NTPC DADRI
CONTRACTS & MATERIALS DEPARTMENT
INVITATION FOR BIDS (IFB)
FOR
“Balance civil works of Raw water Reservoir at NCPS Dadri.”
LOCATED AT
GAUTAMBUDHNAGAR, UTTAR PRADESH
Details of NIT/ BID No.
Tender ID: 2018_NTPC_13703_1
1.0. NTPC invites on-line bids for aforesaid package, as per the scope of work briefly
mentioned hereinafter:
2.0. Brief Details
Tender ID
2018_NTPC_13703_1
Source IFB/ NIT
NTPC DADRI
Contract Classification
Works contract
Estimated Cost INR
Rs.1909.71 Lakhs
Cost of Bidding documents in INR
Rs. 10,620.00
EMD in INR
Rs 20,00,000.00/-
Last Date and Time for Bid Submission
As per web NIT
Technical bid opening date & time
As per web NIT
Price Bid Opening Date & Time
Shall be intimated later
Last Query Date (if any)
As per web NIT
3.0. Tender fee of Rs. 10,620.00/- in form of DD/BC and Bid Security i.e EMD-Rs 20.00 Lakhs in
form of DD/BC/BG and IntegrityPact (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 tender fee and Bid Security and Integrity Pact (if applicable) shall
be treated as non-responsive by the employer and shall not be opened.
4.0. A complete set of Bidding Documents may be downloaded by any interested Bidder at our GEPNIC
Site (https://eprocurentpc.nic.in/nicgep/app). And have to payment (non-refundable) of the cost of
the documents as mentioned above in the form of a crossed account Payee demand draft/BC and
EMD in the form of a crossed account Payee demand draft/BC/BG in favour of NTPC Ltd., Payable
at Vidyut Nagar Or Ghaziabad.
5.0. First time users not allotted any vendor code are required to approach NTPC at least ten
working days prior to Document Sale Close date and submit following details.
5.1 For creation of vendor code:
i) Copy of GST Registration, PAN no.,
ii) Valid email ID
iii) Address Proof
iv) Cancel cheque & E.F.T(to be verified by bank)
Note: Format of E.F.T (Electronic Fund Transfer) is attached along with tender documents
5.2 For registration in GEPNIC(Govt Eprocurement National Informatics Centre)
i) Go to site: https://eprocurentpc.nic.in/nicgep/app
ii) Click on Online bidder enrollment & fillup your details
iii) Send the copy of registration in Gepnic at following Address.
Sr. Manager (Contracts),NTPC LTD
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008,Telephone No.: 0120-2670132
Email: mukeshkumar@ntpc.co.in
6.0. Brief Scope of Work & other specific detail of “Balance civil works of Raw water Reservoir at
NCPS Dadri(attached in tender).
7.0. Qualifying Requirements for Bidders:
Bidder should meet the QR stipulated hereunder:
7.1 Bidder should either be a Company Registered under the Companies Act, 1956 &
subsequent amendments or a partnership/ proprietorship firm.
7.2 Technical Criteria:
7.2.1 Bidder should have executed the following works within the preceding seven (7) years
reckoned as on the date of Techno-Commercial bid opening:
7.2.2 At least one earthen dam work or reservoir embankment work or ash dyke work of
maximum height not less than 7.5 m, in one contract and,
7.2.3 A cumulative progress of at least 5.5 Lakhs Cu.M of earthwork in earthen dam work or
reservoir embankment work or ash dyke 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, reservoir embankments and ash dykes, 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
7.2.3 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 dam / reservoir embankments/dyke, the height and quantities shall be considered
above formation level up to the top of dam/reservoir embankments/dyke 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 dam/reservoir
embankments/dyke formation. The earth work in cut off trench (COT) shall be
included for quantity estimation for qualifying requirement under clause 7.2.3.
However, the depth of COT shall not be considered for the height calculation for
qualifying requirement under clause 7.2.2.
d) Wherever the earthen dams, reservoir embankments and ash dykes 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 7.2.2 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 clause 7.2.1 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.
f) In clause 7.2.2 above, Bidder should have constructed entire 7.5 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 7.2.3 above the word “earthwork” shall mean earth/ash.
The quantity of earth work in excavation and filling 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 1.3 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 1.3 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 1.2 above, unless the bidder has individually executed the work meeting the
requirement of clause 1.2 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.
7.3 Financial criteria
7.3.1 The average annual financial turnover of the bidder in the preceding three (3)
financial years as on techno commercial bid opening date shall not be less than Rs.
