INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 1 of 7
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
GANGA WATER SUPPLY PACKAGE
FOR
BARAUNI THERMAL POWER STATION (2x110MW + 2x250 MW)
LOCATED IN
BEGUSARAI DISTRICT OF BIHAR STATE, INDIA
(Domestic Competitive Bidding)
IFB No.: 40088039 Date: 20.09.2019
Bidding Document No.: CS-8004-132C-9
1.0 NTPC invites online Bids on 'Single Stage Two Envelope' bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for aforesaid Package
as per the scope of work briefly mentioned hereinafter:
2.0 BRIEF SCOPE OF WORK
A Civil Works
Engineering, design (including Architectural), supply, fabrication, erection and construction of
all civil and architectural works of following major structural/ facilities;
a) Sub-Structure and super structure of approach bridge including piling works.
b) Civil structure for Barge Anchoring.
c) Civil, Structural works for make Water Rising mains and cross country make makeup water pipes.
d) Miscellaneous building in the make-up water facility area (Auxiliary Building including silt flushing
pump house & Workshops Building)
e) Desilting outfall arrangement.
f) Laying of Makeup Water Pipes lines and silt flushing pipes.
g) Electrical Sub-station/switchgear room/building.
h) Area filing, providing drain and river bank protection works in the makeup water facilities area,
boundary wall, internal road of makeup water facilities area etc.,
i) Potable Water Supply scheme including provision of tubewell and sewerage system in the makeup
water facility area etc.,
j) Civil works for transmission line.
B Mechanical Equipment / System and Associated Electrical and C&I Works
a) Raw water from Ganga river shall be drawn by makeup water Pumps (2 Working + 1 Standby) for
each phase mounted on a common floating Barge located in the Ganga river. Two nos. of make water
rising mains shall supply water from barge pumping station to the hydro cyclone separators.
b) The Barge shall be approached from the railway bund which shall be connected through Approach
jetty and Gangway. The approach jetty & gangway shall be suitable to carry raw water rising main
pipes, power & control cable and shall have passage for movement of man/material & equipment’s.
INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 2 of 7
Scope also includes AMC of Barge, associated Equipment & Approach Jetty for a period of three (3)
year which shall commence from the date of Completion of Facilities of the Contract.
c) Hydrocyclone separators shall be installed on-shore (at Make-up water facility area near the railway
bund) and after removal of silt/ solids from the raw water, the clear water (makeup water) shall be
supplied to BTPS plant through four make-up water main pipelines (two nos. for each phase). The part
(75%) of the make-up water main pipelines have been laid and remaining pipeline is to be laid in this
package.
d) A water pre-treatment plant for Phase-I units, comprising of clarifiers, gravity filters, chemical house,
Chlorine-dioxide Generation Plant etc. to cater to the requirements of clarified water and filter water.
Further, for Phase-II replacement of Chlorine Generation Plant with new Chlorine-dioxide Generation
Plant.
e) The makeup water facility shall have 33kV switchgear/office building, workshop & auxiliary
block/building for equipment.
f) Electrical power to Barge pumping station and Make-up Water facilities area shall be provided from
the existing main plant 6.6 kV station switchgear board of Barauni TPS Phase-II (2 feeders). 6.6 kV
cables shall be laid from the station switchgear in main plant to 33 KV Sub Station (to be constructed
by the bidder) near main plant gate. 6.6 kV Power supply shall be stepped up to 33kV through
6.6kV/33kV Transformers in the substation near the main plant gate. Transmission of Power supply
from 33 kV Switchgear at main plant gate to 33 kV Switchgear at Makeup water facility area shall be
through 33kV Aerial Bunched Cables in transmission poles (approx. 4 km). XLPE Cables shall be
provided for Railway Bridge, NH and bund crossing through duct bank, pull pit, etc.
g) For Phase-I PT plant area, the power supply shall be provided from 6.6kV switchgear board of
Barauni TPS Phase-I through 6.6kV Cables. Power Supply to Chemical Treatment Plant & Chlorine
DI-oxide System shall be provided from the existing Raw Water/CW LT Switchgear located near the
chemical treatment.
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
4.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding
Documents, which are available for examination and Sale at the address given below at 12.0
and as per the following schedule:
Issuance of IFB
20.09.2019*
Bidding Document Sale Date & Time
From 20.09.2019 to 30.09.2019 upto 1730 Hrs. (IST)
Last Date for receipt of queries for
clarification from prospective
Bidders
10.10.2019
Date, Time and venue for Pre-Bid
conference*
10.10.2019, 1030 Hrs (IST) at NTPC-EOC, Noida
Bid Receipt Date & Time
Upto 22.10.2019 by 1445 Hrs. (IST)
Bid Opening Date & Time for
Techno-Commercial Bid
22.10.2019 at 1500 Hrs. (IST)
Price Bid Opening Date & Time
Shall be intimated separately by NTPC.
