Page 1 of 6
BARMER LIGNITE MINING COMPANY LIMITED
[A Joint Venture between Rajasthan State Mines & Minerals Ltd.(RSMML) and JSW
Energy (Barmer) Limited (JSWEL)]
NOTICE INVITING TENDER (NIT)
FOR
DEVELOPMENT AND OPERATION OF JALIPA AND KAPURDI LIGNITE BLOCK,
STATE OF RAJASTHAN, INDIA
(Domestic Competitive Bidding)
NIT No/ Bidding Doc. No: CS-9925-602-9 Date: 21.06.2019
1.0 NTPC Limited (NTPC) on behalf of Barmer Lignite Mining Company Limited (BLMCL)
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 Jalipa and Kapurdi Lignite Block,
State of Rajasthan, India, as per the Scope of Work mentioned hereinafter.
2.0 Scope of Work: The scope of work shall be as specified in the tender documents,
which may be downloaded from our e-tender website https://eprocurentpc.nic.in.
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:
Commencement of Sale of Bid
Documents
21.06.2019
Last date for receipt of queries from
bidders (if any)
05.07.2019 till 1730Hrs.
Pre-bid Conference
05.07.2019 at 1430Hrs.
Last date for receipt of Bids
[Both Techno-Commercial Proposal
(Envelope-I) and Price Proposal
(Envelope-II)]
22.07.2019 upto 1500 Hrs.
Techno-Commercial Proposal
(Envelope-I) Opening Date & Time
24.07.2019 at 1530 Hrs.
Cost of Bidding Document
` 22,500/- (Indian Rupees Twenty Two
Thousand Five Hundred only) per set for
Indian Bidders.
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 20,24,20,000 (Indian Rupees Twenty Crore Twenty Four Lakh Twenty 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.
Page 2 of 6
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 6
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 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.
b) At least 15 Million BCM of composite volume of overburden and coal/lignite from
single open cast mine in any year, out of which at least 1.5 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) Net Worth of the Bidder as on the last day of the preceding Financial Year, shall not
be less than Indian Rupee (INR) 150 Crore (INR One Hundred Fifty Crore only)
or in equivalent foreign currency, and it should also be ensured that the Net Worth
shall be equal to or more than 100% of its paid up share capital.
Note:
Net Worth shall be calculated as the sum total of the paid up share capital and
free reserves. Where, Free reserves shall mean all reserves credited out of the
profits and share premium account as reduced by miscellaneous expenditure to
the extent not written off; but does not include reserves credited out of revaluation
of assets.
And
b) The annual Cash Accrual of the Bidder in any one of the preceding four completed
Financial Years reckoned from date of opening of the Techno- commercial bids
shall not be less than INR 50 Crore (INR Fifty Crore Only) or in equivalent foreign
currency. The Bidder must have a positive cash accrual in the immediate preceding
Financial Year.
Note:
“Cash Accrual” shall mean the net cash flow from operations i.e. PAT +
Depreciation -Dividend.
And
c) The annual turnover of the Bidder in any one of the preceding four completed
Financial Years reckoned from date of opening of the Techno commercial bids
Page 3 of 6
shall not be less than INR 500 Crore (INR Five Hundred Crore only) or in equivalent
foreign currency.
Note:
"Annual Turnover” shall mean the aggregate of total income from operations, other
operating income and other income.
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.
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.
Page 4 of 6
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.
iii. 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 6 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.
iv. 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.
v. 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 Owner 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 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 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.”
Page 5 of 6
vi. The word “composite” means that the Bidder should have produced both overburden and
coal/lignite from the same mine.
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. For 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
xiii. ‘year’ as per Clause 5.1 and 5.3.3(iii)(b) means a continuous period of 365 days..
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.
Page 6 of 6
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 of INR 22,500/- in favour of “Barmer Lignite
Mining Company Limited, Jaipur”.
For logging on to the e-Tender Site https://eprocurentpc.nic.in, the bidder would require
user ID, password and Class-III Digital Signature.
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.
7.1 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/ 3776627
Fax Nos. : + 91-120-2410215 / 2410011
Email: sanjaydeodhar@ntpc.co.in, gsrandhawa@ntpc.co.in; abhayanand@ntpc.co.in;
Websites: https://eprocurentpc.nic.in or www.ntpctender.com or www.ntpc.co.in
9.0 Registered Office: Barmer Lignite Mining Company Limited, “Khanij
Bhawan”, Udyog Bhawan Campus Tilak Marg, C-Scheme, Jaipur 302005, Rajasthan,
India, Corporate Identification Number: U14109RJ2007SGC023687, Web site:
www.blmcl.in