DETAILED INVITATION FOR BID
MEJA THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-0360-331(R2)-9
BALANCE WORKS OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
1 OF 6
NTPC Limited
(A GOVERNMENT OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
BALANCE WORKS OF ASH DYKE PACKAGE
FOR
MEJA THERMAL POWER PROJECT (2X660 MW)
OF
MEJA URJA NIGAM PRIVATE LIMITED
(A JOINT VENTURE COMPANY BETWEEN NTPC LTD. & UPRVUNL)
AT
MEJA DISTT ALLAHABAD,
STATE OF UTTAR PRADESH, INDIA
(Domestic Competitive Bidding)
IFB No.: 40077403 Date: 23.06.2017
BIDDING DOCUMENT No.: CS-0360-331(R2)-9
1.0 Meja 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.
2.0 NTPC 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.
3.0 BRIEF SCOPE OF WORK
The scope of work includes construction of starter ash dyke, covering two storage lagoons
and one common over flow lagoon for Bottom ash slurry disposal and one storage lagoon &
sedimentation basin for fly ash disposal by HCSD system. Construction of two well type water
escape structures & Spillways is envisaged for decanting the water.
The detailed scope and description of work covered under this package has been specified
in relevant clauses of Part-A of Technical specifications.
4.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available for sale as per the following schedule:
DETAILED INVITATION FOR BID
MEJA THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-0360-331(R2)-9
BALANCE WORKS OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
2 OF 6
Bid Document No. : CS-0360-331(R2)-9
Bid Document Sale Date : From 27.06.2017 to 14.07.2017
& Timing up to 1700 hrs(IST)
Last Date for receipt of : 17.07.2017 up to 1500 hrs.
Queries for Clarification
from prospective Bidders
Pre-Bid Conference : 17.07.2017 from 1500 hrs onwards.
Date & Time
Bid comprising of Techno- : Up to 28.07.2017 by 1430 hrs (IST)
Commercial proposal and price
Proposal Receipt Date & Time
Date & Time of opening of : 28.07.2017 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 : 111.93 Crore
5.0 Prospective Bidders from U.P. State are compulsorily required to provide TIN number at
the time of purchase of bidding documents.
6.0 Bid Security for an amount equivalent to 2,48,74,000/- (Rupees Two Crore Forty Eight
Lakh Seventy 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 sealed envelope shall be rejected by Employer as
being non-responsive and shall not be opened.
7.0 Qualifying Requirements for Bidders:
In addition to the satisfactory fulfilment of the requirements stipulated under Section ITB
(Instructions to Bidders), the following shall also apply:
7.1 Bidder 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 At 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,
7.1.2 A cumulative progress of at least 8.4 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.
Notes: The following notes (a to j) explain in detail the intention of various terms in qualifying
requirements:
DETAILED INVITATION FOR BID
MEJA THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-0360-331(R2)-9
BALANCE WORKS OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
3 OF 6
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 7.1.2 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 7.1.2.
However, the depth of COT shall not be considered for the height calculation for qualifying
requirement under clause 7.1.1.
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. 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 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 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 clause 7.1.2 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 break-up of
quantities executed by them as individual contribution in the Joint Venture / Consortium/
DETAILED INVITATION FOR BID
MEJA THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-0360-331(R2)-9
BALANCE WORKS OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
4 OF 6
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 7.1.2 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 7.1.2 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 above, unless the bidder has individually
executed the work meeting the requirement of Clause 7.1.1 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 Financial criteria:
7.2.1 The average annual turnover of the Bidder, should not be less than Rs. 624 Millions
(Indian Rupees six hundred twenty Four 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.
7.2.2 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
DETAILED INVITATION FOR BID
MEJA THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-0360-331(R2)-9
BALANCE WORKS OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
5 OF 6
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.
7.2.3 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.
NOTES FOR CLAUSE 7.2 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 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.
8.0 Notwithstanding 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.
9.0 NTPC 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.
10.0 A 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
DETAILED INVITATION FOR BID
MEJA THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-0360-331(R2)-9
BALANCE WORKS OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
6 OF 6
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.
11.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to
be qualified.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
13.0 Address 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/ 4946669
e-mail: tapaskumarmazumdar@ntpc.co.in; sdebroy@ntpc.co.in,
Website: www.ntpc.co.in CIN: L40101DL1975GOI007966