Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 1 of 7
PATRATU VIDYUT UTPADAN NIGAM LTD.
(A subsidiary of NTPC in Joint Venture with JBVNL)
INVITATION FOR BIDS (IFB)
FOR
RESTORATION AND STRENGTHENING OF EXISTING ASH DYKE
II FOR PATRATU SUPER THERMAL POWER PROJECT, PHASE-I
(3 x 800 MW)
IFB No: CS-9585-331(B)-9
पतरातु
PATRATU
Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 2 of 7
PATRATU VIDYUT UTPADAN NIGAM LIMITED
(A subsidiary of NTPC Limited in joint venture with JBVNL)
Administrative Building, PO-PTPS Patratu, Dist.: Ramgarh, Jharkhand-829119
INVITATION FOR BIDS (IFB)
FOR
RESTORATION AND STRENGTHENING OF EXISTING ASH DYKE II
FOR
PATRATU SUPER THERMAL POWER PROJECT, PHASE-I (3 x 800 MW)
(Domestic Competitive Bidding)
IFB No: CS-9585-331(B)-9 Date:27.04.2018
1. Patratu Vidyut Utpadan Nigam Limited (hereinafter called “PVUNL” or “PVUN Limited” or
“Employer” invites off-line Single Stage: Two Envelope bids from eligible Bidders for the
aforesaid package, as per the scope of work briefly mentioned hereinafter:
2. Brief Scope of Work & Other Specific Details:
The scope of work, in brief, includes the following:
Removing of damaged dyke portion, removal of ash in upstream side, scrapping &
preparation of foundation for dyke, dyke formation, formation of sand blanket & sand
chimney, turfing of downstream dyke slope brick masonry work in step & slope drain, toe
protection with drain, WBM road on top of Dyke, construction of spillways, dismantling of
existing RR masonry etc. as specified in the Bidding Documents.
The detailed scope of work is given in the Bidding Documents. The entire work is to be
performed as per bill of quantities (DSR items and non DSR items), tender drawing,
technical specifications, other tender documents, detailed working drawings issued by
the owner and as per direction of Engineer in Charge.
3. BENEFITS/EXEMPTION TO SUPPLIES: NIL
4. 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:
IFB No.
CS-9585-331(B)-9
IFB Date
27.04.2018
Bidding Documents Sale commencement
Date & Time
28.04.2018, 10:00:00 hrs
Bidding Documents Sale Closing Date &
Time
19.05.2018, 16:30:00 hrs
Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 3 of 7
5. Bid Security / EMD is to be paid in the form of Banker’s Cheque / Demand Draft drawn in
favour of “Patratu Vidyut Utpadan Nigam Ltd.” Payable at SBI Patratu, Branch
Code:2992, Dist.: Ramgarh, Jharkhand
Or
An irrevocable Bank Guarantee in favour of Patratu Vidyut Utpadan Nigam Ltd. from a
bank listed in Bidding Documents as per the pro-forma provided therein.
Bid Security/EMD of inadequate value / unacceptable format or deficient in any other
manner shall not be accepted and such bids shall be returned unopened.
“Bid Security”, “No Deviation Certificate” and “Certificate of Compliance on
Qualifying Requirement” shall be submitted in separately sealed envelopes along with
the bid. Any bid without these instruments/documents shall be treated as non-
responsive by the Employer and shall be returned unopened.
6. A complete set of Bidding Documents may be downloaded/purchased (Soft Copy) by
any interested Bidder on payment (non-refundable) of the cost of the documents as
mentioned above in the form of a demand draft in favour of “Patratu Vidyut Utpadan
Nigam Ltd.” Payable at SBI Patratu, Dist.: Ramgarh, Jharkhand. To avoid postal
delays/loss in transit of Demand Draft for which PVUNL shall not be responsible in
any manner whatsoever, the interested bidders may also directly pay through the
payment gateway at NTPC website (www.ntpctender.com) and download the documents
by logging into NTPC website. For this purpose the bidder would require User ID
and Password which can be generated by the bidder at the NTPC website by
registering himself/ herself, a onetime process. The downloaded documents can
be used for bidding purpose.
Source IFB
PATRATU VIDYUT UTPADAN NIGAM
LIMITED (PVUNL)
Administrative Building,
PO-PTPS Patratu, Dist: Ramgarh,
Jharkhand-829119
Source of Funding
Own resources
Contract Classification
Works Contract
Last Date and Time for Bids(Techno-
Commercial & Price) Submission
31.05.2018, 11:00:00 hrs
Techno-Commercial Opening Date & Time
31.05.2018, 11:30:00 hrs.
