KANTI BIJLEE UTPADAN NIGAM LIMITED
(A Wholly Owned Subsidiary of NTPC Limited)
Administrative Building, C&M Deptt. PO-Kanti Thermal , Dist.: Muzaffarpur ,Bihar -843130
NOTICE INVITING TENDER (NIT)
FOR
Balance Civil Work of Dry Ash System of Stage- II (2X195 MW)
For
MUZAFFARPUR THERMAL POWER PROJECT
(Domestic Competitive Bidding)
NIT No: 9900174944 Date: 11-03-2019
1.0 Kanti Bijlee Utpadan Nigam Limited (hereinafter called “KBUNL” or “KBUN Limited”
or “Employer” invites On-Line Single Stage: Two Envelope bids (Envelope-1:
Techno-Commercial Proposal & Envelope-2: Price Proposal) from eligible
Bidders for the aforesaid package, as per the scope of work briefly mentioned
hereinafter.
2.0 Brief Scope of Work & other Specific details:
2.10 The works to be performed under this specification consists of
construction, levelling, grading, providing and supplying all labour, materials,
consumables, construction equipment, temporary works, temporary storage
sheds, temporary site offices, constructional plants, fuel supply, tools and plant,
scaffolding, supplies, transportation, all incidental items not shown or specified but
reasonably implied or as necessary for successful completion of the works,
including Contractor’s supervision and in strict accordance with the drawings and
specifications, including revisions and amendments thereto, as may be required
during the execution of work.
2.20 The complete works under this scope is referred to as Civil and architectural
works. Buildings including pump houses, MCC / switchgear rooms, sumps / tanks,
transformer and other equipment foundations, pipe supporting structures &
trestles/ thrust blocks, including foundations / pedestals / thrust blocks /
foundation of hoppers, foundation of silos / bins, drains / trenches, area drainage,
plants and systems, facilities, etc. except piling works as per system
requirement, as specified elsewhere in this specification. The scope of
civil/architectural works is defined hereunder for clarity. However, bidder shall
have to carry out all civil/architectural works to complete the dry ash handling
system, even if the scope is not explicitly defined hereunder:
Balance Civil work of Transport Air compressor house including
finishing work of control room building
Conveying air compressor houses
Switchgear/Control room & VFD Panel room/RIO room of Silo utility
building
All other foundations for equipment’s, pump supporting structures of Dry Ash
system shall be under bidder’s scope.
FOR CABLING WORK:
2.30 RCC cable trenches, Cable ducts (consisting of PVC pipes of required diameter
encased with PCC/RCC), RCC cable slits, insert plates, structural steel members
for cable tray support, RCC covers/chequered plates over cable trenches, etc.
required for Owner’s cable routing in switchgear /MCC room, pump houses &
other areas (where ever civil works are in Bidder’s scope) are in the scope of this
package.
2.40 Supporting arrangement/foundations for Owner’s switchgear, MCC, panels, DB’s,
etc. in cable trenches in switchgear, MCC room, etc. (where ever civil works are
in Bidder’s scope) are in the scope of this package.
2.50 Balance civil works(fencing,gates,gravel filling,finishing work of fire wall ) of
transformer yard at TACH,Civil works for transformer yard area including
foundations for Owner’s transformers along with soak pit, busduct support
foundations, cable trenches/slits, fire walls, fencing, gates, gravel filling where ever
required in the fencing boundary, etc. are in Bidder’s scope.
2.60 Foundations for F.A transportation pipes, water pipes, air pipes etc. are in Bidder’s
scope.
2.70 Silo utility Buildings including office, battery rooms ,RIO room, switchgear rooms
including paving, fencing, sentry house, gate, drainage etc. for main storage silo
area meant for rail/road loading.
2.80 The nature of works shall generally involve earthwork in excavation including
controlled blasting and very deep underground excavation, extensive de-watering,
shoring and strutting, sheet piling, back filling around completed structures and plinth
protection, area paving, disposal of surplus excavated materials, concreting, including
reinforcement and form work, brick work, architectural items and finishes, such as
plastering, painting, flooring, doors, windows and ventilators, glass and glazing, rolling
shutters etc., permanently colour coated profiled steel sheeting, anchor bolts, R. C. C.
trenches with covers, laying and testing of water pipes, sanitation, water supply,
drainage, damp proofing, water proofing and other ancillary items.
