Page 1 of 8
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
DEVELOPMENT AND OPERATION OF TALAIPALLI COAL BLOCK, DISTRICT
RAIGARH, STATE OF CHHATTISGARH, INDIA
(International Competitive Bidding)
Bidding Doc. No: CS-7014-602(R)-9 Date: 19.08.2019
1.0 NTPC Limited (NTPC) 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 Talaipalli Coal Block, Raigarh District, State of Chhattisgarh, India as per the Scope of
Work mentioned hereinafter.
2.0 Brief Scope of Work
Design, engineering, development, operation and maintenance of coal mine to deliver
coal of specified quality to NTPC which includes:
(I) Scope of Work During Development Stage:
(a) Land acquisition and R&R:
i. Liasioning with District Administration & State Government for all land acquisition
issues
ii. Interactions with PAPS for disbursement of compensation on account of land and
R&R
iii. Tree-cutting activities for forest land
iv. Physical possession of private, Government and Forest land
v. Construction of R&R Colony for which a fixed amount as indicated in the bidding
documents shall be paid by NTPC
(b) Construction of all fixed infrastructure facilities required for development and
operation of mine for lifetime.
(II) Scope of work during operation Stage:
i. Make provision of HEMM, removal of overburden (OB), extraction of coal and
handling of overburden & coal.
ii. Crushing of coal to -50mm size.
iii. Stacking & reclaiming.
iv. Road transportation of coal upto nearest rail head for initial six years.
Page 2 of 8
v. All other activities pertaining to Mine management including compliance with all
statutory requirements.
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
From 27.08.2019
Last Date of Receipt of Queries from
Bidders
12.09.2019
Pre Bid Conference Date & Time
12.09.2019 at 1500 Hrs. (IST)
Last date for receipt of Bids
[Both Techno-Commercial Proposal
(Envelope-I) and Price Proposal
(Envelope-II)]
01.10.2019 upto 1500 Hrs. (IST)
Techno-Commercial Proposal
(Envelope-I) Opening Date & Time
04.10.2019 at 1500 Hrs. (IST)
Cost of Bidding Document
INR 22,500/- (Indian Rupees Twenty Two
Thousand Five Hundred only) per set for
Indian Bidders and USD 500 (US Dollars
Five Hundred only) per set for Foreign
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
557,037,000 (Indian Rupees Five Hundred Fifty Seven Million Thirty Seven
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.
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
Page 3 of 8
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.
and
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 3 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) In any three consecutive Financial Years, as proposed by the bidder out of
preceding four Financial years, as on the date of opening of Techno-commercial
bids:
i) The average annual turnover of the Bidder should not be less than INR 8100
Million (Indian Rupees Eight Thousand One Hundred Million only) or in
equivalent foreign currency; and
ii) The average annual cash accrual of the Bidder should not be less than INR
900 Million (Indian Rupees Nine Hundred Million only), or in equivalent foreign
currency. The Bidder must have a positive cash accrual in the last Financial
Year out of the three consecutive Financial Years considered by the bidder.
b) Net Worth of the Bidder as on the last date of the last financial year out of the three
consecutive Financial Years, as proposed by the Bidder at clause 5.2(a) above
should not be less than INR 4500 million (Indian Rupees Four Thousand Five
Hundred Million Only), or in equivalent foreign currency, which should be equal to
or more than 100% of its paid up share capital.
c) The unutilized line of credit for fund based and non-fund based limits with cash
and bank balances including fixed deposits of the Bidder as on a date not earlier
than 15 days prior to the date of Techno-commercial Bid opening, duly certified by
its Bankers should not be less than INR 590 Million (Indian Rupees Five Hundred
Ninety Million only) or in equivalent foreign currency. In case certificates from more
than one bank are submitted, the certified unutilized limits should be of the same
date from all such banks.
i) Where another Company of the Group acting as the Treasury Centre is responsible
for Treasury Management of the Bidder having combined credit/guarantee limit for
the whole group, the Bidder would be required to provide a Banker’s certificate
regarding the unutilized line of credit for fund based and non-fund based limits
together with cash and bank balances including fixed deposits available to such
Treasury Centre. Further, Treasury Centre shall certify that out of the aforesaid limits
certified by the bankers, the Bidder shall have access to the line of credit of a level
not less than the specified amount at clause 5.2 (c) above. In proof of this, the Bidder
would be required to furnish along with its Techno-commercial Bid, a Letter of
Page 4 of 8
Undertaking from the Treasury Centre, supported by a Resolution passed by the
Board of Directors of the Holding Company, as per the format enclosed in the bidding
documents, pledging unconditional and irrevocable financial support for the
execution of the Contract by the Bidder in case of award.
