NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
4
th
Raising of Ash Dyke Lagoon V-2 at NTPC-Vindhyachal
(Estimated Cost: Rs.726.97 lacs)
1 | P a g e
1. NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of
work briefly mentioned hereinafter:
2. BRIEF SCOPE OF WORK
3. 4
th
Raising of Ash Dyke Lagoon V-2 at NTPC-Vindhyachal.
4. Brief Description of NIT
.
NIT No.
.
NTPC/VINDHYACHAL STPS/9900163781
.
Document Download / Sale Start Date
.
As per NIT/Tender Details
.
Document Download / Sale End Date
.
As per NIT/Tender Details
.
Source of IFB/NIT
.
Vindhyachal Super Thermal Power
.
Contract Classification
.
Services
.
Type Of Bidding
.
Single stage two envelopes bidding
.
Clarification Start Date
.
As per NIT/Tender Details
.
Clarification End Date
.
As per NIT/Tender Details
.
Bid Submission Start Date
.
As per NIT/Tender Details
.
Bid Submission End Date
.
As per NIT/Tender Details
.
Bid Opening Date
.
As per NIT/Tender Details
Cost of Bidding Documents in INR
.
5310.00
.
EMD in INR
.
1000000.00
.
Pre-Bid Conference Date & Time (if any)
.
Not Applicable
Note: Bidders are advised to download the Bid Documents well in advance, as no
clarification shall be permitted after clarification end date.
5. Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope
separately offline by the stipulated bid submission closing date and time at the address
given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable)
shall be treated as non-responsive by the employer and shall not be opened.
6. A complete set of Bidding Documents may be downloaded by any interested Bidder from
our NIC Portal (https://eprocurentpc.nic.in/nicgep/app). Tender fee (non-refundable) of
requisite value is to be paid in a separate envelope up to the time of scheduled Technical
BOD in the form of Pay order / demand draft / Bankers cheque in favour of NTPC Limited,
from any of Nationalized or Scheduled Bank, payable at Vindhyanagr/ Singrauli/ Waidhan
of MP of the cost of the documents. For logging on to the GePNIC Site, the bidder would
require user id and password, which can be obtained by enrolling at GePNIC site. First
time users not allotted any vendor code are advise to approach NTPC at least three
working days prior to Document download/Sale Close date along with duly filled in
questionnaire for issue of vendor code .
7. Companies having MSME/NSIC registration as per MSME Act 2012 will exempted from
submission of EMD and TENDER FEE, however the MSME Certificate to be should be
submitted offline/Online before schedule bid opening date and time.
NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
4
th
Raising of Ash Dyke Lagoon V-2 at NTPC-Vindhyachal
(Estimated Cost: Rs.726.97 lacs)
2 | P a g e
8. Any bid not accompanied by an acceptable earnest money deposit (EMD) or tender fee
in a separate sealed envelope offline shall be rejected by the employer as being non-
responsive and returned to the bidder without being opened
9. PERIOD OF CONTRACT.
Period of contract is 10 (ten) months.
10. Qualifying Requirements:
In addition to the requirements stipulated in bidding documents, the bidder should meet
the minimum qualifying requirements as stipulated here under:
1.0 Technical Criteria
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 or ash
dyke raising work of maximum height not less than 3.6 m, in one contract and,
1.1.2 A cumulative progress of at least 3.5 Lakh Cu.M of earthwork in earthen dam work or
ash dyke work or reservoir embankment or ash dyke raising work 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 requirements 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
NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
4
th
Raising of Ash Dyke Lagoon V-2 at NTPC-Vindhyachal
(Estimated Cost: Rs.726.97 lacs)
3 | P a g e
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 case 1.1.0 above, the word executedmeans 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 entire 3.6 m 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 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 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 Financial Criteria
2.0(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 that Rs.727 lakhs
(Rupees seven hundred and twenty seven lakhs only).
NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
4
th
Raising of Ash Dyke Lagoon V-2 at NTPC-Vindhyachal
(Estimated Cost: Rs.726.97 lacs)
4 | P a g e
2.0(b) The 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 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% 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.
2.0(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 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 Holding Company, as per the format enclosed in the
bidding documents, stating that the unaudited unconsolidated financial statements form
part of the consolidated annual financial statements of the Holding Company.
In case 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 practising
Chartered Accountant shall be considered acceptable. In case, Bidder is not able to
submit the certificate from practising Chartered Accountant certifying its financial
parameters, the audited results for 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 practising Chartered
Accountant certifying the financial parameters is not available.
2.0(d) In case the bidder does not satisfy the financial criteria, stipulated at Cl. 2.0 (a) above on
its own, its Holding Company would be required to meet the stipulated turnover
requirements at Cl. 2.0 (a) 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.
NOTE:
NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
4
th
Raising of Ash Dyke Lagoon V-2 at NTPC-Vindhyachal
(Estimated Cost: Rs.726.97 lacs)
5 | P a g e
(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.
11. Clarification on bidding documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as
mentioned in the bidding document.
The queries will be answered by NTPC and posted in the GePNIC Portal. The bidders can
view all queries and all answers once they are posted in the GePNIC Portal.
Note: Bidders are advised to download the Bid Documents well in advance as NO
CLARIFICATION SHALL BE PERMITTED AFTER CLARIFICATION END DATE.
12. Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
13. Package Coordinators of NTPC Vindhyachal :
i. Sh. A. K. Saha, Sr.Mgr.(CS)
Mobile: 9434751544, email: aksaha03@ntpc.co.in
ii. ShR L Paikra, DGM(CS)
Mobile No.: 9425823427, email id:ramlalpaikra@ntpc.co.in
14. Address for Communication:
AGM (CS)
NTPC Limited-VINDHYACHAL SUPER THERMAL POWER PROJECT
PO.VINDHYANAGAR, DIST. SINGRAULI(M.P) 486885.
AGM (CS)