DETAILED INVITATION FOR BID
KHARGONE SUPER THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-9578-331(R1)-9
BALANCE WORK OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
1 OF 6
NTPC Limited
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
BALANCE WORK OF ASH DYKE PACKAGE
FOR
KHARGONE SUPER THERMAL POWER PROJECT (2x660 MW)
LOCATED AT P.O.: KHEDI(BUZURG), SO: BEDIYA, KHARGONE DISTRICT,
STATE OF MADHYA PRADESH, INDIA.
(Domestic Competitive Bidding)
IFB No.: 40077303 Date: 23.06.2017
Bidding Document No.: CS-9578-331(R1)-9
1.0 NTPC invites Online Bids on Single Stage Two Envelope bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for Balance
Work of Ash Dyke Package for Khargone Super Thermal Power Project (2x660 MW)
situated at Khargone district, state of Madhya Pradesh, as per scope of work mentioned
hereinafter. The estimated cost for the package is INR 11982.66 Lakh.
2.0 BRIEF SCOPE OF WORK
The scope of work includes construction of starter ash dyke, covering two storage
lagoons for BA & a common OFL and one storage lagoon & sedimentation basin for fly
ash disposal through High Concentration slurry disposal (HCSD). Construction of two well
type water escape structures & Spillways is also envisaged for decanting the slurry water
(if any) and rain water. Bituminous Inspection road all along the periphery of ash dyke
with provision of cross drain is also envisaged.
The detailed scope and description of work covered under this package has been
specified in relevant clauses of Part-A of Technical specifications.
3.0 NTPC intends to finance the Balance Work of Ash Dyke Package for Khargone Super
Thermal Power Project (2x660 MW) through Domestic Commercial Borrowings.
4.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available for examination and sale at the address given below and
as per the following schedule:
DETAILED INVITATION FOR BID
KHARGONE SUPER THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-9578-331(R1)-9
BALANCE WORK OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
2 OF 6
Issuance of IFB
23.06.2017
Sale of Bid Documents
23.06.2017 to 14.07.2017
Last date for receipt of queries from bidders (if
any)
18.07.2017
Pre-Bid Conference
18.07.2017
Last date for receipt of TechnoCommercial bid
(Envelope-I) and Price bid (Envelope-II)
04.08.2017 upto 1500 HRS(IST)
TechnoCommercial bid (Envelope-I) opening
Date & Time
04.08.2017 at 1530 HRS (IST)
Cost of Bidding Document
INR 9,000/- (Rupees Nine
Thousand only)
Date for opening of Price Bid (Envelope-II) shall be intimated separately after opening of
TechnoCommercial Bid (Envelope-I).
4.1 Prospective Bidders from U.P. State are compulsorily required to provide TIN number at
the time of purchase of bidding documents from office of NTPC.
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,66,29,000/- (Indian
Rupees Two Crore Sixty Six Lacs Twenty Nine 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.
6.0 BENEFITS / EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Ministry of Power (Govt. of India) has certified that Khargone Super Thermal Power
Project (2 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.
7.0 Qualification Requirements for Bidders
1.0.0 In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB
(Instructions to Bidders), the following shall also apply:
1.1.0 Bidder should have executed the following works within the preceding seven (7) years
reckoned as on the date of Techno-Commercial bid opening:
1.1.1 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,
DETAILED INVITATION FOR BID
KHARGONE SUPER THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-9578-331(R1)-9
BALANCE WORK OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
3 OF 6
1.1.2 A cumulative progress of at least 7.8 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:
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
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 1.1.2.
However, the depth of COT shall not be considered for the height calculation for
qualifying requirement under clause 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
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 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 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 clause 1.1.2 above the word “earthwork” shall mean
earth /ash. The quantity of earth work in filling only will be considered for
qualification.
DETAILED INVITATION FOR BID
KHARGONE SUPER THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-9578-331(R1)-9
BALANCE WORK OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
4 OF 6
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/ 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 1.1.2 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
1.1.2 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 1.1.1
above, unless the bidder has individually executed the work meeting the
requirement of Clause 1.1.1 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.
2.0.0 Financial criteria:
(a) The average annual turnover of the Bidder, should not be less than Rs. 664 Millions
(Indian Rupees six hundred sixty 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.
(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
DETAILED INVITATION FOR BID
KHARGONE SUPER THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-9578-331(R1)-9
BALANCE WORK OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
5 OF 6
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 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 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.
8.0 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.
DETAILED INVITATION FOR BID
KHARGONE SUPER THERMAL POWER PROJECT
(2X660 MW)
BIDDING DOCUMENT NO.: CS-9578-331(R1)-9
BALANCE WORK OF ASH DYKE PACKAGE
SECTION-I (IFB)
PAGE
6 OF 6
9.0 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 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.
Note: No hard copy of Bidding Documents shall be issued.
10.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered
to be qualified. Bids shall be submitted online 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, Deed of Joint Undertaking (if applicable) and Power of
Attorney separately offline as detailed in Bidding Documents by the stipulated bid
submission closing date and time at the address given below.
11.0 Address for communication:
AGM (CS-II) / Manager (CS-II)
NTPC Limited,
6th Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP),
INDIA Pin - 201 301.
Fax No.: +91-120 - 2410011 / 2410284
Tel. No.: +91-120 - 4948609/4946671
E-mail: ashokkumar06@ntpc.co.in / prathibameena@ntpc.co.in
Websites: www.ntpctender.com or www.ntpc.co.in
or https://etender.ntpclakshya.co.in
12.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966,
Website: www.ntpc.co.in