Page 1 of 8
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
DEVELOPMENT AND OPERATION OF NORTH WEST QUARRY OF PAKRI
BARWADIH COAL MINING PROJECT,
DISTRICT HAZARIBAGH, STATE OF JHARKHAND, INDIA
(International Competitive Bidding)
IFB No. / Bidding Doc. No. : CS-7010-602A-9 Date: 05.03.2019
1.0 NTPC Limited (NTPC) invites online bids on Single Stage Two Envelope bidding
basis (Envelope-I: Techno-Commercial Proposal & Envelope-II: Price Proposal)
with Reverse Auction from eligible bidders for Development and Operation
of North West Quarry of Pakri Barwadih Coal Mining Project, District Hazaribagh,
State of Jharkhand, India as per the Scope of Work mentioned hereinafter.
2.0 Brief Scope of Work
The broad scope of work includes facilitation to acquire all the land, obtaining all
clearances including Environment & Forest Clearances, providing all Manpower
including Statutory Manpower, excavation of various rocks/earth cutting by
mechanized means, mining of ROM coal, loading, transportation, dumping, dozing,
crushing the coal to a pre-determined size, levelling at OB dumping site to ensure
progressive mine closure, construction, operation & maintenance of related
infrastructure facilities like Mine end Coal Handling Plant, Equipment workshop,
Power distribution arrangement from Main Receiving Station (MRS), electrical
substations, statutory buildings & pumping arrangements etc., haul road
maintenance, delivery of crushed coal to NTPC at the pre-determined delivery point
and compliance to all statutory requirements as applicable, etc
3.0 Detailed scope of work, specifications and terms & conditions are given in the bidding
documents which are available for examination and sale at the address given below as
per the following schedule:
Documents Sale Start Date & Timing 20.03.2019 (From 1000 Hrs. (IST))
Last Date of Receipt of Queries from
Bidders and Pre Bid Conference Date
& Time
05.04.2019 at 02.15 Hrs. (IST)
Last date & time for receipt of Bids
[Both Techno-Commercial Proposal
(Envelope-I) and Price Proposal
(Envelope-II)]
19.04.2019 upto 1430 Hrs. (IST)
Techno-Commercial Proposal
(Envelope-I) Opening Date & Time
19.04.2019 at 1500 Hrs. (IST)
Cost of Bidding Document
` 22,500/- (Indian Rupees Twenty Two
Thousand Five Hundred only) per set for
Indian Bidders and USD 500 (US Dollars
Five Hundred only) per set for Foreign
Bidders.
Page 2 of 8
The date of opening of Envelope-II (Price Proposal) and Reverse Auction shall be
intimated separately by NTPC.
4.0 All bids must be accompanied by Earnest Money Deposit for an amount of
INR 17,34,81,000/- (Indian Rupees Seventeen Crores Thirty Four Lakhs Eighty One
Thousand only) in the form as stipulated in bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-
RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.
5.0 Qualifying Requirements
In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB,
the following shall also apply:
5.1 Technical Criteria
5.1.1 The Bidder should have, in the preceding 7 (seven) years reckoned from the date of
opening of the Techno-commercial Bids developed & operated single coal / lignite mine
having coal/lignite reserves of at least 150 million tonnes & annual capacity of at least 3
MTPA and produced at least 2 million tonnes of coal/lignite from such mine.
OR
5.1.2 The Bidder should have, in the preceding 7 (seven) years reckoned from the date of
opening of the Techno-commercial Bids, operated and produced:
a) At least 11.50 Million BCM of aggregated volume of overburden and/ or coal/ lignite
from a maximum of seven open cast mines of Coal / Lignite, in any year.
and
b) At least 6 Million BCM of composite volume of overburden and coal/lignite from
single open cast mine in any year, out of which at least 1.50 million tonnes shall be
coal / lignite.
