INVITATION FOR BID
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
ASH DYKE PACKAGE
FOR
NORTH KARANPURA SUPER THERMAL POWER PROJECT, (3X660 MW)
LOCATED AT DISTRICT CHATRA, STATE OF JHARKHAND, INDIA (Domestic Competitive Bidding)
IFB No.: 40058891 |
Date: 23.06.2016 |
Bid Document No:
1.0NTPC invites online bids on Single Stage Two Envelope Basis (i.e.
2.0BRIEF SCOPE OF WORK
The scope of works involves construction of two storage lagoon with sedimentation basin for disposal of fly ash and a smaller storage lagoons & an over flow lagoon for the disposal of separate bottom ash in the ash disposal areas. Construction of well type water escape structure with flexible opening is also envisaged for decanting water from storage lagoons to over flow lagoon/sedimentation basin. Construction of spillways is also envisaged for discharging excess rain water from storage lagoons to OFL/RCC perimeter drain and from OFL to the existing drainage
The detailed scope and description of work covered under this package has been specified in relevant clauses of
3.0NTPC intends to finance Ash Dyke 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 |
|
23.06.2016 |
|
|
|
|
|
|
|
|
|
|
||
|
Sale of Bid Documents |
|
23.06.2016 to 13.07.2016 |
|
|
||
|
|
|
|
(up to 1700 hrs. IST) |
|
|
|
|
|
|
|
|
|
|
|
|
Last date for receipt of queries from bidders (if |
|
20.07.2016 |
|
|
|
|
|
any) |
|
|
|
|
|
|
|
|
|
|
|
|
||
|
|
20.07.2016(2.15 PM) |
|
|
|||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
NORTH KARANPURA SUPER THERMAL POWER |
|
ASH DYKE PACKAGE |
|
PAGE |
|||
|
PROJECT (3X660 MW) |
|
|
|
|
1 OF 6 |
|
|
|
|
|
|
|
|
|
INVITATION FOR BID
Last date for receipt of |
09.08.2016 upto 1430 hrs(IST) |
|
|
|
|
09.08.2016 at 1500 hrsS (IST) |
|
Date & Time |
|
|
|
Cost of Bidding Document |
INR 9,000/- (Rupees Nine |
|
Thousand only) |
|
|
Date for opening of Price Bid
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 2,13,93,000/- (Indian Rupees Two Crores Thirteen Lacs Ninety Three 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
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:
7.1.1.0Bidder should have executed the following works within the preceding seven (7) years reckoned as on the date of
7.1.1.1At least one earthen dam work or ash dyke work or reservoir embankment work of maximum height not less than 10.0 m, in one contract and,
7.1.1.2A cumulative progress of at least 6.40 Lacs Cu.M of earthwork in earthen dam work or ash dyke work or reservoir embankment work 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:
NORTH KARANPURA SUPER THERMAL POWER |
ASH DYKE PACKAGE |
PAGE |
PROJECT (3X660 MW) |
|
2 OF 6 |
|
|
|
INVITATION FOR BID
a)Earth dams, ash dyke work 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 full 10.0m 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.
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
NORTH KARANPURA SUPER THERMAL POWER |
ASH DYKE PACKAGE |
PAGE |
PROJECT (3X660 MW) |
|
3 OF 6 |
|
|
|
INVITATION FOR BID
In case the reference work has been executed by the Bidder in an integrated Joint Venture wherein allocation of scope of work and
j)Reference work executed by a Bidder as a
2.0.0Financial criteria:
(a)The average annual turnover of the Bidder, should not be less than Rs. 356 Million (Indian Rupees Three Hundred Fifty Six Million only) during the preceding three (3) completed financial years as on date of
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
(b)Net worth of the bidder as on the last day of the preceding financial year (reckoned on the date of
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.
NORTH KARANPURA SUPER THERMAL POWER |
ASH DYKE PACKAGE |
PAGE |
PROJECT (3X660 MW) |
|
4 OF 6 |
|
|
|
INVITATION FOR BID
(c)In case the Bidder is not able to furnish its audited financial statements on
(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 preceeding 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
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.
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
Note: No hard copy of Bidding Documents shall be issued.
NORTH KARANPURA SUPER THERMAL POWER |
ASH DYKE PACKAGE |
PAGE |
PROJECT (3X660 MW) |
|
5 OF 6 |
|
|
|
INVITATION FOR BID
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, Power of Attorney and Deed of Joint Undertaking (if applicable) to be executed by the bidder alongwith associated / collaborator and a Certificate confirming compliance to Qualifying Requirements 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
Sixth Floor, Engineering Office Complex,
Distt. Gautam Budh Nagar, (UP), INDIA Pin - 201301
Fax No.:
Tel. No.:
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
CIN: L40101DL1975GOI007966
NORTH KARANPURA SUPER THERMAL POWER |
ASH DYKE PACKAGE |
PAGE |
PROJECT (3X660 MW) |
|
6 OF 6 |
|
|
|