3.0 Detailed specifications, scope of work and terms & conditions are given in the
bidding documents and can be viewed in our Online Tender Portal
https://eprocurentpc.nic.in
4.0 Brief Details:
NIT No. / Tender ID No.
9900174944
NIT Date
11/03/2019
Tender Refrence No.(on GepNIC Portral )
NTPC/KBUNL/9900174944
Name Of Work
Balance civil work related to Dry Ash
System of stage-II (2X195 MW)
Estimated value
6.08 Crores
Excluding GST & Free Owner issue
material (Cement & Steel)
Document down load Commencement
Date & Time
11.03.2019
Source IFB/ NIT
Kanti Bijlee Utpadan Nigam Limited.
Contract Classification
Works Contract (CIVIL Works )
Last Date and Time for Bid Submission
Techno Commercial Opening Date &
Time
10.04.2019
12.04.2019
Visit: https://eprocurentpc.nic.in
Tech Clarification end date from bidders
end
03.04.2019
Cost of Bidding Document in INR
5310/- (Including GST @ 18%)
EMD in INR
10,00,000/-
As per provisions of bidding documents, the bidders shall submit “Techno-
Commercial Proposal” and “Price Proposal” online on our website
https://eprocurentpc.nic.in within the bid submission date and time as
mentioned above. Only Techno-Commercial proposals will be opened on the
above mentioned date at 15:30 hrs (IST).
The date of opening of Price Proposal shall be intimated separately by
KBUNL after completion of evaluation of Techno-Commercial Proposal.
5.0 Bid Security (EMD), Tender Fee, NIL Deviation Certificate, and Certificate
of Compliance on Qualifying Requirements shall be submitted in a sealed
envelope separately in offline (in physical form/ Hard copy) within the
stipulated bid submission closing date and time at the address given below.
Any bid without an acceptable Bid Security (EMD), Tender Fee, NIL Deviation
Certificate, and Certificate of Compliance on Qualifying Requirements shall be
treated as non-responsive by the employer and shall not be opened. All
credential filled up formats & supporting documents as asked by KBUNL are
to be submitted in online as attachments with the bid.
6.0 Any document submitted by the agency in hard copy other than the
documents mentioned at Para 5.0 above, will not be considered. In spite of
this condition, if any document is submitted by the agency in hard copy other
than the documents mentioned at Para 5.0 above before bid opening shall not
be taken into consideration evaluation shall be done on the basis of offer
submitted through the e-tendering portal https://eprocurentpc.nic.in only.
7.0 A complete set of Bidding Documents may be downloaded by any interested
Bidder at our e-tender Site (https://eprocurentpc.nic.in).
For logging on to the above e-tender Site, the bidder as first time user would
require to create user ID and Password under tab online Bidder enrollment .
The payment (non-refundable) of the cost of the documents as tender fee as
mentioned above shall be made in the form of a crossed account payee
demand draft in favour of Kanti Bijlee Utpadan Nigam Ltd. Payable at Canara
Bank , Kanti, Branch Code: 4189, Dist.: Muzaffarpur , Bihar
shall be submitted in a sealed envelope separately offline before the the
stipulated bid submission closing date and time at the address given below.
8.0 Exemptions for Tender fee/ EMD submission for SSI/MSE--- Not applicable.
9.0 Qualifying Requirements:
In addition to the satisfactory fulfilment of the requirement stipulated under section
ITB (Instructions to Bidders), the following shall also apply:
9.1 Technical Criteria
9.1.1 The bidder should have executed civil works including reinforced cement
concrete and buildings within the preceding seven (7) years ending last day of
the month previous to the date of NIT with following executed value(s) of
contract(s):
(a) One executed/ completed contract, of cost not less than Rs. 5.42 Crore.
OR
(b) Two executed/ completed contracts, of cost not less than Rs. 3.39 Crore
each.
OR
(c) Three executed/ completed contracts, of cost not less than 2.71 Crore
each.
Note:
a) The word “executed” means the bidder should have achieved the criteria
specified in the above QR within the preceding seven (7) year period even
if the contract has been started earlier/ or is not completed/ closed.
b) The reference works executed by the bidder’s group company / subsidiary
company shall not be considered for meeting the qualifying requirements
by the bidder.
c) 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 pf Work executed by the
sub-contractor in support of qualifying requirements.
