NTPC Limited

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

ASH DYKE PACKAGE

FOR

TANDA THERMAL POWER PROJECT, STAGE-II (2 x 660 MW) AT

VIDYUT NAGAR, DISTRICT AMBEDKAR NAGAR, STATE OF UTTAR

PARDESH, INDIA

(Domestic Competitive Bidding)

IFB No.:40049767

Date: 01.01.2016

Bidding Document No.: CS-9562-331(R)-9

1.0NTPC invites Online Bids on Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for Ash Dyke Package for Tanda Thermal Power Project, Stage-II (2x660 MW) situated at Vidyut Nagar in District Ambedkar Nagar in State of Uttar Pardesh, as per scope of work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The scope of work includes construction of starter ash dyke at two locations, covering one storage lagoon and one sedimentation basin at Dyke-1 location & two storage lagoons and a common over floe lagoon(OFL) at dyke-2. Construction of two well type water escape structures & Spillways is also envisaged for decanting the slurry water (if any) and rain water. Bituminous Inspection road all along the periphery of ash dyke and over the top of dyke with provision of cross drain is also envisaged.

3.0NTPC intends to finance the subject package through Domestic Commercial Borrowings.

4.0Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for examination at the address given below and as per the following schedule:

Bidding Document No.:

CS-9562-331(R)-9

Bidding Document Sale Date:

01.01.2016 to 22.01.2016 (up to 1700

 

hrs. IST)

Page 1 of 7

Pre-Bid Conference and Last Date

29.01.2016

for receipt of queries for clarification

 

from prospective Bidders

 

Bid Receipt Date & Time for

12.02.2016 up to 1430 HRS(IST)

Envelope-I (Techno-commercial Bid)

 

& Envelope-II (Price Bid)

 

Bid Opening Date & Time for

12.02.2016 at 1500 HRS (IST)

Envelope-I

(Techno-commercial

 

Bid)

 

 

Bid Opening Date & Time for

Shall be intimated separately by NTPC

Envelope-II (Price bid)

 

Cost of Bidding Document per set:

Rs. 9000/- (Indian Rupees Nine

 

 

Thousand Only)

5.0 All bids must be accompanied by Bid Security for an amount of

Rs 3,23,80,000/- (Indian Rupees Three Crore Twenty Three Lac Eighty

Thousand only). 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 BIDDER WITHOUT BEING OPENED.

6.0BENEFITS / EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Tanda Thermal Power Project, Stage-II (2x660 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.

7.0Qualification Requirements for Bidders

7.1.0.0In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB (Instructions to Bidders), the following shall also apply:

7.1.1.0Bidder should have executed the following works within the preceding seven (7) years reckoned as on the date of Techno-Commercial bid opening:

7.1.1.1

At least one earthen dam work or ash dyke work or reservoir

 

embankment work of maximum height not less than 6.4 m, in one contract

 

and,

7.1.1.2A cumulative progress of at least 7.0 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.

Page 2 of 7

 

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 7.1.1.2 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 7.1.1.2. However, the depth of

 

COT shall not be considered for the height calculation for qualifying

 

requirement under clause 7.1.1.1.

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 7.1.1.1. 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 7.1.1.0 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 7.1.1.1 above, Bidder should have constructed entire 6.4m

 

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 7.1.1.2 above the word “earthwork” shall

 

mean earth /ash. The quantity of earth work in filling only will be

 

considered for qualification.

 

Page 3 of 7

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 7.1.1.2 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 7.1.1.2 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 7.1.1.1 above, unless the bidder has individually executed the

 

work meeting the requirement of Clause 7.1.1.1 above and which has

 

been duly authenticated by the Project Authority.

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.

7.2.0.0Financial criteria:

(a)

The average annual turnover of the Bidder, should not be less than Rs.

 

607 Millions (Indian Rupees Six Hundred Seven 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.

 

Page 4 of 7

(b)

Net worth of the bidder as on the last day of the preceding financial year

 

(reckoned on the date of techno-commercial bid opening) should not be

 

less than 100% of the bidder’s paid up share capital. In case the Bidder

 

does not satisfy the Net worth criteria on its own, it can meet 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.

 

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.

(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.

 

Further, a certificate would be required from the CEO/CFO as per the

 

format enclosed in the bidding documents 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.

Page 5 of 7

NOTES FOR CLAUSE 7.2.0.0 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.

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 SRM Site (https://etender.ntpclakshya.co.in). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM 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 issue of vendor code and SRM user id/password.

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

11.0Issuance of bid 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, Integrity Pact, Deed of Joint Undertaking (if applicable) and Power of Attorney separately offline as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below.

12.0Address for communication:

Manager (CS-II) / DGM (CS-II) /AGM (CS-II) NTPC Limited,

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

Distt. Gautam Budh Nagar, (UP), INDIA

Page 6 of 7

Pin – 201301.

Fax No.: 0091-120 – 2410359/2410011

Tel. No.: 0091-120- 4948674/4946665/4946680/2410528 E-mail:jagmohan01@ntpc.co.in/dhananjaymohapatra@ntpc.co.in/ akchhabra@ntpc.co.in Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in

13.0Registered Office

NTPC Limited

NTPC Bhawan, SCOPE Complex,

7, Institutional Area, Lodi Road,

New Delhi – 110003

Corporate Identification Number: L40101DL1975GOI007966,

Website: www.ntpc.co.in

Page 7 of 7