NTPC Limited
(A Government of India Enterprise)
SSC, ERHQ-I, Barh
NTPC BARH STPP, Post - Barh, Dist. Patna, PIN-803215, Bihar
NOTICE INVITING TENDER (NIT)/Invitation for bids (IFB)
(Domestic Competitive Bidding)
1.0 NTPC invites bids from eligible Bidders for Strengthening/Buttressing of Ash Dyke Lagoon-II
at NTPC Kahalgaon. through e-tender
2.0 Brief Information of NIT
NIT Subject
Strengthening/Buttressing of Ash Dyke Lagoon-II at NTPC
Kahalgaon.
NIT No. /Date
NTPC/SSC - ER-I(Barh)/9900175015
Estimated Cost
Rs 55,91,96,878/-
Completion Period
21(Twenty One) Months
Document Sale Start Date &
Time
12.03.2019, 11:00 Hrs
Document Sale Close Date &
Time
26.03.2019, 16:00 Hrs
Source of IFB/NIT
SSC, ERHQ-I, Barh, NTPC Ltd, PO- NTPC Barh,
Dist- Patna,Bihar - 803215
Contract Classification
Works Contracts
Last Date for seeking
clarification
20.03.2019, 16:00 Hrs
Last Date and Time for Bid
submission
26.03.2019, 16:00 Hrs
Technical Opening Date & Time
27.03.2019, 16:00 Hrs
Price Bid Opening Date & Time
To be informed later to all qualified bidder in due course
of time.
Cost of Bidding
Documents/Tender Fee (Non-
refundable)
Rs.9,000.00 (Rupees nine thousand only) (Inclusive of
GST). Mode of payment: Demand Draft/Bankers Cheque.
In case of DD, it should be in favour of NTPC Ltd & shall be
payable at SBI, NTPC Barh Campus (IFSC code: SBIN0010085)
EMD Amount in INR
Rs.1,00,00,000.00 [ Rupees one Crore only] (For mode of
payment, please refer BDS document)
URL of GePNICPortal
https://eprocurentpc.co.in
Qualifying Requirements of Bidders:
In addition to the requirements stipulated in Section ITB (Instructions to Bidders), the
Bidder shall also meet the Qualifying Requirements stipulated hereunder
CLAUSE
NO.
QUALIFYING REQUIREMENTS
1.0.0
Technical Criteria
1.1.0 Bidder should have executed the
following works within the preceding
seven (7) years prior to the date of
Techno-Commercial bid opening:
1.1.1 Construction of at least “one
earthen dam work” or “ash dyke
work” (either in starter dyke or
raising of existing dyke) or
“reservoir embankment work” of
maximum height not less than 5.5
m(five point five meter) in one
contract.
And
1.1.2 A cumulative progress of at least
7.5 Lakh Cum (Seven Lakh fifty
thousand Cubic meter) of
earthwork in earthen dam work or
ash dyke work (either in starter
dyke or raising of existing dyke) or
reservoir embankment or canal
embankment work in any one (1)
year period, in one (01) or
maximum two (02) concurrently
running contracts.
Notes: The following notes (a to k)
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
up to dyke top for qualifying
requirements purpose. However, in
case of ash dyke raising works, for
both inward/upstream &
outward/center line methods/
buttressing work, the height of
dyke shall be considered from the
stripped level of ash bed inside the
lagoon for eligibility criteria.
“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
eligibility criterion 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.
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)
years 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 5.5
metre height of embankment work
specified in the qualifying
requirements within the preceding
seven (07) 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
1.1.2above 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:
I. 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 bidders’
scope of work and break-up
of quantities executed by
them as individual
contribution in the Joint
Venture / Consortium/
Associate, duly authenticated
by the client, meet the
relevant provisions of
qualifying requirement.
II. 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.
III 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 the
bidders 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
subcontractor
in support of of qualifying
requirements.
k) The word “executed” mentioned in
clause 1.1.0 means that the bidder should
have achieved the criteria Specified in
clause 1.1.0 with any of the following
conditions:
Case – I: The work is started earlier (prior
to the period stipulated in clause 1.1.0) but
completed within the stipulated period as
mentioned in clause 1.1.0 In such
cases, entire executed quantity of the
relevant work vide the work order shall be
considered for evaluation.
Case-II: The work is started and
completed within the stipulated period as
mentioned in clause 1.1.0. In
such cases, entire executed value of
the relevant work vide that work
order shall be considered for
evaluation.
