NTPC LTD
(A Government of India Enterprise)
WESTERN REGION-II SSC, SIPAT
BIDDING DOCUMENTS
FOR
4TH RAISING OF LAGOON-3B AT DHANRAS ASH
DYKE, NTPC KORBA
IN KORBA DIST OF STATE C.G.
SECTION- I TO VIII
BIDDING DOCUMENT NO. : 9900182135
(This document is meant for the exclusive purpose of bidding against this Bid
Document No. / Specification and shall not be transferred, reproduced or otherwise
used for purposes other than that for which it is specifically issued).
DETAILED INVITATION FOR BID
NTPC LTD.
(A GOVERNMENT OF INDIA ENTERPRISE)
WESTERN REGION-II SSC SIPAT
BIDDING DOCUMENTS
FOR
4TH RAISING OF LAGOON-3B AT DHANRAS ASH DYKE, NTPC KORBA
IN KORBA DIST OF STATE C.G.
INVITATION FOR BIDS (IFB)
(Domestic Competitive Bidding)
IFB/ NIT No.: 9900182135
Date: 17.07.2019
1.0 NTPC (SSC WR-II SIPAT) invites online bids on Single Stage Two Envelope bidding
basis (Part-I: Techno-Commercial Bid & Part-II: Price Bid) from eligible bidders for 4TH
RAISING OF LAGOON-3B AT DHANRAS ASH DYKE, NTPC KORBA situated at SIPAT
town in district Korba, State of C.G. India, as per the Scope of Work mentioned hereinafter.
2.1
BRIEF SCOPE OF WORK: The scope of work broadly includes 4th Raising of Lagoon-3B at
Ash Dyke, Dhanras for Korba Super Thermal Power Station. Raising of Lagoon shall to be
done by utilizing pond ash from the existing lagoons of ash dyke Dhanras.
2.2
Employer intends to finance the subject package through own resources.
3.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available for sale as per the following schedule:
NIT No 9900182135
Source IFB/ NIT WR-II SSC, SIPAT
Document sale Commencement Date & Time 17.07.2019, 10:00 HRS
Document sale Close Date & Time 02.08.2019, 16:00 HRS
Contract Classification WORKS CONTRACT
Last Date for receipt of Queries for Clarification
from prospective Bidders
26.07.2019
Pre Bid Conference date & time NOT APPLICABLE
Last Date and Time for Bid Submission 02.08.2019, 16:00 HRS
Technical Opening Date & Time
05.08.2019, 16:00 HRS
Cost of Bidding Document in INR 2250
EMD in INR 5,00,000.00
Estimated Cost of Work 426.93 (excluding GST)
4.0 As per provisions of bidding documents, the bidders shall submit online/offline, “No Deviation
Certificate, Tender Fee and EMD Details” in Cover Type Fee, “Techno-Commercial Proposal” in
BIDDING DOCUMENT NO.: 9900182135 4TH RAISING OF LAGOON-3B AT DHANRAS
ASH DYKE, NTPC KORBA
SECTION-I (IFB)
PAGE
1 OF 5
DETAILED INVITATION FOR BID
Cover type Technical and “Price Proposal along with declaration of Local content” in Cover Typ
Price, within the bid submission date and time as mentioned above on e-tendering portal https:/
eprocurentpc.nic.in. Only Techno-Commercial proposals will be opened on 05.08.2019 at 16.00 hr
(IST).
4.1 All the bids must be accompanied with No Deviation Certificate, Tender Fee and Bid
Security for an amount equivalent to Rs 5,00,000 (Rupees Five Lakhs only). Any bid not
accompanied by No Deviation Certificate (Online/offline), an acceptable bid security &
tender fee, in a separate sealed envelope shall be rejected by NTPC as being non-
responsive and returned to the bidders without being opened.
5.0 Qualifying Requirements for Bidders:
The Bidder should meet the minimum Qualifying Requirements as stipulated here under:
5.1.1
The bidder should have executed the works within the preceding seven (7) years
reckoned as on date of techno-commercial bid opening :
i.
At least one earthen dam work or ash dyke work or reservoir embankment work of
maximum height not less than 3.6 m, in one contract.
ii.
A cumulative progress of at least 2.77 lakhs Cu.m. of earth work in earthen dam work
or ash dyke work or reservoir embankment work or canal embankment work in a year
in one or more concurrently running contracts.
