NTPC LIMITED  
(
A Govt. of India Enterprise)  
CORPORATE CONTRACTS, NOIDA  
INVITATION FOR BIDS (IFB)  
FOR  
DEVELOPMENT AND OPERATION OF CHATTI BARIATU COAL BLOCK, DISTRICT  
HAZARIBAGH, STATE OF JHARKHAND, INDIA  
(International Competitive Bidding)  
IFB No. / Bidding Doc. No.: CS-7011-602(R2)-9  
Date: 19.08.2019  
1
.0  
.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 Chatti Bariatu Coal Block, District Hazaribagh, State of Jharkhand, India as per the  
Scope of Work mentioned hereinafter.  
2
Brief Scope of Work  
The MDO shall plan, design, engineer, finance, construct, develop, operate and  
maintain the Chatti Bariatu Coal Mine (for which Mining Plan has been approved by  
MoC) to deliver coal of specified quantity and quality to NTPC which includes:  
assistance in land acquisition required for project. This shall interalia involves,  
interaction with PAPs, State Government and other agencies relating to land  
acquisition and R&R, physical possession of land, excavation of various rocks/earth  
cutting by mechanised means, loading, transportation, dumping, dozing, mining of  
coal, crushing of coal to a pre-determined size, leveling at OB dumping site to ensure  
progressive mine closure and infrastructures facilities like equipment workshop,  
electrical substations, pumping arrangements, haul road maintenance etc, discharge  
of crushed coal to delivery point and compliance to all statutory rules, regulation and  
laws as applicable.  
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:  
Documents Sale Start Date  
27.08.2019  
1.09.2019  
11.09.2019 at 1500 Hrs. (IST)  
Last Date of Receipt of Queries from  
Bidders  
1
Pre Bid Conference Date & Time  
Last date & Time for receipt of Bids  
[
(
(
Both  
Envelope-I)  
Envelope-II)]  
Techno-Commercial  
Proposal  
Proposal  
01.10.2019 up to 1500 Hrs. (IST)  
and  
Price  
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.  
Page 1 of 8  
The date of opening of Envelope-II (Price Proposal) and Reverse Auction shall be  
intimated separately by NTPC.  
4
.0  
.0  
All bids must be accompanied by Earnest Money Deposit for an amount of INR  
122,836,000 (Indian Rupees One Hundred Twenty Two Million Eight Hundred Thirty  
Six 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
Qualifying Requirements  
In addition to the satisfactory fulfilment 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 17 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 8.5 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 3685 Million  
(Indian Rupees Three Thousand Six Hundred Eighty Five Million only) or in equivalent  
foreign currency; and  
ii) The average annual cash accrual of the Bidder should not be less than INR 435 Million  
(Indian Rupees Four Hundred Thirty Five 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 2180 million (Indian Rupees Two Thousand One Hundred Eighty Million  
Page 2 of 8  
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 270 Million (Indian Rupees Two Hundred seventy 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 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.  
.3.2. ROUTE – 2  
5
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  
Page 3 of 8  
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.  
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  
Page 4 of 8  
or  
b. At least 20% of the technical criteria at clause 5.1.2 (a) i.e 3.4 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.  
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 development” as per (ii) above means construction of CHP, Buildings,  
Workshops, in a coal/lignite mine.  
iv. Aggregate” means combination of overburden and / or minerals (anyone 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  
.50  
LIGNITE  
0.8  
1
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  
Page 5 of 8  
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. 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 clause 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 clause 5.3.3 (iii), Net worth in combined manner as percentage of Paid up Share  
capital shall be calculated as follows:  
Page 6 of 8  
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  
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”.  
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  
Page 7 of 8  
th  
NTPC Limited, 6 Floor,  
Engineering Office Complex,  
Plot No.: A-8A, Sector-24, NOIDA (State of Uttar Pradesh)  
PIN - 201301  
Ph. No: +91-120- 4946664/ 4946605/ 4946679  
Fax Nos. : + 91-120-2410011  
Email: sanjaydeodhar@ntpc.co.in, gsrandhawa@ntpc.co.in; skvashisth@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  
Page 8 of 8