NTPC Limited

(A GOVT. OF INDIA ENTERPRISE) (CORPORATE CONTRACTS, NOIDA)

INVITATION FOR BIDS (IFB)

FOR

BALANCE WORKS OF MAIN PLANT AND OFFSITE CIVIL WORKS PACKAGE

FOR

MEJA THERMAL POWER PROJECT (2x 660 MW)

OF

MEJA URJA NIGAM PRIVATE LTD.

(A Joint Venture of NTPC LTD and UPRVUNL)

AT

MEJA, DISTRICT ALLAHABAD, STATE OF UTTAR PRADESH, INDIA

(Domestic Competitive Bidding)

IFB No.: 40075688

Date: 18.05.2017

BIDDING DOCUMENT No.: CS-0360-315B-9

1.0Meja Urja Nigam Pvt. Ltd. (MUNPL), a joint venture (JV) company between NTPC Limited and Uttar Pradesh Rajya Vidyut Utpadan Nigam Limited (UPRVUNL) is setting up a 2x660 MW coal based thermal power project at Meja in Allahabad district of Uttar Pradesh.

2.0NTPC Limited on behalf of MUNPL invites online bids on Single Stage Two Envelope bidding basis from eligible bidders for Balance Works of Main Plant & Offsite Civil works Package for Meja TPP (2x660MW) situated at Meja in Allahabad district of Uttar Pradesh, India, as per the Scope of Work mentioned hereinafter.

3.0BRIEF SCOPE OF WORK

The brief scope of work for this package includes all the balance works of underground civil works including foundations for Fans, BFPs, DG set, transformer yard including CW ducts in transformer yard area, and other equipment/ structures in TG / boiler area;

All the balance works of foundations, over ground civil, structural & architectural works for main plant building, Compressor building, Air washer building, ESP control buildings, Service building;

All the balance works of foundations and only RCC floors of superstructure for bunker buildings, transfer points, conveyor galleries and trestles of CHP in main plant area excluding structural steel and sheeting works;

All the balance works of Buildings and structures in offsite area like Permanent Store building, Misc Switchgear buildings, Pipe/Cable support structures & foundations, trenches / pedestals / duct banks in main plant & outlying area,

Page 1 of 6

Fuel oil pressurizing pump house, Earthing mat, paving in the main plant area, Hume Pipe crossing under rails/ roads, Storm water drains, Foam pump house, CPU re-generation area etc;

Buildings and structures in offsite area like Fuel oil unloading pump house, Hydrogen plant building, Fire water booster pump house, Administration building and Auditorium, O&M Workshop building, CHP Office cum workshop building, Dozer Maintenance shed, Canteen building, Fire station complex, Gate Complex, time office etc;

All the balance works of roads, drains and sewerage inside plant, roads including drain outside plant boundary up to final disposal point.

Cement, structural steel & reinforcement steel required for incorporation into item rate works shall be issued free of cost by the Owner.

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

Bid Document No.

:

CS-0360-315B-9

Bid Document Sale Date

:

From 18.05.2017 to 01.06.2017

& Timing

 

up to 1700 hrs(IST)

Last Date for receipt of

:

06.06.2017 up to 1100 hrs(IST)

Queries for Clarification

 

 

from prospective Bidders

 

 

Pre-Bid Conference

:

06.06.2017 from 1100 hrs onwards

Date & Time

 

 

Bid comprising of Techno-

:

Up to 16.06.2017 by 1430 hrs (IST)

Commercial proposal and price

 

Proposal Receipt Date & Time

 

Date & Time of opening of

:

16.06.2017 at 1500 hrs (IST)

Techno-Commercial Proposal

 

 

Date & Time of Opening of

:

To be notified separately after opening of

Price Proposal

 

Techno-Commercial proposal

Cost of Bidding Documents

:

9000/- (Rupees Nine Thousand Only)

Estimated Cost of Work

:

218.67 Crore

5.0Prospective Bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

6.0Bid Security for an amount equivalent to 4,85,94,000/- (Rupees Four Crore Eighty Five Lakh Ninety Four Thousand only) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time. Any bid not accompanied by an acceptable Bid Security in a separate

Page 2 of 6

sealed envelope shall be rejected by Employer as being non-responsive and shall not be opened.