Note for clause 5.1.1 above
a)
Earth dams, ash dykes and reservoir embankments, which are designed as water
retaining structure, shall be qualified for this work. However, canal embankment,
guide bunds along water courses shall be considered for qualification under
clause 5.1.1 (ii) only. All other types of earthworks such as road embankment,
railway embankments, site leveling works etc. shall not be qualified.
b)
For embankments / reservoir / dyke, the height and quantities shall be considered
above formation level for QR purpose.
c)
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
5.1.1 (i). For example where the contract is for raising an embankment, only the
raising portion shall be considered and not the earlier starter dyke.
d)
The Work “Executed” means the bidder should have achieved the criterion
specified in the Qualifying Requirements, even if the total contract(s) is not
completed/closed. In case of contracts under execution as on date of techno
commercial bid opening, the quantity of work executed till date will be considered
provided the same is certified by the employer.
e)
The one (1) year period means any continuous 12 months period, however for
concurrent works the same 12 months period shall be considered.
f)
In case of works stipulated in 5.1.1 (ii) above, the word “earthwork” shall mean
earth/ash.
5.2 Financial Criteria:
BIDDING DOCUMENT NO.: 9900182135
4TH RAISING OF LAGOON-3B AT DHANRAS
ASH DYKE, NTPC KORBA
SECTION-I (IFB)
PAGE
2 OF 5
e
/
s
DETAILED INVITATION FOR BID
5.2.1
The average annual turnover of the Bidder, in the preceding three (3)
financial years as on the date of techno commercial bid opening, shall not be
less than Rs. 469 Lakhs (Rupees Four Hundred and Sixty Nine lakhs
only).
5.2.2
Net worth of bidder shall not be less than 100% of the bidder’s paid up share
capital as on the last day of the preceding financial year. In case the Bidder
meets the requirement of Net worth based on the strength of its
Subsidiary(ies) and/or Holding company and/or Subsidiaries 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. For
Consortiums/Joint Ventures, wherever applicable, the Net worth of all
consortium/ Joint Venture members in combined manner should not be less
than 100% of their 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)x100 where x1, x2, x3 are
individual net worth which shall not be less than 75% of the respective paid
up share capitals and y1, y2, y3 are individual paid up share capitals.
5.2.3
In case the bidder is not able to furnish its audited financial statement on
standalone entity basis, the unaudited unconsolidated financial statement of
the bidder can be considered acceptable provided the bidder furnishes the
following further documents on substantiation of its qualification.
Copies of the unaudited unconsolidated financial statements of the
bidder along with copies of the audited consolidated financial
statements of the Holding company.
A certificate from CEO/CFO of the Holding company as per the
format enclosed statement in the bid documents stating that the
unaudited unconsolidated financial statements form part of the
consolidated annual report of the company.
5.2.4
In case where audited results for the last financial year as on date of techno
commercial bid opening are not available, the financial result 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 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 certificate
from the practicing Chartered Accountant certifying the financial parameters
is not available.
5.2.5
In case a bidder does not satisfy the financial criteria, stipulated at Cl. 5.2.1
and/ or Cl.5.2.2 above on its own, the holding company would be required to
meet the stipulated turnover requirements at Cl.5.2.1 above, provided that
BIDDING DOCUMENT NO.: 9900182135
4TH RAISING OF LAGOON-3B AT DHANRAS
ASH DYKE, NTPC KORBA
SECTION-I (IFB)
DETAILED INVITATION FOR BID
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 bid, a Letter of Undertaking from the holding company,
supported by 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.
Notes:
(i) 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 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.
6.0 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.
7.0 Employer 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 A complete set of Bidding Documents may be downloaded by interested Bidder from our NIC
Portal (https://eprocurentpc.nic.in/nicgep/app). For logging on to the NIC Portal, the bidder
would require user id and password which can be obtained by submitting a questionnaire
available at our NIC Portal.
Note: No hard copy Bidding Documents shall be issued.
9.0 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 in the presence of Bidder’s representatives who choose to attend the bid opening.
Bidder shall furnish EMD, Tender Fee and power of Attorney to be submitted by the
bidder offline as detailed in Bidding Documents by the stipulated bid submission closing
date and time at the address given below
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 NTPC shall allow purchase preference, as indicated in the bidding documents to bids from
local supplier as defined in the bidding documents. The bidders may apprise themselves of the
relevant provisions of bidding documents in this regard before submission of their bids.
BIDDING DOCUMENT NO.: 9900182135
4TH RAISING OF LAGOON-3B AT DHANRAS
ASH DYKE, NTPC KORBA
SECTION-I (IFB)
DETAILED INVITATION FOR BID
12.0 Address for Communication:
AGM (C&M)/DGM (C&M),
NTPC Limited,
Western Region-II SSC Sipat
Sipat Super Thermal Power Project
Samaweshi Bhawan, Sipat,
PO-Ujjwal Nagar, Sipat, Bilaspur (C.G.) India, Pin 495555
Tel. No.: 0091-7752-277158, 0091-7752-277064
E-mail: ukjain01@ntpc.co.in, abhishekkumar02@ntpc.co.in
BIDDING DOCUMENT NO.: 9900182135
4TH RAISING OF LAGOON-3B AT DHANRAS
ASH DYKE, NTPC KORBA
SECTION-I (IFB)