1273.14 Lakhs.
7.3.2 The Bidder should have successfully executed contract as detailed in Clause 7.2 Technical
Criteria, of the following values as on the date of Techno commercial bid opening:
i) One similar order valuing not less than Rs.1527.77 Lakhs OR
ii) Two similar orders each valuing not less than Rs. 954.86 Lakhs OR
iii) Three similar orders each valuing not less than Rs. 763.88 Lakhs
Note:
a. Techno commercial bid opening date refers to the FIRST scheduled technical bid
opening date.
b. The word “executed” mentioned above means the bidder should have achieved the
criteria specified above, even if the total contract is started earlier and/or is not
completed/closed.
c. In case of orders under execution, the value of work executed till the last day of the
month previous to the NIT publication as certified by the client shall be considered.
d. 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:
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
e. In cases where audited results for the last financial year as on the date of Techno
Commercial bid opening are not available:
i) The financial results certified by a practicing Chartered Accountant shall be
considered acceptable.
ii) 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.
f. 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 furnishes the following further documents
on 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 bid documents, stating that the unaudited unconsolidated financial
statements form part of the Consolidated Annual Report of the Company
g. 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.
h. Other income shall not be considered for arriving at annual turnover.
7.4 Bidder should have a valid provident fund code number and Income Tax permanent
account Number (Pan).
7.5 The bidder should have GST Registration.
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.
9.0. DOCUMENT TO BE SUBMITTED WITH TECHNICAL BID:
Legible copies of the following documents duly signed by the authorized
representative of the bidder are to be submitted in support of the qualifying
requirements along with technical bid.
a) Award letter / work order with bill of quantities ii) proof of value of work executed as
mentioned at (b) below:
b) Documentary evidence issued by the employer as proof of value of work executed
clearly indicating i) the executed value of the work and ii) period (giving start date
and end date) during which the work has been executed, in the form of job
completion certificate/ final deviation order / copies of measurement book (R/A
bills). An employer means Public Sector Undertaking/ Government / Semi-
Government Organization or a reputed Private Organization / Company.
c) Audited balance sheet & profit and loss account of last three financial years .
d) Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of
association etc with latest changes, if any.
e) Copy of Power of Attorney of Authorized Signatory (if applicable).
f) The bidder should have independent P.F. code number allotted by Regional Provident
Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with
technical bid.
g) Copy of GST No. & PAN.
10.0. Technical Bid submission:
a) This is an E-tender case and bidders shall submit bid (Technical Bid & Price Bid) in ONLINE
ONLY. Bids sent in physical form thru any other means/ media is not at all acceptable & it may
be liable to be rejected.
b) Acceptance of Fraud prevention Policy guarantee and other Terms & conditions etc, along with
nil deviation statement & letter of undertaking are to be uploaded and signed digitally.
c) All the bid related documents viz. technical bid, QR etc are to be uploaded with your digital
signatures in the tender document in relevant cover.
11.0. Tender fee, EMD , Letter of Undertaking(LOU) & Nil deviation certificate Documents
a) Tender fee in form of DD/ BC and EMD in form of DD/BC/BG is to be submitted in sealed
envelope in Physical Form / Offline by the stipulated bid submission date and time.
b) Letter of undertaking and Nil deviation is to be submitted through online and digitally signed.
c) Above sealed envelope must be super scribed with NIT No, Date of Opening (Technical),
sender’s Name and Address.
d) Technical Bid / Price Bid of the Bidders who have not submitted requisite amount of tender
fee in form of DD/ BC, EMD (in form of DD/BC/BG), LOU& Nil deviation Certificate
online or / and who do not satisfy the Qualifying Requirements shall not be considered.
e) All the documentary evidence like PAN, PF registration number, QR relevant document should
be uploaded online and signed digitally.
f) NTPC will not be responsible in any way for late receipt of Tender Fee & EMD (i.e in form of
DD/BC/BG) due to any postal delay or delay in any form in transit.
12.0. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
13.0. The contracting agencies shall also comply and meet all the requirements of SA-8000-2008
standard. NTPC will verify the same through planned monitoring.
14.0. NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT 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.
15.0. In case of any difficulty for tender submission, below mentioned officer(s) may be contacted
1. Mukesh Kumar Sr.Manager(CS)
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008
Telephone: 01202805809
Email: mukeshkumar@ntpc.co.in
3.0 A.K.Sinha,AGM(C&M)
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008,
Telephone No.: 0120-2805603
Email:aksinha03@ntpc.co.in