Page 1

NTPC LIMITED

(A Govt. of India Enterprise)

FARAKKA SUPER THERMAL POWER STATION

NOTICE INVITING TENDER

Nature of work : Works Contracts

NIT TYPE : DOMESTIC

NIT NO:-CS/17-18/03 E-Tender / BIN NO. 40072519

NTPC- Farakka Super Thermal Power Station is interested in getting the following works executed through reputed agencies having experience in the relevant field. Interested agencies are requested to apply for the tender documents with requisite application money in form of Demand Draft.. The qualifying requirements and brief work details for the jobs are indicated below:

Sl

NIT No

Description of Package/works

Estimate

Sale Start

Last Date &

Bid Opening

No

 

 

d Cost

Date/Close

Time for receipt

Date

 

 

 

[Rs. in

Date

of Bid

 

 

 

 

Lacs.]

 

 

 

01

CS/17-18/

(2282/212 )

 

10.04.2017

16.05.2017

16.05.2017

 

03

Ash utilization in filling of

659.34

TO

at

at

 

 

newly allotted land to BSF

 

01.05.2017

14.30 hrs.

15.00 hrs.

 

 

opposite to the area of

 

 

 

 

 

 

PTS/NTPC with excavated

 

 

 

 

 

 

Ash from Nishindra/Kendua

 

 

 

 

 

 

Ash Dyke Lagoon-I&II and

 

 

 

 

 

 

covering the same with earth

 

 

 

 

 

 

at NTPC-Farakka.

 

 

 

 

NOTES :

 

 

 

 

 

1.The tendering is being done through e-tender.

2.The EMD & Technical Bid (Hard copy) shall be submitted in 02 separate envelopes: one for Technical Bid & the other for EMD and letter of Undertaking. EMD & Technical bids shall be opened on Bid Opening Date (BOD). Date of Price Bid opening shall be intimated later on. Price Bid to be submitted online only.

3.For detailed NIT and bidding documents, please visit at www.ntpctender.com (through link of e-tender site) or www.ntpc.co.in or may contract AGM (Contracts), Ph. & Fax No. 03512.226813 or DGM (Contracts) Ph. No. 03512-226801, Farakka Super Thermal Power Station, P.O.- Nabarun, Dist.- Murshidabad, West Bengal, PIN- 742236.

4.MANDATORY INFORMATION

PROJECT NAME

 

 

NTPC FARAKKA

NIT NO. / BIN NO.

 

40072519

DATE OF NIT ISSUE

 

10.04.2017

SHORT DESCRIPTION OF NIT

Ash utilization in filling of newly allotted land to BSF

 

 

 

opposite to the area of PTS/NTPC with excavated Ash

 

 

 

from Nishindra/Kendua Ash Dyke Lagoon-I&II and

 

 

 

covering the same with earth at NTPC-Farakka.

DOCUMENT SALE CLOSING DATE

01.05.2017

 

 

 

DIRATION OF CONTRACT

 

24 (TWENTY FOUR) MONTHS

SOURCE

OF

NIT/CONTRACT

NTPC FARAKKA/WORKS CONTRACT

CLASSIFICATION

 

 

BID OPENING DATE

 

FOR EMD+QR+TECHNICAL & LOU: 16.05.2017

PACKAGE IN-CHARGE’S MAIL-ID

balramprasad@ntpc.co.in / arpandasgupta@ntpc.co.in

OT-17-18/03 Ash fill Opp. BSF Camp QR

 

Page 2

 

 

 

ALTERMATE CO-ORDINATOR’S MAIL-ID

 

balramprasad@ntpc.co.in Mob. 9415342031

COST OF TENDER DOCUMENT

 

RS. 4,500.00 (Non-refundable)

 

 

MODE OF PAYMENT

DEMAND DRAFT INFVAOUR OF NTPC LTD., PAYABLE AT

 

SBI, ANDUA (CODE : 7099) OR ONLINE PAYMENT THROUGH

 

GATEWAY.

EMD VALUE

RS.14,66,000.00

 

 

SOURCE OF NIT/ PUBLISHED IN

Aajkal (Bengali), Times of India, Kolkata-Metro, Millennium Post-

NEWSPAPER.

