INVITATION FOR BID

NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE) (CORPORATE CONTRACTS, NOIDA)

INVITATION FOR BIDS (IFB)

FOR

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER PACKAGE

FOR

NORTH KARANPURA SUPER THERMAL POWER PROJECT, (3X660 MW) LOCATED AT DISTRICT CHATRA, STATE OF JHARKHAND, INDIA

(Domestic Competitive Bidding)

IFB No.: 40055080

Date: 06.04.2016

Bid Document No: CS-4410-301B-9

1.0NTPC invites online bids on Single Stage Two Envelope Basis (i.e. Envelope-I : Techno-Commercial Bid and Envelope-II: Price Bid) for Construction Of Barrage Across Garhi River Package for North Karanpura Super Thermal Power Project (3 X 660 MW) located at District Chatra, State of Jharkhand, India, as per the brief Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

A.CIVIL WORKS

The brief scope of work covered under Construction of Barrage across Garhi River Package is as under:

1)Construction of Concrete Barrage of length about 105 m, River diversion arrangement, Intake well / Intake structure, Pump house, approach steel bridge to intake well.

2)Construction of Embankment dam of length about 165 m with cut-off along with Embankment dykes of length about 1.5 Km.

3)The contractor shall provide all labour, supervision, materials, construction equipments, transportation of all materials to work site, sampling, testing and quality assurance.

4)Access road to Barrage site from existing road and all other temporary roads required for execution of work related to this package including their maintenance shall be in the scope of the Contractor.

B.HYDRO MECHANICAL WORKS:

Design, manufacturing, supply, erection, testing and commissioning of complete hydro mechanical works at various locations are as under:

1)Barrage gates – 9 nos. fixed wheel gates of size 9.0 m x 6.0 m lifted with 9 sets of rope drum hoists of capacity 30 T & its supporting structure with all electrical, control & instrumentation equipment.

2)Stop logs for Intake pump house -3 sets for each opening size 1.0 m x 1.50 m lifted by independent screw hoist including its supporting structure.

3)Trash racks for Intake pump house – 3 nos. fixed trash rack for clear opening size of 1.0 m x 1.50 m

4)PLC based remote control system including all accessories for control of barrage gates.

5)All electrical equipment with control including all accessories for all gates

For detailed scope of works under this package for Construction of Barrage across Garhi River package for which bids are now being invited, the Bidders shall refer the bidding documents.

 

 

 

 

NORTH KARANPURA SUPER THERMAL POWER

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER

PAGE

 

PROJECT (3X660 MW)

PACKAGE

1 OF 6

 

 

 

 

 

 

 

INVITATION FOR BID

3.0NTPC intends to finance Construction of Barrage across Garhi River Package for NORTH KARANPURA Super Thermal Power Project (3 X 660 MW) through Domestic Commercial Borrowings/ Own Resources.

4.0Detailed specification, scope of work and terms & conditions are given in the bidding documents, schedule for sale of bidding documents and opening of bids is under:

Issuance of IFB

 

06.04.2016

 

 

 

 

 

Sale of Bid Documents

 

06.04.2016 to 04.05.2016

 

(up to 1500 hrs. IST)

 

 

Last date for receipt of queries from bidders (if

12.05.2016

 

any)

 

 

 

 

 

Last date for receipt of Techno–Commercial bid

25.05.2016 upto 1430 Hrs

 

(Envelope-I) and Price bid (Envelope-II)

 

 

 

 

Techno–Commercial bid (Envelope-I)

opening

25.05.2016 at 1500 Hrs

 

Date & Time

 

 

 

 

 

Cost of Bidding Document

 

INR 9000/- (Rupees Nine

 

 

Thousand only)

 

 

 

Date for opening of Price Bid (Envelope-II) shall be intimated separately after opening of Techno–Commercial Bid (Envelope-I).

4.1Prospective bidders from U.P State are compulsorily required to provide TIN number at the time of purchase of bidding documents from office of NTPC.

5.0All bids must be accompanied by Bid Security for an amount of INR 1,83,50,000/- (Indian Rupees One Crore Eighty Three Lacs Fifty Thousand Only) 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.

6.0BENEFITS / EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Ministry of Power (Govt. of India) has certified that NORTH KARANPURA Super Thermal Power Project (3 X 660 MW) fulfills the laid down criteria for Mega Power Project. Accordingly, supplies of goods for this package shall be eligible for the benefits/exemptions as per provisions of relevant notifications of the Govt. of India.

7.0Qualifying Requirements for Bidders (QR):

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

 

 

 

 

NORTH KARANPURA SUPER THERMAL POWER

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER

PAGE

 

PROJECT (3X660 MW)

PACKAGE

2 OF 6

 

 

 

 

 

 

 

INVITATION FOR BID

The Bidder who wishes to participate in the bid for Construction of Barrage across Garhi river of North Karanpura STPP shall satisfactorily establish the following Qualifying Requirements (QR):

Technical Criteria for Qualification:

7.1.1.0The Bidder should have executed the following Civil works in the preceding seven (7) years reckoned from the date of techno-commercial bid opening.

7.1.1.1One Barrage of constructed length not less than 80 m or a Concrete Dam of constructed height not less than 12m.

