DETAILED INVITATION FOR BID
FARAKKA SUPER THERMAL POWER STATION,
STAGE-II (2 X 500 MW)
BID DOC. NO. CS-4130-301A-9
CIVIL WORKS FOR CONVEYING RAW WATER TO
INTAKE CHANNEL
SECTION-I (IFB)
PAGE
1 OF 5
NTPC Limited
(A GOVT. OF INDIAENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
CIVIL WORKS FOR CONVEYING RAW WATER TO INTAKE CHANNEL
FOR
FARAKKA SUPER THERMAL POWER STATION, STAGE-II (2X500 MW)
LOCATED AT DISTRICT MURSHIDABAD, STATE OF WEST BENGAL, INDIA
(Domestic Competitive Bidding)
IFB No.: 40087979 Date: 02.05.2019
Bid Document No: CS-4130-301A-9
1.0 NTPC invites online bids on Single Stage Two Envelope Basis (i.e. Envelope-I : Techno-
Commercial Bid and Envelope-II: Price Bid) for Civil Works for conveying Raw Water to
Intake Channel for Farakka Super Thermal Power Station, Stage-II (2 X 500 MW) located
at District Murshidabad, State of West Bengal, India, as per the brief Scope of Work
mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The brief scope of work under this package shall include the following facilities :
a) Construction of new intake channel and connecting to existing intake channel
b) Area paving works for switchgear room, transformer foundations, Cable
trenches/slits, duct bank, firewall, oil pit, fencing & gates etc.
c) Excavation & concrete encasement works for pipes & cables below canal bund
road upto existing boundary wall.
d) All Civil, structural and Architectural works for Control room & Battery Room
including cable trenches cable slits, insert plates etc.
e) Re-construction of dismantled boundary wall and drain
f) Dismantling of PCC lining of new intake channel and construction of RCC Culvert
at crossing of new intake channel and existing material entry road.
g) Dismantling of existing bituminous paving and PCC/RCC/brick masonry/ steel
components of structures like boundary wall, drain, watch tower, CISF outpost,
pathways, roads, poles etc.
DETAILED INVITATION FOR BID
FARAKKA SUPER THERMAL POWER STATION,
STAGE-II (2 X 500 MW)
BID DOC. NO. CS-4130-301A-9
CIVIL WORKS FOR CONVEYING RAW WATER TO
INTAKE CHANNEL
SECTION-I (IFB)
PAGE
2 OF 5
3.0 NTPC intends to finance the subject package through Domestic 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-4130-301A-9
Bid Document Sale Date : From 02.05.2019 to 08.05.2019
Last Date for receipt of : 15.05.2019
Queries for Clarification
from prospective Bidders
Bid comprising of Techno- : Up to 14:30 hrs (IST) on 24.05.2019
Commercial proposal and price
Proposal Receipt Date & Time
Date & Time of opening of : 24.05.2019 at 15:00 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 : 4500/- (Rupees Four Thousand Five
Hundred Only)
Estimated Cost of Work : 648.46 Lakh (excluding GST)
5.0 Prospective Bidders from U.P.State are compulsorily required to provide TIN number at the
time of purchase of bidding documents.
6.0 Bid Security for an amount of 10,00,000/- (Indian Rupees Ten Lakh 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.
7.0 Qualifying Requirements for Bidders:
In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB
(Instructions to Bidders), the following shall also apply.
DETAILED INVITATION FOR BID
FARAKKA SUPER THERMAL POWER STATION,
STAGE-II (2 X 500 MW)
BID DOC. NO. CS-4130-301A-9
CIVIL WORKS FOR CONVEYING RAW WATER TO
INTAKE CHANNEL
SECTION-I (IFB)
PAGE
3 OF 5
7.1.0.0 Technical Criteria for Qualification:
7.1.1.0 Bidder should have executed, one or more contract(s) with minimum 4500 m3 cumulative
quantity of concrete in below mentioned reference works, within the preceding seven (7)
years reckoned prior to the date of Techno-Commercial bid opening:
(a) One (1) civil works contract of value not less than 675 Lacs or ,
(b) Two (2) civil works contracts of value not less than 420 Lacs each or,
(c) Three (3) civil works contracts of value not less than 335 Lacs each.
Notes :
i. Reference works 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 Joint Venture agreement/
Consortium Agreement / Deed of Joint Undertaking 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 provisions of qualifying requirement.
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 the
Clause 7.1.0.0 above, the credit of value of work and quantities executed 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 civil works
involving concrete works. The executed works/quantities by integrated Joint
Venture shall be duly authenticated by the Project Authority.
ii. 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.
7.2.0.0 Financial criteria for Qualification:
a) The average annual turnover of the Bidder, should not be less than Rs. 845 Lacs (Indian
Rupees Eight hundred Forty Five Lacs only) during the preceding three (3) completed
financial years as on the date of Techno-commercial bid opening.
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 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-
DETAILED INVITATION FOR BID
FARAKKA SUPER THERMAL POWER STATION,
STAGE-II (2 X 500 MW)
BID DOC. NO. CS-4130-301A-9
CIVIL WORKS FOR CONVEYING RAW WATER TO
INTAKE CHANNEL
SECTION-I (IFB)
PAGE
4 OF 5
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) The Net Worth of the bidder as on the last day of the preceding financial year (reckoned on
the date of techno-commercial bid opening) should not be less than 100% of the Bidder’s
paid-up share capital. In case the Bidder does not satisfy 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 Subsidiaries of the 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.
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.
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
in the bid 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 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 result 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 date of techno commercial bid opening
and the Certificates from the practicing Chartered Accountant certifying the financial
parameters is not available.
NOTES FOR CLAUSE 7.2.0.0 ABOVE:
(i) 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 assets, write back of
depreciation provisions and amalgamation. Further any debit balance of Profit & Loss
DETAILED INVITATION FOR BID
FARAKKA SUPER THERMAL POWER STATION,
STAGE-II (2 X 500 MW)
BID DOC. NO. CS-4130-301A-9
CIVIL WORKS FOR CONVEYING RAW WATER TO
INTAKE CHANNEL
SECTION-I (IFB)
PAGE
5 OF 5
account and miscellaneous expenses to the extent not adjusted or written off, if any, shall
be reduced from reserves & 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.
8.0 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.
9.0 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.
10.0 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.
11.0 Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is
considered to be qualified.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
13.0 Address for Communication:
DGM (Contract Services) /Manager (Contract Services)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.-Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Telephone No.: 091 - 120 – 4948616/4946641
Fax No.: 091 - 120-2410035 / 2410011
Email : arvindkumar01@ntpc.co.in/ kumaribabita@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com
CIN: L40101DL1975GOI007966