ii) In case the Bidder’s unutilized line of credit for fund based and non-fund based limits
specified at clause 5.2 (c) above is not sufficient, a comfort letter from one of the
bankers specified in the bidding documents unequivocally stating that in case the
Bidder is awarded the contract, the Bank would enhance line of credit for fund based
and non-fund based limits to a level not less than the specified amount to the Bidder
or to the Treasury Management Centre as the case may be, shall be acceptable.
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
Page 5 of 8
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.
iv. Net worth of the Bidder and its Subsidiary (ies) and/or Holding Company and/or
Subsidiary (ies) of its Holding Company, lending strength /experience to the Bidder for
meeting Technical or Financial Criteria, in combined manner, should be equal to or more
than 100% of their total paid up share capital, as on the last date of the last financial year
out of the three consecutive Financial Years, considered by bidder for meeting Financial
Criteria. However, net worth of the Bidder and its Subsidiary (ies) and/or Holding
Company and/or Subsidiary (ies) of its Holding Company, seeking qualification under
this Route, as on the last date of the last financial year out of the three consecutive
Financial Years, considered by bidder for meeting financial criteria, should not be less
than 75% of their respective paid up share capital individually.
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. Net worth of all the consortium members in combined manner, as on the last date of the
last financial year out of the three consecutive Financial Years, proposed by bidder for
meeting Financial Criteria, should be equal to or more than 100% of their total paid up
share capital. However, net worth of each member of the consortium excluding the
leader, as on the last date of the last financial year out of the three consecutive Financial
Years, considered by bidder for meeting Financial Criteria, should not be less than 75%
of their respective paid up share capital individually.
iv. 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 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.
Page 6 of 8
v. 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.
vi. 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 NTPC 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 drilling, 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 developmentas per (ii) above means construction of CHP, 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.”
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
0.8
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.
Page 7 of 8
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. 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.
xiii. For Cl. 5.3.2 (iv), Net worth in combined manner as percentage of Paid up Share capital
shall be calculated as follows:
If Net worth of the bidder (X1) and two of (X2 & X3) Subsidiary (ies) and/or Holding
Company and/or Subsidiary (ies) of its Holding Company is X1, X2 & X3 respectively
and corresponding Paid up share capital of the bidder and Subsidiary (ies) and/or
Holding Company and/or Subsidiary (ies) of its Holding Company is Y1, Y2 & Y3
respectively, then
X1+X2+X3
Net worth (in combined manner) = --------------- X 100 %
Y1+Y2+Y3
xiv. For Cl. 5.3.3 (iii), Net worth in combined manner as percentage of Paid up Share capital
shall be calculated as follows:
If Net worth of the three Consortium partners is X1, X2 & X3 respectively and
corresponding Paid up share capital of the three Consortium partners is Y1, Y2 & Y3
respectively, then
X1+X2+X3
Net worth (in combined manner) = --------------- X 100 %
Y1+Y2+Y3
Page 8 of 8
xv. For meeting financial criteria, Bidder under Route-1 shall consider the same set of three
consecutive Financial Years.
For meeting financial criteria, Bidder and its Subsidiary (ies) and/or Holding Company
and/or Subsidiary (ies) of its Holding Company under Route-2 shall consider the same
set of three consecutive Financial Years.
For meeting financial criteria, all the Consortium Members under Route-3 shall consider
the same set of three consecutive Financial Years.
xvi. Cash Accrual shall mean the net cash flow from operations i.e. PAT + Depreciation +
Other non-cash expenses.
xvii. Other income shall not be considered for arriving at annual turnover.
xviii. For unutilized line of credit for fund based and non-fund based limits, 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.
xix. year” as per Clause 5.1 and 5.3.3(iv(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.
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 as indicated above, in favour of “NTPC Limited,
New Delhi”.
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.
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- 4946664/ 4946605/ 4946627
Fax Nos. : + 91-120- 2410011
Page 9 of 8
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
Registered Office: NTPC Bhawan, SCOPE Complex, 7, Institutional Area, Lodhi Road,
New Delhi-110003, Corporate Identification Number: L40101DL1975GOI007966