The qualifying works at clause 5.1.2(a) can be from same mine or different mines
including the mine considered to meet qualifying requirement at clause 5.1.2(b).
5.2 Financial Criteria
a) In any three consecutive Financial Years, as proposed by the Bidder out of
preceding four Financial years, as on the date of opening of Techno-commercial
bids:
i) The average annual turnover of the Bidder should not be less than INR 5204
Million (Indian Rupees Five Thousand Two Hundred Four Million only) or in
equivalent foreign currency; and
ii) The average annual cash accrual of the Bidder should not be less than INR 410
Million (Indian Rupees Four Hundred Ten Million only), or in equivalent foreign
currency. The Bidder must have a positive cash accrual in the last Financial Year
out of the three consecutive Financial Years considered by the Bidder.
Page 3 of 8
b) Net Worth of the Bidder as on the last date of the last financial year out of the
three consecutive Financial Years, as proposed by the Bidder at clause 5.2(a)
above should not be less than INR 2052 Million (Indian Rupees Two Thousand
Fifty Two Million Only), or in equivalent foreign currency, which should be equal
to or more than 100% of its paid up share capital.
c) The unutilized line of credit for fund based and non-fund based limits with cash
and bank balances including fixed deposits of the Bidder as on a date not earlier
than 15 days prior to the date of Techno-commercial Bid opening, duly certified by
its Bankers should not be less than INR 382 Million (Indian Rupees Three
Hundred Eighty Two Million only) or in equivalent foreign currency. In case
certificates from more than one bank are submitted, the certified unutilized limits
should be of the same date from all such banks.
i) Where another Company of the Group acting as the Treasury Centre is responsible
for Treasury Management of the Bidder having combined credit/guarantee limit for
the whole group, the Bidder would be required to provide a Banker’s certificate
regarding the unutilized line of credit for fund based and non-fund based limits
together with cash and bank balances including fixed deposits available to such
Treasury Centre. Further, Treasury Centre shall certify that out of the aforesaid
limits certified by the bankers, the Bidder shall have access to the line of credit of a
level not less than the specified amount at clause 5.2 (c) above. In proof of this, the
Bidder would be required to furnish along with its Techno-commercial Bid, a Letter
of Undertaking from the Treasury Centre, supported by a Resolution passed by the
Board of Directors of the Holding Company, as per the format enclosed in the
bidding documents, pledging unconditional and irrevocable financial support for the
execution of the Contract by the Bidder in case of award.
ii) In case the Bidder’s unutilized line of credit for fund based and non-fund based
limits specified at clause 5.2 (c) above is not sufficient, a comfort letter from one of
the bankers specified in the bidding documents unequivocally stating that in case
the Bidder is awarded the contract, the Bank would enhance line of credit for fund
based and non-fund based limits to a level not less than the specified amount to the
Bidder or to the Treasury Management Centre as the case may be, shall be
acceptable.
5.3 ROUTES
The Bidder shall be either a single corporate entity or a consortium of up to three
corporate entities and may follow any one of the following routes;
5.3.1 ROUTE – 1
Bidder fulfils all the requirements at clause 5.1 & 5.2 on its own.
5.3.2 ROUTE –2
i) In case a Bidder does not meet the requirement of clause 5.1 & 5.2 above on its own, it
can quote on the basis of experience of its Subsidiary (ies) and /or Holding Company
and/or Subsidiaries of its Holding Company. In such a case the consolidated experience
of Bidder and its Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its
Holding company shall be considered, as applicable.
