NTPC LTD
(A Government of India Enterprise)
WESTERN REGION-II SSC, SIPAT
BIDDING DOCUMENTS
FOR
CONSTRUCTION OF STARTER DYKE UP TO EL (+) 338.00
M AT VILLAGE GHAMOTA IN CONTIGUITY WITH EXISTING
DHANRAS DYKE FOR NTPC KORBA
IN KORBA DIST OF STATE C.G.
SECTION- I TO VIII
BIDDING DOCUMENT NO. : 9900182692
(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
CONSTRUCTION OF STARTER DYKE UP TO EL (+) 338.00 M AT VILLAGE GHAMOTA IN
CONTIGUITY WITH EXISTING DHANRAS DYKE FOR NTPC KORBA
IN KORBA DIST OF STATE C.G.
INVITATION FOR BIDS (IFB)
(Domestic Competitive Bidding)
IFB/ NIT No.: 9900182692
Date: 31.08.2019
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
CONSTRUCTION OF STARTER DYKE UP TO EL (+) 338.00 M AT VILLAGE GHAMOTA
IN CONTIGUITY WITH EXISTING DHANRAS DYKE FOR NTPC KORBA situated at
SIPAT town in district Korba, State of C.G. India, as per the Scope of Work mentioned
hereinafter.
2.0 BRIEF SCOPE OF WORK: The scope of work broadly includes construction of starter dyke
up to EL (+) 338.00 M at village Ghamota in contiguity with existing Dhanras dyke for Korba Super
Thermal Power Station with earth to be borrowed by agency from their own borrow area as well as
with earth available inside the proposed dyke as per given drawings, specifications and instructions
of Engineer – in - Charge
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 9900182692
Source IFB/ NIT WR-II SSC, SIPAT
Document sale Commencement Date & Time 31.08.2019, 12:00 HRS
Document sale Close Date & Time 20.09.2019, 16:00 HRS
Contract Classification WORKS CONTRACT
Last Date for receipt of Queries for Clarification
from prospective Bidders
13.09.2019
Pre Bid Conference date & time NOT APPLICABLE
Last Date and Time for Bid Submission 20.09.2019, 16:00 HRS
Technical Opening Date & Time 23.09.2019, 16:00 HRS
Cost of Bidding Document in INR 9000
EMD in INR 1,00,00,000.00
Estimated Cost of Work 6290.50 (excluding GST)
BID DOCUMENT
NO.: 9900182692
CONSTRUCTION OF STARTER DYKE UP TO EL (+) 338.00 M AT VILLAGE GHAMOTA IN
CONTIGUITY WITH EXISTING DHANRAS DYKE FOR NTPC KORBA
SECTION-I (IFB)
PAGE
1 OF 6
DETAILED INVITATION FOR BID
4.1
As per provisions of bidding documents, the bidders shall submit online/offline, “No Deviatio
Certificate, Tender Fee, EMD Details, Integrity Pact” in Cover Type Fee,
“Techno-Commercia
Proposal” in Cover type Technical and “Price Proposal along with declaration of Local content” i
Cover Type Price, within the bid submission date and time as mentioned above on e-tenderin
portal https://eprocurentpc.nic.in. Only Techno-Commercial proposals will be opened on 23.09.201
at 16.00 hrs (IST).
4.2
All the bids must be accompanied with No Deviation Certificate, Integrity Pact, Tender Fee
and Bid Security for an amount equivalent to Rs 1,00,00,000.00 (Rupees One
Crore only). Any bid not accompanied by No Deviation Certificate (Online/offline),
an acceptable bid security & tender fee and Integrity Pact, 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 who wish to participate in the bidding shall satisfactorily establish that they fulfil
the following Qualifying Requirements:
5.1 TECHNICAL CRITERIA
5.1.1
Bidder should have executed the following works during the preceding seven (7) years
reckoned as on the date of Techno-Commercial bid opening:
a)
At least one earthen dam work or ash dyke work or reservoir embankment work of
maximum height not less than 10 m, in one contract.