9.2 Financial Criteria:
9.2.1 Financial criteria for bidders
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 6.77 Crore (Indian Rupees Six crore seventy-seven lakh 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 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.
b) Net worth of the bidder should not be less than 100% (hundred percent) of its
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 does not meet the Net worth criteria stipulated above 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 company wherever applicable. In such a case, however 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) X100
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 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 formpart 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 acceptance.
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 proceeding 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:
I. Net worth means that 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.
II. Other income shall not be considered for arriving at annual turnover.
III. “Holding Company” and “Subsidiary Company” shall have the meaning
ascribed to them as per Companies Act of India.
10.0 Notwithstanding anything stated above, the Employer reserves the right to
undertake a physical assessment of the capacity and capabilities including
financial capacity and capability of the Bidder / his Collaborator(s) /
Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract,
should the circumstances warrant such assessment in the overall interest of
the Employer.
The physical assessment shall include but not be limited to the assessment of
the office/facilities/banker’s/reference works by the Employer. A negative
determination of such assessment of capacity and capabilities may result in
the rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for
the qualifying requirements stipulated in the bidding documents.
11.0 Following credentials are to be submitted (in ONLINE) by the bidders along with
Bidding documents in support of meeting the qualifying requirements for the subject
package.
a) Legible copies of documents such as Award Letter/ Work Order/Contract
Agreement, Bill of Quantities, Completion Certificate, Copy of Owner certified
Measurement Book(s) (MB/Bills/Receipts), etc. in proof of scope of work, value,
period of execution of work, etc. clearly bringing out the details as specified in the
Qualifying Requirement
b) Audited Balance sheet and Profit & Loss account for last three financial years.
c) Any other document in support of meeting QR.
d) Copy of Partnership deed/Affidavit for proprietorship/Certificate of incorporation.
e) Copy of PF code Registration Number.
f) Copy of PAN Registration
g) GST Registration.
h) ESI (Employee State Insurance) Registration
12.0 Documents submitted by the Bidders must be complete, legible and comprehensive.
KBUNL reserves the right to discard incomplete/insufficient/illegible documents and
evaluate tenders on the basis of balance documents available with the bid which are
comprehensible, relevant & acceptable. Any misleading/misrepresentation/
suppression of the information if found at stage during the tendering process or
execution of contract shall result in rejection of the bid/termination of contract in
addition to other actions as specified in Bidding documents.
13.0 Bid Security / EMD is to be paid in the form of Banker’s Cheque / Demand Draft
drawn in favour of “Kanti Bijlee Utpadan Nigam Limited .” Payable at Canara
Bank , Kanti, Branch Code: 4189, Dist.: Muzaffarpur , Bihar
Or
An irrevocable Bank Guarantee in favor of Kanti Bijlee Utpadan Nigam Limited
from a bank listed in bidding Documents as per the pro-forma provided therein.
Bid Security / EMD of inadequate value / unacceptable format or deficient in any
other manner shall not be accepted and such bids shall be rejected by KBUNL
14.0 ESI (Employee’s State Insurance) Act is applicable in KBUNL, Bihar and needs to be
complied by the contractor during execution of contract. No separate payment shall
be made on this account and accordingly the financial liabilities arising out of the
same shall be considered by the bidders in their price bid.
15.0 Issuance of Bidding Documents to any bidder shall not construe that such Bidder is
considered to be qualified. Bidding documents are not transferable.
16.0 KBUNL shall not be responsible for any postal delay / loss / damage or non-delivery
of demand Draft or any other document to be submitted in offline as specified.
17.0 KBUNL 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. EMD without
interest shall be returned without any additional financial liability to KBUNL.
18.0 Address for Communication:
AGM(C&M),
KANTI BIJLEE UTPADAN NIGAM LIMITED,
Administrative Building, C&M Deptt.
P.O – Kanti Thermal ,
Distt: Muzaffarpur , Bihar
PIN – 843130, Ph: 06223-267371/356
Mobile: 9471001303
Emails: pkpan@ntpc.co.in / niteshkumar03@ntpc.co.in
Websites: www.ntpctender.com
=================================================