Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
BALANCE WORKS OF STARTER ASH DYKE PACKAGE
FOR
BARH SUPER THERMAL POWER PROJECT, STAGE-II (2X660 MW)
LOCATED AT
PATNA DISTRICT, STATE OF BIHAR, INDIA.
(Domestic Competitive Bidding)
IFB No.: 40087374 Date: 02.05.2018
Bidding Document No.: CS-9560-331(R)-9
1.0 NTPC Ltd. invites online Bids on ‘Single Stage Two Envelope’ bidding basis
(Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible Bidders
for aforesaid Package.
2.0 BRIEF SCOPE OF WORK
The work includes the construction of balance works of starter ash dyke covering
two storage lagoons, which will be constructed with earth as main construction
material. The work also involves well type water escape structures for discharging
decanted water into the existing overflow lagoon (OFL).
The detailed scope and description of work covered under this package has been
specified in relevant clauses of Part-A of Technical specifications.
Detailed scope of work has been specified in the bidding documents.
3.0. NTPC intends to finance subject Package through Domestic Commercial
Borrowings/Own sources.
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:
Bidding Document No.
:
CS-9560-331(R)-9
Bidding Document Sale Date &
Time
:
From 03.05.2018 to 10.05.2018
upto 1730 Hrs. (IST)
Last date for receipt of queries
from bidders (if any)
:
16.05.2018
Bid Receipt Date & Time
:
Upto 30.05.2018 by 1430 Hrs. (IST)
Bid Opening Date & Time for
Techno-Commercial Bid
:
30.05.2018 at 1500 Hrs. (IST)
Bid Opening Date & Time for
Price Bid
:
Shall be intimated separately by NTPC.
Page 2 of 5
Cost of Bidding Document
:
INR 9,000/- (Indian Rupees Nine Thousand
only) per set.
5.0 Bid Security for an amount INR 50,00,000/- (Indian Rupees Fifty Lakh only) shall
be submitted offline prior to date and time for online bid submission. IF ANY BIDDER
DOES NOT SUBMIT ACCEPTABLE BID SECURITY IN A SEPARATE SEALED
ENVELOPE PRIOR TO THE DATE AND TIME FOR ONLINE OPENING BID
SUBMISSION, HIS BID SHALL BE REJECTED BY THE EMPLOYER AS BEING
NON-RESPONSIVE AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS
6.1.0.0 In addition to the satisfactory fulfillment of the requirements stipulated under Section
SCC (Special Condition of Contract), the following shall also apply:
6.1.1.0 Bidder should have executed the following works within the preceding seven (7) years
reckoned as on the date of Techno-Commercial bid opening:
6.1.1.1 At least one earthen dam work or ash dyke work or reservoir embankment work of
maximum height not less than 8.5 m, in one contract and,
6.1.1.2 A cumulative progress of at least 2.0 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 6.1.1.2 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 6.1.1.2.
However, the depth of COT shall not be considered for the height calculation
for qualifying requirement under clause 6.1.1.1.
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 6.1.1.1. For example where the contract is for raising
an embankment, only the raising portion shall be considered and not the
earlier starter dyke.
Page 3 of 5
e) In clause 6.1.1.0 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 6.1.1.1 above, Bidder should have constructed full 8.5m 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 6.1.1.2 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/ 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 6.1.1.2 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 6.1.1.2 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 6.1.1.1 above, unless the bidder has
individually executed the work meeting the requirement of Clause 6.1.1.1
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.
6.2.0.0 Financial criteria:
(a) The average annual turnover of the Bidder, should not be less than Rs. 376 Millions
(Indian Rupees Three hundred seventy six 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
Page 4 of 5
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 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 6.2.0.0 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.
Page 5 of 5
(ii) Other income shall not be considered for arriving at annual turnover.
7.0 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.
8.0 A complete set of Bidding Documents may be purchased by any interested Bidder on
payment (non-refundable) of the cost of documents as mentioned above in the form
of a Crossed Account Payee Demand Draft in favour of “NTPC Limited”, payable at
New Delhi or directly through the payment gateway at our e-Tender Site
(https://etender.ntpclakshya.co.in). For logging on to the e-Tender Site, the Bidder
would require User ID and Password which can be obtained by submitting a
questionnaire available at our e-Tender 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 issuance of User ID and Password.
Note: No hard copy of Bidding Documents shall be issued.
9.0 Issuance of Bidding 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, Power of Attorney, Integrity Pact / Deed of
Joint Undertaking/JV Agreement (as applicable) in physical form as detailed in
Bidding Documents before the stipulated bid submission closing date and time at the
address given below.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 Address for communication:
Sr. Manager (Contract Services-I) / DGM (Contract Services-I)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.-Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410035/ 2410011
Tele. No. +91-120-4948616/ 4946647
e-mail: arvindkumar01@ntpc.co.in / vijaysolanki@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com
or www.ntpc.co.in