Page 4 of 8
However, Bidder on its own should meet either Technical Criteria at clause 5.1, or
financial criteria at Clause 5.2 above.
ii) The Bidder, who meets the requirements of clause 5.2 on its own and meets the
requirement of Clause 5.1 above based on the strength / experience of its Subsidiary (ies)
and/or Holding Company and/or Subsidiaries of its Holding company will be required to
furnish a legally enforceable Joint Operating Agreement (JOA) executed between the
Bidder and its Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding
company extending experience / strength to the Bidder along with its Techno-commercial
Bid, valid for at least 5 years, which will have to be extended till such time the mine
achieves 85% of the contracted capacity of the project, as per the formats enclosed in the
bidding documents. The number of executants of the JOA shall not exceed three including
the Bidder. Further each of the executants of the JOA other than the Bidder shall be
required to submit a performance guarantee equivalent to 1% of the estimated annual
contract value towards the faithful performance of terms & conditions contained in JOA as
per the format specified in the bidding documents. These performance guarantee(s) shall
be in addition to the Contract Performance Guarantee to be submitted by the Bidder as
per bidding documents and shall be kept valid and operative till 90 days after the expiry of
the validity of JOA.
iii) The Bidder who meets the requirements of clause 5.1 on its own and meets the
requirement of clause 5.2 based on the strength / experience of its Subsidiary (ies)
and/or Holding Company and/or Subsidiaries of its Holding company will be required to
furnish along with its Techno-commercial Bid, a Letter of Undertaking from the
Subsidiary (ies) and/or Holding Company and/or Subsidiaries of its Holding company,
supported by Board Resolution of such company(ies), 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. The number of such Subsidiary (ies)
and/or Holding Company and/or Subsidiaries of its Holding company lending
strength/experience to the Bidder shall not exceed three including the Bidder.
iv) Net worth of the Bidder and its Subsidiary (ies) and/or Holding Company and/or
subsidiary(ies) of its Holding Company, lending strength /experience to the Bidder for
meeting Technical or Financial Criteria, in combined manner, should be equal to or more
than 100% of their total paid up share capital, as on the last date of the last financial year
out of the three consecutive Financial Years, considered by bidder for meeting Financial
Criteria. However, net worth of the Bidder and its Subsidiary (ies) and/or Holding
Company and/or Subsidiary(ies) of its Holding Company, seeking qualification under this
Route, as on the last date of the last financial year out of the three consecutive Financial
Years, considered by Bidder for meeting financial criteria, should not be less than 75% of
their respective paid up share capital individually.
5.3.3 ROUTE –3 (Consortium)
i. Bidder may be a Consortium of up to three corporate entities and should collectively
meet the requirement of technical criteria mentioned at clause 5.1 above. For Bidders
who are qualified as per clause 5.1.2, requirement of clause 5.1.2 (b) should be met by
at least one of the consortium partners.
ii. All the Consortium members shall select one of the members as the “leader” who should
meet on its own financial criteria mentioned at clause 5.2 above.
Page 5 of 8
iii. Net worth of all the consortium members in combined manner, as on the last date of the
last financial year out of the three consecutive Financial Years, proposed by Bidder for
meeting Financial Criteria, should be equal to or more than 100% of their total paid up
share capital. However, net worth of each member of the consortium excluding the
leader, as on the last date of the last financial year out of the three consecutive Financial
Years, considered by Bidder for meeting Financial Criteria, should not be less than 75%
of their respective paid up share capital individually.
iv. Each member of the consortium should meet either
a. Technical criteria at clause 5.1.1
or
b. At least 20% of the technical criteria at clause 5.1.2 (a) i.e. 2.30 Million BCM of
aggregated volume of overburden and/ or coal/ lignite from a maximum of seven
open cast mines of Coal / Lignite, in any year. However the total number of mines
to be considered for meeting the technical criteria at clause 5.1.2(a) collectively by
all consortium members shall not exceed seven.
or
c. At least 20% of the absolute value(s) of the Financial Criteria mentioned at clause
5.2 above.
v. In this route, none of the consortium members will be allowed to draw any technical or
financial strength from its Subsidiary (ies) and/or Holding Company.
vi. Each of the Consortium members will be required to furnish a legally enforceable
Consortium Operating Agreement (COA) along with Techno-commercial Bid holding
themselves jointly & severally responsible and liable to NTPC to perform all contractual
obligations, valid for the entire period of contract, as per the format enclosed in the
bidding documents. The number of executants of the COA should not exceed three.