Cost of Bidding Document
INR 22,500/- (Indian Rupees Twenty Two Thousand Five
Hundred only)
* No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the
date of Pre-Bid Conference as specified above.
INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 3 of 7
4.1 Visit to Barauni site is mandatory. Bidder shall visit the site before the date for Pre-Bid
conference as mentioned above and submit a signed visit report (duly countersigned by
Employer’s representative at Barauni site).
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,00,00,000/- (Indian
Rupees Two Crore only) in the form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-
RESPONSIVE AND SHALL NOT BEOPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS
6.1.0 The bidder should meet any one of the qualifying requirement stipulated hereunder as per Clause
6.1.1 or 6.1.2. In addition, the bidder should also meet the requirements stipulated under Clause 6.2.0
together with the requirements stipulated under Section ITB:
6.1.1 The Bidder should have executed the following works listed at 6.1.1 (i) & 6.1.1 (ii) within the preceding
seven (7) years reckoned prior to the date of techno -commercial bid opening:
i) At least one industrial project involving water pumping system of 4000 cum/hr capacity or more &
associated electrical work on EPC basis, of a value of INR 614 Million (Indian Rupees Six
Hundred Fourteen Million only) or more and the same should be in successful operation for a
period of at least one (1) year prior to the date of techno-commercial bid opening.
ii) Civil works for the pumping system or water treatment plant or industrial project involving
concreting not less than 10,000 cubic meter in any one (1) year in one (1) or cumulative of two (2)
concurrently running contracts.
The works referred in para i) and ii) above can be in same or in different projects.
6.1.2 Bidder who meets the qualifying requirement of only one of the clause 6.1.1(i) or 6.1.1 (ii) above, can
also participate, provided he associates/ collaborates with a firm who meets requirements of the clause
6.1.1(i) or 6.1.1(ii) above as the case may be, such that the bidder and his associate together fully meet
the requirement of clause 6.1.1(i) and 6.1.1 (ii). In such a case, bidder shall furnish, along with the bid
an undertaking jointly executed by him and his associate as per the format enclosed in the bidding
documents for the successful performance of scope of works for which he is associated. This Deed of
Joint Undertaking (DJU) shall be submitted along with the bid, failing which the bidder shall be
disqualified and his bid shall be rejected. Further, in case of award, the associate/ collaborator will be
required to furnish an On-demand bank guarantee of value for 2% (two percent) of total Contract Price
in addition to contract performance security to be provided by the bidder as per Employer’s format.
NOTES
i) The word “executed” means the bidder should have achieved the criteria specified in the above QR
within the preceding seven (7) years period even if the contract has been started earlier and/or is not
completed/closed.
ii) The one (1) year period means any continuous 12 months period. However, for concurrent works, the
same 12 months period shall be considered.
iii) Bidder shall submit certificate of successful completion and operation of contract from the Owner.
iv) Projects executed by the bidder's group company, Holding Company or Subsidiary Company shall not
be considered as bidder's experience for meeting the QR.
v) In case, the award for the reference works has been received by the Bidder either directly from Owner
of plant or any other intermediary organization, a certificate from such Owner of plant or the
intermediary organization shall be required to be furnished by the Bidder along with its techno-
INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 4 of 7
commercial bid in support of its claim of meeting requirement stipulated above. Certificate from Owner
of the plant shall also be furnished by the Bidder for successful operation of the reference plant under
Clause 6.1.1(i) above.
vi) The execution of industrial project on EPC basis under Clause No 6.1.1 (i) means, such bidder was
responsible for all the activities i.e. Design/Engineering, Procurement, Construction and
Commissioning of the reference project/work.
6.2.0 Financial Criteria for Qualification:
6.2.1 Financial Criteria for Bidder
a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of
techno-commercial bid opening, should not be less than INR 730 Million (Indian Rupees Seven
Hundred Thirty Million only).
In case a Bidder does not satisfy the average annual turnover criteria, stipulated above on its own, its
Holding Company would be required to meet the stipulated turnover requirements provided that the
Net Worth of such Holding Company as on the last day of the preceding financial year is at least 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 Techno-Commercial bid, a Letter of Undertaking from the Holding
Company, supported by the Holding Company's 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.
b) The Net worth of the bidder should not be less than 100% (hundred percent) of the bidder's paid up
share capital as on the last day of the preceding financial year. In case the Bidder does not meet the
Net worth criteria on its own, it can meet 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. In such a case, however 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% (hundred percent) of their total paid up share capital. However individually, their Net worth
should not be less than 75% (seventy five percent) 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) X 100
Where X1,X2,X3 are individual Net worth which should not be less than 75% of the respective paid up
share capitals and Y1,Y2,Y3 are individual paid up share capitals.
c) In case the Bidder is not able to furnish its audited financial statements on standalone 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 CEO/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 Holding Company.
