DETAILED INVITATION FOR BID
Darlipali Super Thermal Power Project,
Stage-I (2X800MW)
Bidding Document No. : CS-9549-364B-9
Additional Township Package
SECTION-I (DETAILED IFB)
PAGE
1 OF 6
NTPC Limited
(A GOVT. OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
For
Additional Township Package
For
Darlipali Super Thermal Power Project, Stage-I (2x800 MW)
P.O. NTPC Darlipali(S.O.), District - Sundargarh, State of Odisha, India
(Domestic Competitive Bidding)
IFB No.: 40087579 Date.10.07.2018
BIDDING DOCUMENT No.: CS-9549-364B-9
1.0 NTPC Limited invites online bids on Single Stage Two Envelope bidding basis
(Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for
Additional Township Package for Darlipali Super Thermal Power Project, Stage-I (2X800MW)
located at Darlipali, District Sundargarh, State of Odisha, India, as per the Scope of Work
mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The brief scope of work under this package shall include the following facilities
(Residential & Non-Residential buildings, All works including Civil, Electrification, lifts, piping,
fire fighting etc.).
Sl.No. Description
No.of
Blocks/Details
1
B-Type (Stilt +7) – 112 DUs
2
2
D-Type 48DUs
6
3
HOP Residence / GM’s Residence
4
4
Training Centre
1
5
Training Hostel
1
6
Hospital
1
7
Bal Bhawan Ladies Club & Nursery School
1
8
Higher Secondary School
1
9
Guest House Expansion
1
10
Shopping Centre
1
11
Union & Association Office
1
12
Community Centre
1
13
Executive Club
1
14
Swimming Pool
1
DETAILED INVITATION FOR BID
Darlipali Super Thermal Power Project,
Stage-I (2X800MW)
Bidding Document No. : CS-9549-364B-9
Additional Township Package
SECTION-I (DETAILED IFB)
PAGE
2 OF 6
15
Stadium
1
16
Auditorium
1
17
Electrification Works
18
Fire Fighting System
19
HVAC / AC Works
20
Elevators
The facilities indicated above are indicative and may be changed during construction.
3.0 Employer intends to finance the subject package through Domestic/ Own Resources.
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:
Bid Document No.: : CS-9549-364B-9
Bid Document Sale Date : From 10.07.2018
& Timing up to 17.07.2018, 1700 hrs (IST)
Last Date for receipt of : 24.07.2018 up to 1000 hrs (IST)
Queries for Clarification
from prospective Bidders (if any)
Pre Bid Conference date & time : 24.07.2018 from 1030 hrs (IST)
Bid comprising of Techno- : Up to 1430 hrs (IST) on 10.08.2018.
Commercial proposal and price
Proposal Receipt Date & Time
Date & Time of opening of : 10.08.2018 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/- (India Rupees Nine Thousand Only)
Estimated Cost of Work : 11701.42 Lakhs (excluding GST)
5.0 Bid Security for an amount of 2,00,00,000/- (Indian Rupees Two Crores 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.
DETAILED INVITATION FOR BID
Darlipali Super Thermal Power Project,
Stage-I (2X800MW)
Bidding Document No. : CS-9549-364B-9
Additional Township Package
SECTION-I (DETAILED IFB)
PAGE
3 OF 6
6.0 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Darlipali Super Thermal Power Project (2X800 MW) has been declared a Mega Power
Project by Ministry of Power, Govt. of India. Accordingly, supplies of goods for this package
shall be eligible for the benefits / exemptions as per provisions of relevant policy &
Notifications of Govt. of India.
7.0 Qualifying Requirements
The bidder should meet the minimum Qualifying Requirements as stipulated here under:
7.1.0 Technical Criteria for Qualification:
7.1.1 The bidder should have executed within the preceding 7 (seven) years reckoned as on the
date of Techno commercial Bid Opening, works comprising RCC framed Residential / Non
residential building of five (5) storeys or more including civil and finishing, Internal
electrification, Plumbing and Sanitary meeting the following criteria:
(a) Atleast one work having minimum total built-up area of 38600 Sqm.
Or
(b) Atleast two works, each having minimum total built-up area of 24100 Sqm.
Or
(c) Atleast three works, each having minimum total built-up area of 19300 Sqm.
NOTES for clause 7.1.1 above:
1) The word “executed” means;
The bidder should have successfully completed the work(s) and submit the
completion certificate for the same.
Or
Should have achieved completion of at least 75% of the contract value. In
support of which, the bidder shall submit the copy of last bill passed.
2) The work completed in the preceding seven (7) years reckoned as on the
date of techno commercial bid opening even if it has been started earlier, will
also be considered as meeting the qualifying requirements.
3) In case the reference work(s) contains multiple buildings of different storeys,
then the area of all the buildings shall be considered for total built up area,
provided
a) Atleast one reference work contains buildings of five (5) storeys or more
meeting the technical criteria in clause 7.1.1 above.
And
DETAILED INVITATION FOR BID
Darlipali Super Thermal Power Project,
Stage-I (2X800MW)
Bidding Document No. : CS-9549-364B-9
Additional Township Package
SECTION-I (DETAILED IFB)
PAGE
4 OF 6
b) Cumulative built-up area of all buildings of five (5) storeys or more in
single or multiple reference works is atleast 6000 Sqm.
4) Reference work means work executed in single premises, i.e. a building
complex with constructions in contiguous land parcels at particular location
in one or more contracts.
a) The reference works executed by the bidder’s group company /
subsidiary company shall not be considered for meeting the qualifying
requirements by the bidder.
b) 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.
c) Reference work 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 JV
Agreement 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 provision of Qualifying Requirement.
7.2.0 Financial Criteria for Qualification:
7.2.1 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 INR 69.03
Crores (Indian Rupees Sixty Nine Crores Three Lakhs only).
In case a Bidder does not satisfy the average annual turnover criteria, stipulated
above on its own, its Holding Company would be required to meet the stipulated
turnover requirement 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 should not be less than 100% (hundred percent) of the bidder's paid up
share capital as on the last day of the preceding financial year. In case the Bidder
meets the requirement of Net worth based on the strength of its Subsidiary (ies) and
/ or Holding Company and / or Subsidiaries 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% (hundred percent) of their total paid up share capital.
However, individually, their Net worth should not be less than 75% (seventy five
percent) of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
DETAILED INVITATION FOR BID
Darlipali Super Thermal Power Project,
Stage-I (2X800MW)
Bidding Document No. : CS-9549-364B-9
Additional Township Package
SECTION-I (DETAILED IFB)
PAGE
5 OF 6
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.
7.2.3 In case the Bidder is not able to furnish its audited financial statements on standalone
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 with the bidding documents stating that the unaudited unconsolidated
financial statements form part of the consolidated financial statements of the
Holding 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
i) Net worth means the sum total of the paid up share capital and free reserve.
Free reserve 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.
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.
DETAILED INVITATION FOR BID
Darlipali Super Thermal Power Project,
Stage-I (2X800MW)
Bidding Document No. : CS-9549-364B-9
Additional Township Package
SECTION-I (DETAILED IFB)
PAGE
6 OF 6
9.0 Employer 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
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 Bidding 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:
AGM (Contract Services-III) / Sr Manager (Contract Services-III)
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 - 2410011
Tel. No.: +91-120 4948659/ 4948668
e-mail: atulagrawal@ntpc.co.in/ shrishksingh@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com
CIN: L40101DL1975GOI007966