DETAILED INVITATION FOR BIDS
KERENDARI ‘A’ COAL MINING
PROJECT
BIDDING DOCUMENT NO. CS-7012-155-9
COAL HANDLING PLANT PART-A
SECTION - I (IFB)
Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
COAL HANDLING PLANT PART-A PACKAGE FOR
KERENDARI ‘A’ COAL MINING PROJECT
LOCATED AT
STATE OF JHARKHAND, INDIA
(Domestic Competitive Bidding)
IFB No.: 40087777 Date: 21.09.2018
Bidding Document No.: CS-7012-155-9
1.0 NTPC invites online Bids on 'Single Stage Two Envelopes' bidding basis (Envelope-I: Techno-
Commercial Bid & Envelope-II: Price Bid) from eligible bidders for aforesaid Package as per the scope
of work briefly mentioned hereinafter:
2.0 BRIEF SCOPE OF WORK
The broad scope of work is as below:
Mechanical:
Coal Handling Plant which includes, preparation of ramps for trucks, construction of dump
hopper, crushing of Run Off Mine coal (1200mm) to -100mm, handling and transportation of
(-) 100mm size coal from Mine end up to a designate point by the cross-country pipe
conveyor system (1W +1S) along with associated systems like Dust Suppression System,
Service Water System, Potable water system, Firefighting detection & protection system, Air
conditioning and ventilation system etc.
Electrical:
Complete electrical including controls for monitoring of CHP operation, cabling, power &
control cables, switchgear, earthing, lighting etc. along with supporting structure and
associated civil / structural works.
In addition to above, bidder shall draw power at 33KV from NTPC feeders located at Main
receiving substation (MRSS) at Pagar which is around 5km away from KERENDARI ‘A’
COAL Mining Project by constructing 33KV Double circuit Transmission line (on 220KV
Monople tower) upto KERENDARI ‘A’ COAL Mining Project.
Civil & Structural:
Complete civil / structural works for dump hopper station with crushing arrangement, transfer
points, conveyor footings, conveyor galleries, CHP control room, MCC buildings, water
storage tanks for utilities and associated works.
DETAILED INVITATION FOR BIDS
KERENDARI ‘A’ COAL MINING
PROJECT
BIDDING DOCUMENT NO. CS-7012-155-9
COAL HANDLING PLANT PART-A
SECTION - I (IFB)
Page 2 of 4
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 at 11.0
and as per the following schedule:
Issue of IFB
21.09.2018
Sale of Bidding Documents
21.09.2018 to 28.09.2018 (upto 1730 hrs. IST)
Last date for receipt of queries from
bidders and pre bid conference
05.10.2018
Bid submission Date & Time
18.10.2018 up to 1430 Hrs (IST)
Technical Bid Opening Date & Time
18.10.2018 at 1500 Hrs (IST)
Price Bid Opening Date & Time
Shall be intimated separately by NTPC
Cost of Bidding Document
INR 22,500/- (Rupees Twenty Two
Thousand Five Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 10,00,00,000/- (Indian
Rupees Ten Crore only) in the form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE
AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
In addition to the requirements stipulated in Section Instructions to Bidders (ITB), the following
shall also apply:
1.0 Technical Criteria:
1.1 Bidder should have designed, manufactured/ got manufactured, erected and commissioned at
least one number bulk material handling plant (essentially comprising of pipe conveyor system)
including all associated structural steel works and electrical works of 800 metric tonnes per
hour rated capacity or above for coal/ other minerals which should have been in successful
operation for at least one (1) year prior to the date of Techno commercial Bid opening. The
one (1) year period means any continuous twelve (12) months period.
2.0 Financial Criteria:
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 3672 million (Indian
Rupees Three Thousand Six Hundred and Seventy Two millions only) or in equivalent foreign
currency.
In case the 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 requirements,
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
DETAILED INVITATION FOR BIDS
KERENDARI ‘A’ COAL MINING
PROJECT
BIDDING DOCUMENT NO. CS-7012-155-9
COAL HANDLING PLANT PART-A
SECTION - I (IFB)
Page 3 of 4
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.
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 does not meet 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 Subsidiaries of its Holding Companies
wherever applicable, In such a case, however 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:
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
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 the 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 statement of the Holding Company.
In case where audited results for the last financial year as on 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 nos 2.0 above
i. Net worth means the sum total of the paid up share capital and free reserves. 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.
DETAILED INVITATION FOR BIDS
KERENDARI ‘A’ COAL MINING
PROJECT
BIDDING DOCUMENT NO. CS-7012-155-9
COAL HANDLING PLANT PART-A
SECTION - I (IFB)
Page 4 of 4
iii. “Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them
as per Companies Act of India.
iv. For annual Turnover indicated in foreign currency, the exchange rate as on seven (7)
days prior to the date of Techno commercial Bid opening shall be used.
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 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.
9.0 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, Joint Deed of Undertaking (if applicable) and Power of Attorney & Integrity
Pact separately offline as detailed in Bidding Documents by 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:
Manager (Contract Services-III) / Sr. Manager (Contract Services-III)/ AGM (CS-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
Tele. No. +91-120-3778608/ 3776605/3778693
e-mail: guruduttasharma@ntpc.co.in / gsrandhawa@ntpc.co.in /sprasad01@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.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