NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CONTRACT SERVICES, KUDGI
INVITATION FOR BIDS (IFB)
FOR
Construction of RAW WATER RESERVOIR (LAGOON#3) FOR NTPC KUDGI STPP
BI No: NTPC/Kudgi STPP/9900170037
(Domestic Competitive Bidding)
IFB/NIT: NTPC/KUDGI STPP/
9900170037
Date: 09.03.2019
1.0 NTPC Limited (hereinafter referred to as NTPC or the Owner) have requirement of “Construction of
RAW WATER RESERVOIR (LAGOON#3) FOR NTPC KUDGI STPP”.
2.0 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 mentioned hereinafter.
3.0 NTPC intends to finance the subject package through Own Resources.
4.0 Detailed specifications, scope of work and terms & conditions are given in the bidding documents,
which are available for examination and sale at the address given at para 10.0 below and online in
our tendering portal as per the following schedule:
Bidding Document No :
9900170037
Bidding Document Publishing Date :
09.03.2019 15:00
Bidding Document Download/ Sale Start Date :
09.03.2019 15:00
Source of IFB/NIT :
Kudgi STPP
Contract Classification :
Works
Pre Bid Conference Date and Time :
NOT APPLICABLE
Bid Receipt Date and Time for both Techno
Commercial and Price Bids including documents in
physical form
:
02.04.2019 15:00
Bid Opening date and time for Techno-Commercial
Bid
:
05.04.2019 15:30
Cost of Bidding documents :
₹ 9,000/-
(Rs. Nine Thousands only)
EMD in INR :
₹ 1,00,00,000/-
(Rs. One Crore only)
Last date of Query (if any) :
29.03.2019 17:00
Date & Time for opening of Price Bids shall be intimated separately to the bidders whose Techno-
Commercial Bid are found to be acceptable.
5.0 All bids must be accompanied by Bid Security for an amount equivalent INR 100,00,000/- (Indian
Rupees One Crore only)
The Bid Security in Original shall be submitted in a separate sealed envelope before the stipulated
bid submission closing date and time. In case acceptable Bid Security in a separate sealed
envelope is not received then online Bid shall be rejected by Owner as being non-
responsive and shall not be opened.
Bidder shall also submit the DD/BC towards the cost of bidding documents in a separate
sealed envelope before the stipulated bid submission closing date and time. In case acceptable
Bid Security in a separate sealed envelope is not received then online Bid shall be
rejected by Owner as being non-responsive and shall not be opened.
Tender Fee and Bid Security exemptions shall not be applicable for any MSE registration
certificate (DIC, Udyog Aadhar, NSIC, KVIC etc.).
6.0 QUALIFYING REQUIREMENT FOR BIDDERS
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section ITB
(Instructions to Bidders) of Bid documents, the following shall also apply:
1.0) Technical Criteria
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) At least one earthen dam work or reservoir embankment work or ash dyke work of
maximum height of not less than 8.0 m in one contract.
AND
1.2) A cumulative progress of at least 4.0 lakh Cubic meter of earth work in earthen dam work or
reservoir embankment or ash dyke work or canal embankment work in one (1) year period,
in one (1) or maximum two (2) concurrently running contracts.
Notes: The following notes (a) to (i) explained in detail the intention of various terms in
qualifying requirements:
a) Earthen 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 1.2
only. All other types of earth works such as road embankments, railway embankments,
site levelling 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 upto 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 1.2. However, the depth
of COT shall not be considered for the height calculation for qualifying requirement
under clause 1.1.
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 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 clause 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 above, Bidder should have constructed entire 8.0m 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 1.2 above, the word “earthwork” shall mean earth/ash.
The quantity of earth work in filling only will be considered for qualification.
i) In clause 1.1 above “Dyke work of maximum height not less than 8.0 m” covers height
of 8 m and/or above 8 m.
2.0) Financial Criteria:
2.1) The average annual turnover of the bidder, in the preceding three financial years as on the
date of Techno-Commercial bid opening shall not be less than Rs. 4732 Lakhs (Rupees Four
Thousand Seven Hundred Thirty-Two Lakhs only.)
2.2)
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 atleast 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.
2.3)
Net Worth of the bidder should not be less than 100% of the bidder's paid up share capital
as on the last day of the preceding financial year on the date of Techno-commercial bid
opening. In case the Bidder meets the requirement of Net worth based on the strength of
its Subsidiary(ies) and/or Holding Company and/or Subsidiariy (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.
2.4)
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.
2.5)
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 Holding Company.
2.6)
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 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 above:
(i) Other income shall not be considered for arriving at annual turnover.
(ii) 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.
(iii) Holding Company and "Subsidiary Company" shall have the meaning ascribed to
them as per Companies Act of India.
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.
8.0 Prospective bidders from Uttar Pradesh (U.P) State, India are compulsorily required to provide TIN
number at the time of purchase of bidding documents from Office of NTPC.
9.0 A complete set of Bidding Documents may be downloaded by any interested Bidder upon login in e
tender website (http://eprocurentpc.nic.in/nicgep/app)
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.
11.0 Address for communication:
HOD (C&M) / Addl. General Manager (C&M)/ Manager (CS),
Kudgi Super Thermal Power Project
NTPC LTD., PO: Kudgi, TQ: Basavana Bagewadi,
Dist. Vijayapura (Karnataka), India-586121
E mail ID: dluttarkar@ntpc.co.in/ kranthikumar@ntpc.co.in
Tel: 08426-284109/280064/284115
Fax: 08426-280078