Delhi & Prabhat Khabar (Hindi) Deoghar-Jharkhand on 07.04.2017

Sl Qualifying Requirement:

1.0TECHNICAL CRITERIA:

1.1.0Bidder should have executed the following works within the preceding seven (7) years prior to the schedule date of Techno-commercial bid opening.

1.1.1Bidder should have executed the filling and compaction work of at least 456800 Cu.m of earth/ash/sand or any combination of earth, ash and sand in any Two (2) year period in one

(1) or maximum two (2) concurrently running contracts.

OR

1.1.2Bidder should have executed Civil Construction work or Civil Maintenance Work in NTPC

Stations/ SEBs/Govt./ Semi Govt./PSU/”NSE or BSE enlisted Company” within the preceding seven (7) years prior to the schedule date of Techno-Commercial bid opening as per the following criteria:

One work of value not less than Rs.586.08 Lakhs.

OR

Two works of value not less than Rs.366.3 Lakhs each.

OR

Three works of value not less than Rs.293.04 Lakhs each.

Notes for Technical Criteria:

AIn clause 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.

BThe “Two (2) year period” in clause 1.1.1 means any continuous 24 months period. However, for two (2) concurrent works the same 24 months period shall be considered.

OT-17-18/03 Ash fill Opp. BSF Camp QR

Page 3

CReference 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 1.1.1 and 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 1.1.1 or Clause 1.1.2 (as applicable) above. The executed works quantities by integrated Joint Venture shall be duly authenticated by the Project Authority.

DReference 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.

2.0.0FINANCIAL CRITERIA OF THE BIDDER:

AThe average annual turnover of the bidder, in the preceding Three (3) financial years as on the schedule date of Techno-Commercial Bid opening should not be less than Rs.366.3 Lakhs (Indian Rupees Three crore sixty six lacs thirty thousand only)

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 Techno Commercial bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award. For Joint Ventures/Consortiums, all the partners of the Joint Venture/Consortium shall be collectively required to meet the turnover criteria.

OT-17-18/03 Ash fill Opp. BSF Camp QR

Page 4

BThe Net Worth of the Bidder as on the last day of the preceding financial year, of the schedule date of Techno-commercial Bid opening, shall not be less than 100% of the bidders 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 Subsidiary (ies) of the Holding Company 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)X100

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.

CIn 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 tis Holding Company.

(ii)A Certificate from the CEO/CFO of the Holding Company as per the format enclosed in the bidding documents, stating that the unaudited unconsolidated financial statements form part of the Consolidated Financial Statements of the company.

In cases where audited results for the last financial year as on the date of the 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 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.

OT-17-18/03 Ash fill Opp. BSF Camp QR

Page 5

NOTES for Clause 2.0.0

iNet 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.

iiOther income shall not be considered for arriving at annual turnover.

iii“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them, as per Companies Act of India.;

Small Scale Industries registered with NSIC or having Udyog Aadhaar Memorandum are exempted from submission of EMD on submission of documentary evidence.

OT-17-18/03 Ash fill Opp. BSF Camp QR

Page 6

TERMS & CONDITIONS :

(a) All the documentary evidence like Possession of P.F.Code, Service Tax Registration Number, concerned work order copies / completion certificate, supporting documents, documents of annual turnover e.g. balance sheet or profit & loss account sheet etc. are to be enclosed with the Technical Bid to fulfill all the above mentioned Q.R.

(b)NTPC shall not responsible for any delay in receipt or non-receipt of applications caused due to postal delay or any other reasons.

(c)The bidder has to submit application along with DEMAND DRAFT (Non-refundable) for

application fee (Cost of Tender Document/Application Money as per Point No. 04Mandatory Information above) in favour of NTPC LIMITED., FSTPS, payable at SBI, Andua (Branch Code-7099) with all documents as mentioned in the above format.

(d)The application envelope must be super scribed with tender Ref.No. & Name of the work. In case a bidder desires to participate in more than one tender, separate application is required to be made against each work accompanying a separate DEMAND DRAFT as mentioned above.