Cost of Bidding Documents in INR
INR 5,310/-(Including GST @ 18%)
Bid Security / EMD in INR
INR 20,00,000/- (India Rupees Twenty
Lakh Only)
Pre-bid Conference
Not applicable
Last date for Queries
10 days prior to Technical Bid Opening
Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 4 of 7
7. Qualifying Requirements:
In addition to the satisfactory fulfilment of the requirement stipulated under
section ITB (Instructions to Bidders), the following shall also apply:
7.1.0 Technical Criteria:
7.1.1 The bidder should have executed the earthen dam work or ash dyke work or reservoir
embankment work or canal / earth embankment work or bridge work in any NTPC
station/SEB/Govt./Semi Govt./PSU/ “NSE or BSE enlisted Company” within the
preceding seven (7) years prior to the date of Techno-Commercial bid opening as per
the following criteria:
One order of value not less than Rs. 859.09 Lakhs
Or
Two orders of value not less than Rs. 536.93 Lakhs each
Or
Three orders of value not less than Rs. 429.55 Lakhs each
7.1.2 A cumulative progress of at least 2.0 lacs Cu.M of earth work in earthen dam work or
ash dyke work or reservoir embankment work or canal/ earth embankment work or
bridge work in any one (1) year period, against above referred order(s).
Notes for Technical Criteria:
a)
In Cl. 7.1.2, Earth work means excavation, filling of earth/ash as individual or in
cumulative quantity against the order(s) in Cl. 7.1.1.
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)
In clause 7.1.1 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.
d)
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.
e) 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.
Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 5 of 7
7.2.0 Financial Criteria:
a) The average annual turnover of the Bidder, in the preceding three (3) financial years as
on the date of Techno-Commercial bid opening should not be less than Rs.1073.86
Lakhs (Indian Rupees One Thousand Seventy Three Lakhs Eighty Six Thousands 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.
b) The Net Worth of the Bidder as on the last day of the preceding financial year, of the
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. For Consortiums/Joint Ventures, wherever applicable, the Net
Worth of all Consortium/Joint Venture members in combined manner should not be less
than 100% of their 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 the 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 Holding Company.
Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 6 of 7
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 also 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 Financial Criteria:
(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.
(iii) “Holding Company” and “Subsidiary Company” shall have the meaning ascribed
to them as per Companies Act of India.
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.
8. Following credentials are to be submitted by the bidders along with Bidding Documents
in support of meeting the qualifying requirements for the subject package.
a) Legible copies of documents such as Award Letter/ Work Order/Contract Agreement,
Bill of Quantities, Completion Certificate, Copy of Owner certified Measurement
Book(s) (MB/Bills/Receipts), etc. in proof of scope of work, value, period of execution
of work, etc. clearly bringing out the details as specified in the Qualifying
Requirement
b) Audited Balance sheet and Profit & Loss account for last three financial years.
c) Any other document in support of meeting QR.
d) Copy of Partnership deed/Affidavit for proprietorship/Certificate of incorporation.
e) Copy of PF code Registration Number.
f) Copy of PAN Registration
g) GST Registration.
h) ESI (Employee State Insurance) Registration
9. Documents submitted by the Bidders must be complete, legible and comprehensive.
PVUNL reserves the right to discard incomplete/insufficient/illegible documents and
Package: Restoration and Strengthening of Existing Ash Dyke II
Project: Patratu STPP, Phase-I (3x800 MW)
Bidding Doc No :CS-9585-331(B)-9
Sec-I-Detailed IFB
Page 7 of 7
evaluate tenders on the basis of balance documents available with the bid which are
comprehensible, relevant & acceptable. Any misleading/ misrepresentation/
suppression of the information if found at stage during the tendering process or
execution of contract shall result in rejection of the bid/termination of contract in addition
to other actions as specified in Bidding documents.
10. ESI (Employee’s State Insurance) Act is applicable in PVUNL, Jharkhand and needs to
be complied by the contractor during execution of contract. No separate payment shall
be made on this account and accordingly the financial liabilities arising out of the same
shall be considered by the bidders in their price bid.
11. Issuance of Bidding Documents to any bidder shall not construe that such Bidder is
considered to be qualified. Bidding documents are not transferable.
12. PVUNL shall not be responsible for any postal delay / loss / damage or non delivery of
demand
Draft or Bidding Documents or bid.
13. PVUNL reserves the right to reject any or all bids or cancel/ withdraw the IFB for the
subject package without assigning any reason whatsoever and in such case no
bidder/intending bidder shall have any claim arising out of such action. EMD without
interest shall be returned without any additional financial liability to PVUNL.
14. Address for Communication:
AGM(C&M),
PATRATU VIDYUT UTPADAN NIGAM LIMITED,
Administrative Building,
P.O - PTPS, Distt: Ramgarh, Jharkhand
PIN – 829119,
Mobile: 9650992870/9650996781
Emails: skdaskayasth@ntpc.co.in / awanishkumar01@ntpc.co.in
Websites: www.ntpctender.com