NTPC LIMITED  
(
A Government of India Enterprise)  
SOUTHERN REGION  
SHARED SERVICES CENTER  
(CONTRACTS AND MATERIALS DEPARTMENT)  
CONTRACTS SECTION  
SECTION – I  
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER(NIT)  
FOR  
Page 1
 of
 5  
INVITATION FOR BIDS (IFB)  
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam-  
531020 invites bids from eligible bidders for the contract with following details:  
Sl.No Particulars  
Details  
1.  
Name of the Package  
Construction of HCSD lagoon, toe drain, Inspection road and other  
works in Ash Dyke area at NTPC Kudgi.  
2.  
Location of Contract  
Kudgi Super Thermal Power Station  
P.O.: Kudgi, Thaluk: Basavan Bagawadi, Distt. Vijayapura (Karnataka) -  
586121.  
GST NO. 29AAACN0255D1ZU  
As mentioned in Annexure-1 of IFB  
3
.
Qualifying Requirements  
Brief Scope of Work  
4.  
Name of the work / package: Construction of HCSD lagoon, toe drain,  
Inspection road and other works in Ash Dyke area at NTPC Kudgi.  
Details as specified in Tender Documents.  
5.  
Completion Period/  
Duration of Contract  
8 Months  
6.  
Defect Liability Period  
As specified in scope of work / GCC  
7.  
Maximum number of  
reference work, bidders  
can submit for meeting Nine(09)  
the Technical QR  
8.  
Bid submission end  
As per the dates mentioned in Tender Details of eProcurement Portal.  
date/Bid opening Date/Last  
date for Clarifications  
9.  
Price Bid  
The Bidder shall quote rate and applicable GST for each item in the relevant  
field of BOQ sheet (Price Bid). The BOQ (Excel Sheet) template must not be  
modified/replaced by the bidder and the same should be uploaded after filling  
the relevant columns.  
If agency does not mention any GST rate, it will be treated that GST is  
inclusive in the quoted Basic Rate. In case the bidder is exempted from GST,  
bidder has to produce valid Exemption Document . If not produced, it will be  
treated that GST is inclusive in the quoted Basic Rate.  
10.  
Required Offline  
Documents  
Following shall be submitted in a sealed envelope separately offline by  
the stipulated Bid Submission End Date and Time at the address given  
below:  
1) Bid Security (Original Bank Guarantee / Original Demand Draft /  
Original Pay Order / Original Banker's Cheque)  
2) Tender Fee (Original Demand Draft / Original Pay Order / Original  
Banker's Cheque)  
3) Power of Attorney to sign the bid  
4) Integrity Pact.  
Note-1: Bid Security and Tender Fee in the form of Demand Draft or  
Pay order or Banker’s Cheque shall be in favour of NTPC Ltd. payable  
at Visakhapatnam  
Note-2: Failure of submission of Bid Security (EMD) and Tender Fee  
before stipulated Bid submission end date and time shall result in  
rejection of bid.  
Page 2 of 5  
SECTION - I INVITATION FOR BIDS (IFB)  
11.  
Bid Security (EMD) &  
Tender Fee  
EMD Amount Rs.20,00,000.00  
Tender Fee Amount Rs 7,875.00  
12.  
Price Basis  
Firm  
13.  
Order Placement  
On Single Agency  
14.  
Purchase Preference  
Not Applicable  
15.  
Employer’s Beneficiary  
Bank Details for Tender  
Fee & EMD (if applicable).  
Bank Name  
IFSC Code  
Branch  
State Bank of India  
SBIN0020914  
Deepanjali Nagar (Branch Code 20914)  
Bank Address Deepanjali Nagar, NTPC Simhadri,  
Visakhapatnam - 531 020  
E mail id  
ntpc_djnagar@sbi.co.in  
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC  
eProcurement Portal, https://eprocurentpc.nic.in.  
C. Tender documents are non-transferable. No bidder other than the original bidder in whose name the tender  
documents are sold before Bid Submission End Date and Time can submit the offer.  
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.  
E. NTPC reserves the right to reject any or all bids or cancel / withdraw the Invitation For Bids (IFB) without assigning  
any reason whatsoever and in such case no bidder / intending bidder shall have any claim arising out of such action.  
