarification from prospective

 

 

 

bidders

 

 

 

 

 

Bid Receipt Date & Time

: Upto 19.01.2016 by 1430 hrs (IST)

 

 

for both Techno-Commercial

 

 

 

and Price Bids

 

 

 

 

 

Bid Opening Date & Time

:

19.01.2016 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. 16,414.37 Lakh

 

5.0

All bids must

be accompanied

by Bid Security for an amount of

Rs.

 

3,64,77,000.00

(Rupees

Three

crore sixty four lakh seventy

seven

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.

Page 2 of 6

6.0BENEFITS/ EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Darlipali Super Thermal Power Project (2X800 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.

7.0QUALIFYING REQUIREMENT FOR BIDDERS

The Bidder should meet the minimum Qualifying Requirements as stipulated here under:

7.1.0Technical Criteria

7.1.1The bidder should have executed at least two works, each having minimum total built up area of 25,000 Sqm., comprising RCC framed Residential / Non residential building of five stories or more including civil and finishing, Internal electrification, Plumbing and Sanitary works within the preceding 7 (seven) years reckoned as on the date of Techno commercial Bid Opening.

Notes for clause 7.1.1 above:

1)The word “executed” means, the bidder should have successfully completed the work of at least 90% of the contract value. In support of the above, the bidder shall submit the copy of certified last paid bill.

The work completed in the preceding seven (7) years reckoned as

2)on the date of techno commercial bid opening even if it has been started earlier, will also be considered as meeting the qualifying requirements.

3)In case the reference work(s) contains multiple buildings, within the same contract, then the area of all the buildings shall be considered for total built up area, provided at least one building fulfils the other technical criteria specified at clause 7.1.0 above.

4)The reference works executed by the bidder’s group company / subsidiary company shall not be considered for meeting the qualifying requirements by the bidder.

Page 3 of 6

7.2.0Financial Criteria:

7.2.1The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno commercial Bid Opening, should not be less than INR 91.20 Crores (Indian Rupees Ninety One Crore and twenty lakh only).

7.2.2The Net Worth of the Bidder as on the last day of the preceding financial year should not be less than 100% of its paid-up share capital. In case the bidder meets the requirement of Net worth based on the strength of its subsidiary (ies) and/or Holding company and/or subsidiaries of its Holding company wherever applicable, the Net worth of bidder and its subsidiary(ies) and/or Holding company and/or subsidiary(ies) of the Holding companies, 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.

Net worth in combined manner shall be calculated as follows: Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100

Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1, Y2 Y3 are individual paid up share capitals.

7.2.3In case the Bidder is not able to furnish its audited financial statements on stand alone entity basis, the un-audited unconsolidated financial statements of the Bidder can be considered acceptable provided the Bidder further furnishes the following documents on substantiation of its qualification:

7.2.3.1Copies of the un-audited unconsolidated financial statements of the Bidder along with copies of the audited consolidated financial statements of its Holding Company.

7.2.3.2A 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 Financial Statement 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. Further, a Certificate would be required from the CEO / CFO as per the format enclosed in the bidding documents

Page 4 of 6

stating that the Financial results of the Company are under audit as on the date of Techno-commercial bid opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

7.2.4In case, a Bidder does not satisfy the financial criteria, stipulated at Clause 7.2.1 above on its own, the holding company would be required to meet the stipulated turnover requirements at Clause 7.2.1 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 Techno commercial bid, a Letter of Undertaking from the holding company, supported by 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.

Notes:

iNet worth means the sum total of the paid up share capital and free

i)reserves. Free reserve 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.

i

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

8.0NTPC 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.

9.0Prospective Bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents from office of NTPC.

10.0A 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 vendor code and SRM user id/password.

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

Page 5 of 6

11.0Issuance 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 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.

12.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

13.0Address for communication:

AGM (Contract Services-I)/Sr.. 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- 4946659/ 2410060

e-mail: dkjuneja@ntpc.co.in; pksingh15@ntpc.co.in

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

Page 6 of 6