INVITATION FOR BIDS
STARTER ASH DYKE PACKAGE FOR BARAUNI
THERMAL POWER PROJECT (2x250MW)
BIDDING DOCUMENT NO. CS-8004-331-9
SECTION - I (IFB)
Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
STARTER ASH DYKE PACKAGE
FOR
BARAUNI THERMAL POWER PROJECT (2x250 MW)
LOCATED IN
BEGUSARAI DISTRICT OF BIHAR STATE, INDIA
(Domestic Competitive Bidding)
IFB No.: 40087941 Date: 01.03.2019
Bidding Document No.: CS-8004-331-9
1.0 NTPC 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
as per the scope of work briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The work includes the construction of Starter ash dyke covering two storage lagoons,
which will be constructed with earth as main construction material. The work also involves
Spillway and 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.
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 12.0
and as per the following schedule:
Issuance of IFB
01.03.2019
Bidding Document Sale Date & Time
From 01.03.2019 to 08.03.2019 upto 1730 Hrs.
(IST)
Pre Bid Conference and Last Date for
receipt of queries from bidders (if any)
15.03.2019
Bid Receipt Date & Time
Upto 29.03.2019 by 1430 Hrs. (IST)
Bid Opening Date & Time for Techno-
Commercial Bid
29.03.2019 at 1500 Hrs. (IST)
Price Bid Opening Date & Time
Shall be intimated separately by NTPC.
Cost of Bidding Document
INR 9,000/- (Indian Rupees Nine Thousand only)
Estimated Cost of Work
INR 11,570.46 Lakhs (excluding GST)
INVITATION FOR BIDS
STARTER ASH DYKE PACKAGE FOR BARAUNI
THERMAL POWER PROJECT (2x250MW)
BIDDING DOCUMENT NO. CS-8004-331-9
SECTION - I (IFB)
Page 2 of 5
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,00,00,000/- (Indian
Rupees Two 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
1.0.0 In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB
(Instructions to Bidders), the following shall also apply:
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 of maximum
height not less than 6.5m, in one contract.
And
1.1.2 A cumulative progress of at least 7.0 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) 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
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 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 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.
INVITATION FOR BIDS
STARTER ASH DYKE PACKAGE FOR BARAUNI
THERMAL POWER PROJECT (2x250MW)
BIDDING DOCUMENT NO. CS-8004-331-9
SECTION - I (IFB)
Page 3 of 5
e) In clause 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 1.1.1 above, Bidder should have constructed full 6.5m 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 for both one or maximum
two contracts.
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.
2.0.0 Financial criteria:
(a) The average annual turnover of the Bidder, should not be less than Rs. 910 Millions (Indian
Rupees Nine hundred ten 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 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.
INVITATION FOR BIDS
STARTER ASH DYKE PACKAGE FOR BARAUNI
THERMAL POWER PROJECT (2x250MW)
BIDDING DOCUMENT NO. CS-8004-331-9
SECTION - I (IFB)
Page 4 of 5
(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 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.
(i) 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.
INVITATION FOR BIDS
STARTER ASH DYKE PACKAGE FOR BARAUNI
THERMAL POWER PROJECT (2x250MW)
BIDDING DOCUMENT NO. CS-8004-331-9
SECTION - I (IFB)
Page 5 of 5
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, Integrity Pact, Joint Deed of Undertaking (if applicable) and Power of
Attorney 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 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from
local suppliers as defined in the bidding documents. The bidders may apprise themselves of
the relevant provisions of bidding documents in this regard before submission of their bids.
12.0 Address for communication:
Manager (C&M) / AGM (C&M)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-3778669/ 3776671
e-mail: vibhavrastogi@ntpc.co.in / ashokkumar06@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in