7.1.1.2Cumulative progress of concrete of not less than 25000 cum over a continuous period of 12 months concurrently in not more than two projects in Desilting chamber/Desilting Basin/ Intake or Head Regulator/ Barrage/ Intake structures/ Dam / Power House structure/ Pumphouse structure/ Tunnel/ Spillway.

Notes for Clause no. 7.1.1.1 & 7.1.1.2 above:

i.The qualifying works at clause 7.1.1.1 & 7.1.1.2 can be from the same or different projects.

ii.For the purpose of qualifying works stipulated under clause 7.1.1.1 for dams other than concrete dam like earthen / masonry dams, the concrete spillway shall be treated as concrete dam. Further, the gated portion of a concrete weir shall also be treated as barrage.

In case of works stipulated under clause 7.1.1.0 the word “executed” means that

a)For works stipulated under clause 7.1.1.1 the Bidder should have completed the construction of barrage/ dam work up to the specified length/ volume, even if qualifying work/ the total contract is not completed / closed.

b)For works stipulated under clause 7.1.1.2, the Bidder should have achieved the specified progress of work, even if the qualifying work/ total contract is not completed/ closed.

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

iv.Under clause 7.1.1.1, the constructed height of 12 m shall be in a single contract measured along vertical axis in at least one block between the two points i.e.

a)Top of dam to foundation level for Non-overflow dam & dam having spillway with breast wall and

b)Crest to foundation level in case of dam with crest spillway.

In case of partially completed dam ( as defined in note ii. above), the top level of dam/ top of crest spillway achieved till the date of techno-commercial bid opening will be considered as top of dam/ crest.

 

 

 

 

NORTH KARANPURA SUPER THERMAL POWER

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER

PAGE

 

PROJECT (3X660 MW)

PACKAGE

3 OF 6

 

 

 

 

 

 

 

INVITATION FOR BID

In case of partially completed barrage/ gated concrete weir, the constructed length of 80 m shall be in a single contract measured for the portion where the piers have been constructed at least upto 6 m height above raft top even though the gates and finishing works for that portion have not been completed.

v.The experience of Bidder who has executed the work at clause 7.1.1.1 and/or clause 7.1.1.2 above as a member of Joint Venture/ Consortium can also be considered provided:

a)The allocation of scope of work between the partners of the Joint Venture/ Consortium is clearly defined in the executed JV agreement and the Bidder’s/ 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 clause 7.1.1.1 and/or clause 7.1.1.2.

b)In case the allocation of the scope of work between the partners of the Joint Venture/ Consortium is not clearly defined in the executed JV agreement, 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’s share in the aforesaid Joint

Venture/ Consortium was at least 50%.

Only the experience of the Bidders, wherever applicable, on stand alone basis, shall be considered for establishing the compliance to the stipulations of the works contained at clause 7.1.1.0. The experience of any group company or subsidiary or Holding Company shall not be considered.

7.2.0.0 Financial criteria:

7.2.2.1The average annual turnover of the Bidder, should not be less than Rs. 615 Millions (Indian Rupees Six hundred and fifteen Millions only) during the preceding three (3) completed financial years as on the 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.

7.2.2.2Net Worth should not be less than 100% (hundred percent) of the Bidder’s paid-up share capital as on 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% (hundred percent) of their total paid-up share capital. However individually, their Net worth should not be less than 75% (seventy five percent) of their respective paid-up share capitals.

 

 

 

 

NORTH KARANPURA SUPER THERMAL POWER

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER

PAGE

 

PROJECT (3X660 MW)

PACKAGE

4 OF 6

 

 

 

 

 

 

 

INVITATION FOR BID

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.

7.2.2.3In 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 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 result 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 date of Techno-commercial bid opening and the certificates from the practicing Chartered Accountant certifying the financial parameters is not available.

NOTES FOR CLAUSE 7.2.2.1 & 7.2.2.2 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 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.

(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.

9.0A 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

 

 

 

 

NORTH KARANPURA SUPER THERMAL POWER

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER

PAGE

 

PROJECT (3X660 MW)

PACKAGE

5 OF 6

 

 

 

 

 

 

 

INVITATION FOR BID

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.

9.1Issuance of Bid 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 the bid opening.

Bidder shall furnish Bid Security, Integrity Pact and Power of Attorney and Deed of Joint Undertaking (if applicable) to be executed by the bidder alongwith associated / collaborator separately offline as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below.

10.0Address for communication:

AGM (CS-III) / Sr. Manager (CS-III) NTPC Limited,

Sixth Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA,

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

Fax No.: 0091-120 – 2410295/ 2410011

Tel. No.: 0091-120 –4946674/4948668/4948604

e-mail:avnishsrivastava@ntpc.co.in; shrishksingh@ntpc.co.in, harshmamodia@ntpc.co.in

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

CIN: L40101DL1975GOI007966

 

 

 

 

NORTH KARANPURA SUPER THERMAL POWER

CONSTRUCTION OF BARRAGE ACROSS GARHI RIVER

PAGE

 

PROJECT (3X660 MW)

PACKAGE

6 OF 6

 

 

 

 

 

 

 

Convert PDF to Word