Case-III: The work is started within the
stipulated period as mentioned in clause
1.1.0 but not completed as
on the last date of stipulated period. In
such cases, “In Progress” executed
quantity of the relevant work vide that
work order as on the last date of
stipulated period, shall be considered
for evaluation.
Remarks:
i) Bidder must submit requisite credentials in
support of having met the qualifying
requirement. A summary sheet of all
documents need to be submitted along
with the technical offer. Summary Sheet
should clearly describe the eligibility
credentials. Credentials may include:
1. Purchase order/ work order copies.
2. Work Completion Certificate against purchase
order/ Work Order Copies
(ii) In case of composite work/BOQ, the
bidder shall have to furnish Certificate
from owner certifying the value of
specific nature of work, as mentioned
in clause 1.1.0.
2.0.0 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 3550
Lakh (Indian Rupees Three Thousand Five
Hundred Fifty 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 Techno-
Commercial bid documents, pledging
unconditional and irrevocable financial
support for the execution of the Contract by
the Bidder in case of award
2.0.0 b
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 or Techno-
Commercial bid opening. In case the Bidder
does not meet 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) or its Holding
Companies, 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%( one 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.
2.0.0 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 with the bidding 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 the
Techno-Commercial Bid opening are not
available, the financials results certified by
a practicing Chartered Accountant shall be
considered acceptable.
In case Bidder is not able to submit the
certificate from 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 that financial
parameters is not available
Note:
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 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 the 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 it as per Companies act of
India
iv) For amount in foreign currency, the
exchange rate as on seven (7) days prior to
the date of Techno-Commercial bid opening
shall be used.
---------------------------------------------------------------------------------------------------
4.0 SUBMISSION OF BIDS:
Documents to be submitted offline: Tender fee, Bid Security (EMD), Integrity
Pact , Power of Attorney, NIL deviation certificate are to be submitted offline in
sealed envelope within the bid submission date and time to the address : SSC,
ERHQ-I, Barh, NTPC Ltd, PO- NTPC Barh,Dist- Patna,Bihar - 803215 .
Any Bid not accompanied by above mentioned 05 documents (viz i) acceptable
Tender fee, ii) acceptable Bid Security, iii) acceptable Integrity Pact , iv)
acceptable Power of Attorney, v) acceptable NIL deviation certificate) in a
separate sealed offline envelope shall be rejected by the Employer/NTPC Ltd as
being non-responsive and returned to the bidder without being opened.
TECHNO COMMERCIAL BID:
Techno Commercial bid is to be submitted in the e-procurement portal of
NTPC(GePNIC). It is suggested that the bidder may fill the techno commercial bid
well in advance to avoid last minute problems/rush in the system.
Techno Commercial bid is to be filled online after carefully examining the
documents / conditions and the schedule of work. All the prices are to be filled in at
the relevant fields in attached BOQ Excel sheet. Bidder shall also upload all the
required documents as required including scanned copy of i) Tender fee, ii) Bid
Security, iii) Integrity Pact and iv) Power of Attorney, v) NIL deviation certificate in
relevant folder online.
5.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for
Bids (IFB) 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.
6.0 Issuance of bid documents to any Bidder shall not construe that such bidder is
considered to be qualified.
7.0 Transfer of Bidding Documents purchased by one intending bidder to another is not
permissible.
8.0 A complete set of Bidding Documents may be downloaded by any interested bidder
directly through NTPC e-procurement portal, https://eprocurentpc.nic.in.
Note: No hard copy of Bidding Documents shall be issued
9.0. Procedure of bid opening: For submission of bids, the time and scheduled Bid
Submission Date shall be treated as cut-off line, and accordingly, the bids shall be
frozen. The online bidding system will not allow bid submission after the respective
specified expiry date and time. Make sure the bid submission is completed well in
advance of the time. The tender Committee or their authorised representatives shall
open the Technical bid and evaluation shall be done. If the scheduled Bid Opening
Date happens to be a closed holiday, the next working day shall be treated as Bid
Opening Date.
10.0. Technical Bid shall be evaluated for conformity to NTPC's requirements. Wherever
clarifications are required, same shall be taken through exchange of
correspondence.
11.0. Address for Communication: -
A) Name: Rajeev Kumar
Designation:AGM (C&M)/Contracts
Contact No.:9650991826
E-mail: rajeevkumar01@ntpc.co.in
B) Name: Gopinath Mandal
Designation: Sr Manager (C&M)/Contracts
Contact No.:9933323869
E-mail: gopinathmandal@ntpc.co.in
Address :-
SSC, ERHQ-I, Barh,
NTPC Ltd, PO- NTPC Barh,
Dist- Patna,Bihar - 803215