F. ADDRESS FOR COMMUNICATION  
AGM (C&M-Contacts), NTPC LIMITED,  
Shared Services Center - Southern Region,  
Simhadri Super Thermal Power Station,  
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)  
Contact Phone: 08924284844 / 9440100224  
E-Mail: / gramasubodhreddy@ntpc.co.in / sreekumarv@ntpc.co.in  
Websites: https://eprocurentpc.nic.in or www.ntpctender.com  
Registered office:  
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.  
Website: www.ntpc.co.in  
Page 3 of 5  
SECTION - I INVITATION FOR BIDS (IFB)  
Qualifying Requirements  
ANNEXURE - I  
Qualifying Requirement for Construction of HCSD lagoon, toe drain, Inspection road and other works in Ash  
Dyke area at NTPC -Kudgi  
Sub:  
In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB (Instructions to Bidders), the following  
shall also apply:  
1
1
.0  
.1  
Technical Criteria:  
Bidder should have executed the following works within the preceding seven (7) years reckoned as on the date of  
Techno-Commercial bid opening:  
1
1
.2  
.3  
At least one earthen dam work or ash dyke work or reservoir embankment work of maximum height not less than 8.0  
mtr, in one contract.  
And  
A cumulative progress of at least 3.0 Lacs 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.  
Notes for 1.0 : 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 1.3 only. All other types of earth works such as road embankments, railway embankments, site levelling works  
etc. Shall not be qualified.  
b)  
c)  
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.  
For embankments/reservoir/dyke, the height and quantities shall be considered above formation level up to dyke top for  
qualifying requirements purpose. However, in case of ash dyke raising works, for both inward/upstream &  
outward/centre line methods, the height of 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 1.3.  
However, the depth of COT shall not be considered for the height calculation for qualifying requirement under clause  
1
.2.  
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 1.2.  
For example where the contract is for raising an embankment, only the raising portion shall be considered and not the  
earlier starter dyke.  
e)  
f)  
In clause 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.  
In clause 1.2 above, Bidder should have constructed full 8m 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)  
h)  
The “one (1) year period” means any continuous 12 months period for both one or maximum two contracts.  
In case of works stipulated in 1.3 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 Bidder’s 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 1.3 above, the credit of executed quantities can be claimed by the bidder in the ratio of bidder’s share in  
the integrated Joint Venture Agreement, provided the bidder establishes that it regularly undertakes works as at Clause  
1
.3 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  
Page 4 of 5  
SECTION - I INVITATION FOR BIDS (IFB)  
Clause 1.2 above, unless the bidder has individually executed the work meeting the requirement of Clause 1.2 above and  
which has been duly authenticated by the Project 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.  
2
.0 Financial criteria:  
2
.1  
The average annual turnover of the Bidder, should not be less than Rs. 2147.79 Lakhs (Rupees Twenty One crore  
Forty Seven Lakhs & Seventy Nine Thousand only) during the preceding three (3) completed financial years as on  
date of Techno-Commercial bid opening.  
2
.2  
In case a Bidder does not satisfy the annual turnover criteria, stipulated above on its own, its Holding Company would be  
required to meet the stipulated turnover requirements as above, 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.  
2
.3  
Net worth of the bidder as on the last day of the preceding financial year (reckoned on the date of techno-commercial bid  
opening) should not be less than 100% of the bidder’s paid up share capital. In case the Bidder does not satisfy 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 Subsidiary(ies) 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  
7
5% 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.  
2
2
.4  
.5  
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 CEO/CFO of the Holding Company, as per the format enclosed in the bid documents, stating  
(
that the unaudited unconsolidated financial statements form part of the Consolidated Annual Financial Statements of the  
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. 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 CLAUSE 2.0 ABOVE:  
a) “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per Companies Act of India,  
in vogue.  
b) Net worth means the sum total of the paid up share capital and free reserves. Free reserves 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.  
c) Other income shall not be considered for arriving at annual turnover.  
d) The bidder should have independent PF code issued by RPFC, valid PAN number and active GST registration  
number and the relevant documents shall be submitted along with bid proposal.  
Page 5 of 5  
SECTION - I INVITATION FOR BIDS (IFB)