And
b) A cumulative progress of at least 8.8 Lakh Cu.M of earthwork in earthen dam work or ash
dyke work or reservoir embankment or canal embankment work in any one (1) year period,
in one (1) or maximum two (2) contracts.
Note: The following notes (a to j) explain in detail the intention of various terms in qualifying
requirements:
a)
Earth dams, ash dykes, and reservoir embankments, which are designed as water retaining
structures, shall be qualified for this work. However, canal embankments, guide bunds
along water courses shall be considered for qualification under clause 5.1.1(b) only. All
other types of earth works such as road embankments, railway embankments, site levelling
works etc. shall not be qualified.
b)
Sand / substitute filter media as filter either in chimney or in blanket or both; used in
embankment shall be considered in earthwork quantity calculations. Rock toe shall not be
considered.
c)
For embankments/ reservoir/ dyke, the height and quantities shall be considered above
formation level upto dyke top for qualifying requirements purpose. However, in case of ash
dyke raising works, for both inward/ upstream & outward/ center line methods, the height of
BID DOCUMENT
NO.: 9900182692
CONSTRUCTION OF STARTER DYKE UP TO EL (+) 338.00 M AT VILLAGE GHAMOTA IN
CONTIGUITY WITH EXISTING DHANRAS DYKE FOR NTPC KORBA
SECTION-I (IFB)
PAGE
2 OF 6
n
l
n
g
9
DETAILED INVITATION FOR BID
dyke shall be considered from the stripped level of ash inside the lagoon for qualifying
requirement purpose.
Formation level means bottom of stripped level for the dyke formation. The earth work in cut
off trench (COT) shall be included for quantity estimation for qualifying requirement under
clause 5.1.1(b).
However, the depth of COT shall not be considered for the height calculation for qualifying
requirement under clause 5.1.1(a).
d)
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(a). For example
where the contract is for raising an embankment, only the raising portion shall be
considered and not the earlier starter dyke.
e)
In clause 5.1.1 above, the word “executed” means the Bidder should have achieved the
criteria specified in the qualifying requirements within the preceding seven (7) year period
even if the contract has been started earlier and /or is not completed / closed.
f)
In clause 5.1.1(a) above, Bidder should have constructed full 10 m height of embankment
work specified in the qualifying requirements, within the preceding seven (7) years period,
even if the contract has been started earlier and/or is not completed /closed.
g)
The “one (1) year period” means any continuous 12 months period for both one or
maximum two contracts.
h)
In case of works stipulated in 5.1.1(b) above the word “earthwork” shall mean earth /ash.
The quantity of earth work in filling only will be considered for qualification.
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 Bidders 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 for Clause 5.1.1(b) above,
the credit of executed quantities can be claimed by the bidder in the ratio of bidders share
in the integrated Joint Venture Agreement, provided the bidder establishes that it regularly
undertakes works as at Clause 5.1.1(b) above. The executed works/ quantities by
integrated Joint Venture shall be duly authenticated by the Project Authority. However, the
bidder will not be eligible to claim the credit of executed work by integrated Joint Venture for
Clause 5.1.1(a) above, unless the bidder has individually executed the work meeting the
requirement of Clause 5.1.1(a) above and which has been duly authenticated by the Project
BID DOCUMENT
NO.: 9900182692
PAGE
3 OF 6
DETAILED INVITATION FOR BID
Authority.
j) 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.
5.2
Financial Criteria:
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. 3433
Lakhs (Rupees Three Thousand Four Hundred and Thirty Three Lakhs only).
5.2.2
Net worth of bidder shall not be less than 100% of the bidders 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
BID DOCUMENT
NO.: 9900182692
PAGE
4 OF 6
DETAILED INVITATION FOR BID
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 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.
(iii)
“Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per
Companies Act of India.
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, Integrity Pact and power of Attorney to be
BID DOCUMENT
NO.: 9900182692
PAGE
5 OF 6
DETAILED INVITATION FOR BID
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.
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
BID DOCUMENT
NO.: 9900182692
PAGE
6 OF 6