NOTES:
i. The word “operated” means that the Bidder should have performed the necessary
activities of drilling, excavation, hauling etc. on its own or through sub-contracting.
ii. The word “developed” means that the Bidder should have performed the necessary
activities of Land Acquisition / assisted in Land Acquisition, Statutory clearances/assisted
in Statutory clearances and carried out ‘Infrastructure development’ on its own or through
sub-contracting.
iii. “Infrastructure development” as per (ii) above means construction of CHP, Buildings,
Workshops, in a coal/lignite mine.
iv. Aggregate” means combination of overburden and / or minerals (any one or more) from
one or more opencast mines of minerals (maximum of seven mines).
v. The word “overburden” shall also include “inter-burden provided it is measured and
accounted separately.”
vi. The word “composite” means that the Bidder should have produced both overburden and
coal/lignite from the same mine.
Page 6 of 8
vii. For Coal/Lignite, following specific gravity (tonnes/cubic meters) shall be considered:
COAL LIGNITE
1.50 1.14
viii. For criteria at clause 5.1 in case the Bidder is seeking qualification as a mine owner, the
volume of overburden/coal/lignite production should be certified by Statutory Auditor of
the Bidder.
ix. For criteria at clause 5.1, in case the Bidder is seeking qualification as a mine operator
under a contract, the Bidder should submit a copy of the Contract Agreement and a
certificate of production of Overburden/coal/lignite and certificates for activities of Land
Acquisition/Statutory Clearances & Infrastructure development from the Owner.
Alternatively, a certificate from the Statutory Auditor of the Bidder certifying the volume of
overburden/coal/lignite production and certificates for activities of Land
Acquisition/Statutory Clearances & Infrastructure development can also be submitted.
x. “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per
Companies Act, in vogue.
xi. 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 Chief Executive Officer (CEO)/Chief Financial Officer (CFO) of
the Holding Company, as per the format enclosed in the bidding documents, stating
that the unaudited unconsolidated financial statements form part of the Consolidated
Financial Statements of the Company.
In case where audited results for the last preceding financial year are not available,
certification of financial statements from a practicing Chartered Accountant shall also be
considered acceptable.
The provisions of this Note (xi) shall also be applicable for Subsidiary Company/ Holding
Company / subsidiary of Holding Company / Consortium Members.
xii. 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.
xiii. For clause 5.3.2 (iv), Net worth in combined manner as percentage of Paid up Share
capital shall be calculated as follows:
If Net worth of the bidder (X1) and two of (X2 & X3) Subsidiary (ies) and/or Holding
Company and/or Subsidiary(ies) of its Holding Company is X1, X2 & X3 respectively and
corresponding Paid up share capital of the bidder and Subsidiary (ies) and/or Holding
Page 7 of 8
Company and/or Subsidiary(ies) of its Holding Company is Y1, Y2 & Y3 respectively,
then
X1+X2+X3
Net worth (in combined manner) = --------------- X 100 %
Y1+Y2+Y3
xiv. For clause 5.3.3 (iii), Net worth in combined manner as percentage of Paid up Share
capital shall be calculated as follows:
If Net worth of the three Consortium partners is X1, X2 & X3 respectively and
corresponding Paid up share capital of the three Consortium partners is Y1, Y2 & Y3
respectively, then
X1+X2+X3
Net worth (in combined manner) = --------------- X 100 %
Y1+Y2+Y3
xv. For meeting financial criteria, Bidder under Route-1 shall consider the same set of three
consecutive Financial Years.
For meeting financial criteria, Bidder and its Subsidiary (ies) and/or Holding Company
and/or Subsidiary(ies) of its Holding Company under Route-2 shall consider the same
set of three consecutive Financial Years.