(e)Tender documents shall be issued to all the agencies, which have applied with relevant Application Money. However, issuance of tender documents shall not automatically construe qualification of the firm for award of work, which will actually be determined during evaluation of qualification requirement documents for each tender as specified and bid evaluation after receiving of completed Tender documents from the agencies.

(f)The EMD value for each tender as specified should be given in the tender documents, which is to be submitted along with Technical & Price Bid.

(g)The Bid Opening date (Technical Bid & EMD) is stated in the above with individual work details and will also be mentioned in the tender documents. The Price Bid opening date shall be intimated to the agency, which has qualified after scrutiny of the Technical Bid.

(h)The above specification is only indicative and details will be available in the tender documents. However, interested parties are advised to visit the site and familiarize themselves with actual site conditions, wherever applicable.

(i)If last date of receipt of application is a closed holiday for NTPC-Farakka, then the date shall be shifted to the next working day.

(j)NTPC reserves the right to assess the capacity and capability of bidders after scrutiny of the applications and reserves the right to reject any or all applications.

(k) Application with all relevant documents should reach in the office of Senior Manager (CS) as per above mentioned individual job detail. (Last date receipt of request for issue of tender documents)

(l)Address for communication: AGM (C&M) [Ph. No. 03512-226813]/DGM/Sr. Manager (CS), NTPC LIMITED, Farakka Super Thermal Power Station, P.O. Nabarun, Dist. Murshidabad, Pin. 742 236, West Bengal. (Phone No. 03512-226801/6803 /03512-226813/Fax No.03485- 251901/03512-226811/224214).

OT-17-18/03 Ash fill Opp. BSF Camp QR

Page 7

GENERAL TERMS & CONDITIONS OF CONTRACT - TENDER ENQUIRY

NTPC GENERAL CONDITIONS OF CONTRACT (GCC) FOR CIVIL WORK SHALL BE

APPLICABLE FOR THIS WORK. THE SPECIAL CONDITIONS OF CONTRACT WILL FORM

PART OF THE TENDER DOCUMENT AND SUPERCEDE PROVISIONS OF GCC

WHEREVER APPLICABLE.

Details of Earnest Money Deposit:

1.Earnest money shall be submitted in one of the following forms:

i.Crossed Demand Draft,

ii.Pay Order.

iii.Banker’s Cheque ;

iv.An irrevocable Bank Guarantee in our format as in annexure (B.G. as EMD shall only be acceptable if the EMD value exceeds Rs.50,000.00.)

All the above financial/bank documents shall be drawn in favour of NTPC LIMITED from any Nationalized or Scheduled Banks payable at SBI, Andua (Code No. 7099)/ UBI, Khejuria (Code No. C/69)

2.EMD shall accompany with Letter Of Undertaking on non-judicial stamp paper of appropriate value in our format.

3.Earnest Money shall be made payable to NTPC `On Demand’ without any condition/demure to the owner. The bid guarantee shall be valid for a period of Six calendar months from the bid opening

date, however for bid security in the form of bank guarantee, validity of the security shall be for Seven months. If the bid opening date is on 1st January, then bid guarantee shall be valid upto and inclusive of following 31st July of the year for bank guarantee.

4.The EMD/ Bid guarantee of all unsuccessful tenders will be returned within 30 days after the award of the contract, on production of a certificate to our department that all tender document have been returned to us by the tenderer.

5.No interest will payable for the EMD/ Bid guarantee amount. EMD of successful bidders will be converted to Security Deposit after Award of Contract.

6.The earnest money shall be forfeited on the following grounds:

(i)On revocation of the tender OR

(ii)On refusal to enter into a contract after award to a contractor OR

(iii)If the work is not commenced after the work is awarded to a contractor.

7.In case successful bidder submits Bank Guarantee (B.G.) against Earnest Money Deposit (EMD), bidder has to furnish Contract Performance Security for 10% value of contract within 21 days from issue date of Letter of Award, covering the entire period of contract.

OT-17-18/03 Ash fill Opp. BSF Camp QR