7.0Qualifying Requirements for Bidders:

7.1.0The Bidder who wishes to participate in the bidding shall satisfactorily establish that it fulfills the qualifying requirements stipulated hereunder.

7.1.1The Bidder should have executed the following works, within the preceding seven (7) years reckoned as on date of techno commercial bid opening:

(i)Concreting of 20,000 cu.m. in any one (1) year in a single contract, in the construction of Thermal Power Plant or Nuclear Power plant or Steel Plant and

(ii)(a) Fabrication of 7,000 MT of Steel Structures in any one (1)

year in a single contract, in the construction of Thermal Power Plant or Nuclear Power plant or Steel Plant and,

(b)Erection of 7,000 MT of Steel Structures in any one (1) year in a single contract, in the construction of Thermal Power Plant or Nuclear Power plant or Steel Plant.

7.1.2Bidder, who meets at least any one requirement listed under clause 7.1.1 above at (i) or (ii) (a) & (b) taken together can also participate, provided it associates with not more than one agency of repute, who should individually meet requirements of the balance relevant part under clause 7.1.1 above for which it is being associated and which the bidder itself is not able to meet. In such a case, bidder shall furnish, along with the bid, an undertaking jointly executed by it and its associate as per NTPC format enclosed in the bid documents for successful performance of the part of the contract for which it is associated. The joint deed of undertaking shall be submitted along with the bid, failing which the bidder shall be disqualified and its bid shall be rejected. Further, in case of award, the associate shall be required to furnish an On Demand Bank Guarantee for 5% (five percent) of that part of Contract Price for which the associate has been associated over and above the Security Deposit to be furnished by the Contractor.

Notes for clause 7.1.1 above:

i)The qualifying quantity for concreting can include concrete work for any permanent building & structure associated with Plants as specified at clause 7.1.1(i), however it shall necessarily include concrete work associated with TG building or the bunker building in case of Thermal Power Plant, TG building or the reactor structure in case of Nuclear Power Plant and Rolling Mill building in case of Steel Plant.

The quantities for fabrication & erection of steel structures can include steel structures for any permanent building & structure associated with Plants as specified at clause 7.1.1(ii), however it shall necessarily include steel structures associated with TG building or the bunker building in case of Thermal Power Plant, TG building in case of Nuclear Power plant and Rolling mill building in case of Steel Plant.

Page 3 of 6

The concreting & steel structures associated with the Gas Turbine or Steam Turbine building of a Gas based Power Plant will be accepted as qualifying work under Thermal Power Plant.

The quantity which does not include any one of above specified specific structures shall not be considered for qualification.

ii)The word “executed” means the bidder should have achieved the criteria specified in the above QR within the preceding seven year period even if the contract has been started earlier and / or is not completed / closed.

iii)The one (1) year period means any continuous 12 months period.

7.2.0Financial criteria:

(a)The average annual turnover of the Bidder, should not be less than

Rs. 1620 Millions (Indian Rupees One Thousand Six hundred and twenty 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.

(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

Page 4 of 6

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.

NOTES FOR CLAUSE 7.2.0 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.

8.0Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder/ his collaborators /

associates/ subsidiaries/ group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.

9.0NTPC 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.

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

Page 5 of 6

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.

11.0Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be qualified.

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

13.0Address for Communication:

DGM (CS-I) / Manager (CS-I) NTPC Limited,

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

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

Fax No.: +91-120-2410335, 2410011 Tel. No.: +91-120-4946684/ 4948690

e-mail: tapaskumarmazumdar@ntpc.co.in; vijayp@ntpc.co.in, Website: www.ntpc.co.in CIN: L40101DL1975GOI007966

Page 6 of 6