DETAILED INVITATION FOR BID
MUZAFFARPUR THERMAL POWER PROJECT
STAGE-II (2X195 MW)
BIDDING DOCUMENT NO.: CS-0350-364(R)-9
TOWNSHIP PACKAGE
SECTION-I (IFB)
PAGE
1 OF 6
NTPC Limited
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
TOWNSHIP PACKAGE FOR
MUZAFFARPUR THERMAL POWER PROJECT, STAGE-II (2 X 195 MW)
OF
NTPC LIMITED ON BEHALF OF KBUNL
AT
MUZAFFARPUR, DISTRICT MUZAFFARPUR, STATE OF BIHAR, INDIA
(Domestic Competitive Bidding)
IFB No.:40087953 Date: 01.03.2019
BIDDING DOCUMENT No.: CS-0350-364(R)-9
1.0 NTPC Ltd. on behalf of KBUNL invites online bids on Single Stage Two Envelope
bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from
eligible bidders for Township package for Muzaffarpur Thermal Power Project, District
Muzaffarpur, State of Bihar, 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, Bulk Services etc.).
KBUNL - STAGE II (2X195MW) - TOWNSHIP WORKS
S.No.
Type
No. of Dus
Residential Quarters:
1
C Type (G+2)
60
2
D Type (G+2)
12
3
Field Hostel - Suite Type (G+2) + recreational
activities
12
4
Field Hostel - Single Room Type (G+2)
48
Service Buildings
1
Switchgear
1
2
Substation
1
DETAILED INVITATION FOR BID
MUZAFFARPUR THERMAL POWER PROJECT
STAGE-II (2X195 MW)
BIDDING DOCUMENT NO.: CS-0350-364(R)-9
TOWNSHIP PACKAGE
SECTION-I (IFB)
PAGE
2 OF 6
3.0 KBUNL 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-0350-364(R)-9
Bid Document Sale Date : From 12.03.2019 to 19.03.2019
& Timing up to 1700 hrs (IST)
Last Date for receipt of : 26.03.2019
Queries for Clarification
from prospective Bidders
Bid comprising of Techno- : Up to 09.04.2019 by 1430 hrs (IST)
Commercial proposal and price
Proposal Receipt Date & Time
Date & Time of opening of : 09.04.2019 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/- (Rupees Nine Thousand Only)
Estimated Cost of Work : 44.44 Crore
Services
Civil
1
Sewage Treatment Plant
2
Sewerage Network for whole township
3
Road Connection Main Gate to new
construction area and area development
around buildings.
4
Drain discharge & Drainage network inside
new construction area
5
Water supply network for new construction
area. Source to be considered as existing
OHT.
6
Demolition works below ground level.
7
Parking shades
Electrical
1
Internal Electrification for all buildings
2
External Electrification of new construction
area
3
Battery bank and charger for Township HT
switchgear
DETAILED INVITATION FOR BID
MUZAFFARPUR THERMAL POWER PROJECT
STAGE-II (2X195 MW)
BIDDING DOCUMENT NO.: CS-0350-364(R)-9
TOWNSHIP PACKAGE
SECTION-I (IFB)
PAGE
3 OF 6
5.0 Bid Security for an amount equivalent to 50,00,000/- (Rupees Fifty Lakhs 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. The Bidders’ at their option may also submit the EMD/Bid Security
amount through E-Payment by Credit Card/Debit card/Net Banking on the NTPC e-tender
portal. A copy of e-receipt of E-Payment is to be submitted by the bidder in a sealed
envelope separately offline by the stipulated bid submission closing date and time as a
proof of e-payment of Bid Security.
6.0 Qualifying Requirements for Bidders:
6.1.0 Technical Criteria for Qualification:
6.1.1 The bidder should have executed within the preceding 7 (seven) years reckoned prior
to the date of Techno commercial Bid Opening, works comprising RCC framed
Residential / Non-residential building including civil and finishing, Internal
electrification, Plumbing and Sanitary meeting the following criteria:
a) Atleast one work having minimum total built-up area of 12500 Sqm.
Or
b) Atleast two works, each having minimum total built-up area of 7800 Sqm.
Or
c) Atleast three works, each having minimum total built-up area of 6500 Sqm.
NOTES for clause 6.1.1 above:
1)
2)
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.
The work completed in the preceding seven (7) years reckoned prior to the
date of techno commercial bid opening even if it has been started earlier, will
also be considered as meeting the qualifying requirements.
3)
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 /
DETAILED INVITATION FOR BID
MUZAFFARPUR THERMAL POWER PROJECT
STAGE-II (2X195 MW)
BIDDING DOCUMENT NO.: CS-0350-364(R)-9
TOWNSHIP PACKAGE
SECTION-I (IFB)
PAGE
4 OF 6
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.
6.2.0 Financial Criteria for Qualification:
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 than
INR 52.00 Crores (Indian Rupees Fifty Two Crores 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.
b) 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
DETAILED INVITATION FOR BID
MUZAFFARPUR THERMAL POWER PROJECT
STAGE-II (2X195 MW)
BIDDING DOCUMENT NO.: CS-0350-364(R)-9
TOWNSHIP PACKAGE
SECTION-I (IFB)
PAGE
5 OF 6
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
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 6.2.0
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.
DETAILED INVITATION FOR BID
MUZAFFARPUR THERMAL POWER PROJECT
STAGE-II (2X195 MW)
BIDDING DOCUMENT NO.: CS-0350-364(R)-9
TOWNSHIP PACKAGE
SECTION-I (IFB)
PAGE
6 OF 6
iii) "Holding Company" and "Subsidiary Company" shall have the meaning
ascribed to them as per Companies Act of India.
7.0 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.
8.0 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.
9.0 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.
10.0 Issuance of Bidding 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, Power of Attorney, Integrity Pact in physical form as
detailed in Bidding Documents before the stipulated bid submission closing date and time at
the address given below.”
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 Address for Communication:
DGM (CS) / AGM (CS )
NTPC Limited,
6th Floor, Engineering Office Complex,
Plot No. A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP),
INDIA, Pin-201301.
Fax No.: 0120-2410035 / 2410011
Tel. No.: 0120-4946645/ 4946607
Email : atulpandey@ntpc.co.in / pksingh15@ntpc.co.in
Websites : https://etender.ntpclakshya.co.in or www.ntpctender.com
or www.ntpc.co.in