For meeting financial criteria, all the Consortium Members under Route-3 shall consider
the same set of three consecutive Financial Years.
xvi. Cash Accrual shall mean the net cash flow from operations i.e. PAT + Depreciation +
Other non-cash expenses.
xvii. Other income shall not be considered for arriving at annual turnover.
xviii. For unutilized line of credit for fund based and non-fund based limits, Cash Accrual, Net
worth and Turnover indicated in foreign currency, the exchange rate as on 7 days prior to
the date of opening of Techno-commercial bid shall be used.
xix. ‘year’ as per Clause 5.1 and 5.3.3(iv(b)) means a continuous period of 365 days.
xx. BCM as per clause no 5.1.2 (a) and 5.1.2 (b) means Bank Cubic meter.
6.0 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.
7.0 A complete set of Bidding Documents may be downloaded by any interested Bidder from
NTPC e-tender website https://eprocurentpc.nic.in. Tender Fee towards the cost of
bidding documents shall be submitted in the form of a crossed Demand Draft/Pay
Order/Bankers Cheque for an amount as indicated above, in favour of “NTPC Limited”.
For logging on to the e-Tender Site https://eprocurentpc.nic.in, the bidder would require
user ID, password and Class-III Digital Signature.
Page 8 of 8
For downloading of bidding document, procedure for submission of bids & Reverse
Auction methodology, bidders may please refer to the link “Bidders Manual Kit” given on
home page of NTPC’s e-tender website https://eprocurentpc.nic.in.
Issuance of bid documents to any bidder shall not construe that such bidder is
considered to be qualified. Bids shall be submitted and opened at the address given
below.
8.0 Address for communication:
AGM / Sr. Manager / Manager
Contract Services
NTPC Limited, 6
th
Floor,
Engineering Office Complex,
Plot No.- A-8A, Sector-24, NOIDA (State of Uttar Pradesh)
PIN - 201301
Ph. No: +91-120- 3776664/ 3776605/ 3776616
Fax Nos. : + 91-120-2410215 / 2410011
Email: sanjaydeodhar@ntpc.co.in, gsrandhawa@ntpc.co.in; dheerendramishra@ntpc.co.in;
Websites: https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in
Registered Office: NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodhi Road,
New Delhi-110003, Corporate Identification Number: L40101DL1975GOI007966
DATE SHEET
S
l
.No.
Particulars
Remarks
1.
Re
p
resentative / Contact
Person and Address of
Communication
AGM / Sr. Manager / Manager
Contract
Services
NTPC Ltd., 6
th
Floor,
Engineering Office Complex,
A-8A, Sector-24, NOIDA (UP)
PIN - 201 301
Ph.No:0120-
3776664/ 3776605/ 3776679
Email: sanjaydeodhar@ntpc.co.in,
gsrandhawa@ntpc.co.in;
skvashisth@ntpc.co.in
2.
Date of IFB
05.03.2019
3.
Last Date of Receipt of
Queries from Bidder
23.04.2019;
4.
Pre Bid Conference
23.04.2019
at 1415 Hrs. (
IST
)
Venue : Refer Sl.No.1
5.
Type of proposal
Single Stage Two Envelope
(Envelope-I : Techno-Commercial Proposal
consisting of Qualification Proposal &
Technical Proposal and
Envelope-II : Price Proposal
6.
Validity of Proposal
Six (6) months from the date of opening of
Techno Commercial Proposal
7.
Submission time and date
of
Project Proposal
(Techno-
Commercial
Proposal
(Envelope -I)
and Price
Proposal
(Envelope -II))
06.05.2019
upto 1430 Hrs. (IST)
8.
Opening time and date of
Techno-Commercial
Proposal (Envelope-I)
08.05.2019
at 1500 Hrs. (IST)
9.
Opening time and date of
Price Proposal (Envelope-
II)
To be intimated later
10.
Reverse Auction Date
To be intimated later