In cases where audited results for the last financial year as on the date of Techno Commercial bid
opening are not available, the financial results certified by a practicing Chartered Accountant shall
be considered acceptable. In case, Bidder is not able to submit the Certificate from a practicing
Chartered Accountant certifying its financial parameters, the audited results of three consecutive
financial years preceding the last financial year shall be considered for evaluating the financial
parameters.
INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 5 of 7
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 the date
of Techno-commercial bid opening and the Certificate from the practicing Chartered Accountant
certifying the financial parameters is not available.
6.2.2 Financial Criteria for the Collaborator/ Associate:
a) For the bidder seeking qualification through clause no 6.1.2 above, the average annual turnover of
the Collaborator / Associate, in the preceding three (3) financial years as on the date of techno-
commercial bid opening, should not be less than the amounts specified below:
(i) INR 462 Million (Rupees Four Hundred Sixty Two Million only) for Collaborate/Associate of
clause no. 6.1.1 (i) for industrial project involving water pumping system of 4000cum/hr capacity or
more and associated electrical work on EPC basis.
(ii) INR 268 Million (Rupees Two Hundred Sixty Eight Million only) for Collaborate/Associate of
clause no. 6.1.1 (ii) for Civil Works for the pumping system or water treatment plant or industrial
project.
In case the Collaborator/Associate does not satisfy the average annual turnover criteria stipulated
above on its own, its Holding Company would be required to meet the stipulated turnover
requirements, provided that the net worth of such Holding Company, as on the last day of the
preceding financial year is at least equal to or more than the paid-up share capital of the Holding
Company. In such an event, the Collaborator/Associate would be required to furnish along with
bidder's Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by
Board Resolution of the Holding Company, as per the format enclosed with the bidding documents,
pledging unconditional and irrevocable financial support to the Collaborator/Associate to honour the
terms and conditions of the Deed of Joint Undertaking in case of award of the Contract to the
Bidder with whom Collaborator/Associate is associated.
b) The Net Worth of Collaborator/Associate, as on the last day of the preceding financial year as on
the date of Techno-commercial bid opening should not be less than 100% (hundred percent) of its
paid-up share capital. In case the Collaborator/Associate does not meet the Net worth criteria on
its own, it can meet 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. In
such a case, however the Net worth of the Collaborator/Associate 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% (hundred percent) of their total paid up share capital. However individually,
their Net worth should not be less than 75% (seventy five percent) 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) X 100
Where X1, X2,X3 are individual Net worth which should not be less than 75% of the respective
paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.
c) In case the Collaborator/Associate is not able to furnish its audited financial statements on
standalone entity basis, the unaudited unconsolidated financial statements of the
Collaborator/Associate can be considered acceptable provided the Collaborator/ Associate
furnishes the following further documents on substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Collaborator/ Associate along
with copies of the audited consolidated financial statements of the Holding Company of
Collaborator/ Associate.
(ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed with the
bidding documents, stating that the unaudited unconsolidated financial statements form part of the
consolidated financial statements of the Holding Company of Collaborator/Associate.
INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 6 of 7
In cases where audited results for the last financial year as on the date of Techno Commercial bid
opening are not available, the financial results certified by a practicing Chartered Accountant shall
be considered acceptable. In case, Collaborator/Associate is not able to submit the Certificate from
a practicing Chartered Accountant certifying its financial parameters, the audited results 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 the date of Techno-commercial bid opening and the Certificate from the practicing Chartered
Accountant certifying the financial parameters is not available.
NOTES for 6.2.0 above:
(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 Company" shall have the meaning ascribed to them as per
Companies Act of India.
(iv) For annual Turnover indicated in foreign currency, the exchange rate as on seven (7) days prior to the
date of Techno-Commercial bid opening shall be used.
7.0 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.
8.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on
payment (non-refundable) of the cost of the documents as mentioned above in the form of a
crossed account Payee demand draft in favour of NTPC Ltd., Payable at New Delhi or
directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in).
For logging on to the SRM Site, the bidder would require vendor code and SRM user id and
password which can be obtained by submitting a questionnaire available at our SRM site as
well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor
code are required to approach NTPC at least three working days prior to Document Sale
Close date along with duly filled in questionnaire for issue of vendor code and SRM user
id/password.
Note: No hard copy of Bidding Documents shall be issued.
9.0 Issuance of bid 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 Bid Security, Integrity Pact, Deed of Joint Undertaking (if applicable) and Power of
Attorney separately 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.
INVITATION FOR BIDS
GANGA WATER SUPPLY PACKAGE FOR
BARAUNI TPS (2x110 MW + 2x250 MW)
BIDDING DOCUMENT NO. CS-8004-132C-9
SECTION - I (IFB)
Page 7 of 7
11.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from
local suppliers 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:
Manager (C&M) / AGM (C&M)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.-Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-4948669/ 4946671
e-mail: vibhavrastogi@ntpc.co.in/ ashokkumar06@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in