KANTI BIJLEE UTPADAN NIGAM LIMITED  
A Wholly Owned Subsidiary of NTPC Limited)  
(
Administrative Building, C&M Deptt. PO-Kanti Thermal , Dist.: Muzaffarpur ,Bihar -843130  
NOTICE INVITING TENDER (NIT)  
FOR  
Balance Civil Work of Lagoon – I and Overflow Lagoon of Muzaffarpur Thermal  
Power Project, Stage- II (2X195 MW)  
For  
MUZAFFARPUR THERMAL POWER PROJECT  
(Domestic Competitive Bidding)  
NIT No: 9900193800  
Date: 04-02-2020  
1.0  
Kanti Bijlee Utpadan Nigam Limited (hereinafter called “KBUNL” or “KBUN Limited”  
or “Employer” invites On-Line Single Stage: Two Envelope bids (Envelope-1:  
Techno-Commercial Proposal & Envelope-2: Price Proposal) from eligible  
Bidders for the aforesaid package, as per the scope of work briefly mentioned  
hereinafter.  
2.0  
Brief Scope of Work & other Specific details:  
2
.10 The works to be performed under this specification consists o f  
c o n s t r u c t i o n of balance work of lagoon (Over flow Lagoon along with  
Lagoon - I) of Muzaffarpur Thermal Power Project , Stage- II (2X195 MW) at Kanti  
,
Muzaffarpur district of Bihar state .  
Construction of well type water escape structure with flexible opening is also  
envisaged for decanting water from storage lagoon to overflow lagoon .  
Construction of spillways is also envisaged for discharging excess rain water from  
storage lagoons to overflow lagoon (OFL) and from OFL to the existing drainage.  
Scope of work also involves construction of rock toe; toe drain and rip rap for  
downstream slope protection works of dyke embankment.  
2
.20 The nature of work generally involves site clearance, excavation in all types of soils/  
rock, foundation preparation, cofferdams, dewatering, shoring, backfilling, formation of  
embankment with the material of specified quality from the specified or approved  
borrow areas, forming aggregate filter, sand chimney, sand blanket, sand filter,  
SECTION I  
IFB  
NIT No. 9900193800  
Page 1 of 8  
upstream and downstream slope protection, instrumentation, forming drains, RR  
masonry bedding / capping, providing impervious liner on bed (with available soil or  
with blended soil obtained by mixing soil with bentonite or with any other approved  
lining material, RCC spillways, water escape structure, supplying & laying of RCC  
hume pipes & MS pipes, road works etc. and other ancillary works associated with the  
completion of dyke embankment as per specifications, drawings, Schedule of Items  
and directions of the Engineer.  
3
.0  
.0  
Detailed specifications, scope of work and terms & conditions are given in the  
bidding documents and can be viewed in our Online Tender Portal  
https://eprocurentpc.nic.in  
4
Brief Details:  
NIT No. / IFB No.  
9900193800  
04/02/2020  
NIT Date  
Tender Reference No(on GepNIC Portral)  
NTPC/KBUNL/9900193800  
Balance civil work of Lagoon -I and  
Over flow Lagoon of Muzaffarpur  
Thermal Power Project , stage-II  
Name Of Work  
Estimated value  
(2X195 MW)  
--------------------  
Document download Commencement  
Date & Time  
06.02.2020  
Source IFB/ NIT  
Kanti Bijlee Utpadan Nigam Limited.  
Works Contract (CIVIL Works )  
Contract Classification  
26.02.2020  
Last Date and Time for Bid Submission  
2
8.02.2020  
Techno Commercial Opening Date &  
Time  
For detail / Change of schedule  
Visit: https://eprocurentpc.nic.in  
Tech Clarification end date from bidders  
end  
Cost of Bidding Document in INR  
1
8.02.2020  
 10,620/- (Including GST @ 18%)  
20,00,000/-  
EMD in INR  
(Indian Rupees Twenty Lakh only )  
As per provisions of bidding documents, the bidders shall submit “Techno-  
Commercial Proposal” and “Price Proposal” online on our website  
https://eprocurentpc.nic.in within the bid submission date and time as  
mentioned above. Only Techno-Commercial proposals will be opened on the  
above mentioned date at 15:30 hrs (IST).  
The date of opening of Price Proposal shall be intimated separately by  
KBUNL after completion of evaluation of Techno-Commercial Proposal.  
SECTION I  
IFB  
NIT No. 9900193800  
Page 2 of 8  
5.0  
Bid Security (EMD), Tender Fee, NIL Deviation Certificate, and Certificate  
of Compliance on Qualifying Requirements shall be submitted in a sealed  
envelope separately in offline (in physical form/ Hard copy) within the  
stipulated bid submission closing date and time at the address given below.  
Any bid without an acceptable Bid Security (EMD), Tender Fee, NIL Deviation  
Certificate, and Certificate of Compliance on Qualifying Requirements shall be  
treated as non-responsive by the employer and shall not be opened. All  
credential filled up formats & supporting documents as asked by KBUNL are  
to be submitted in online as attachments with the bid.  
6
.0  
.0  
Any document submitted by the agency in hard copy other than the  
documents mentioned at Para 5.0 above, will not be considered. In spite of  
this condition, if any document is submitted by the agency in hard copy other  
than the documents mentioned at Para 5.0 above before bid opening shall not  
be taken into consideration. Evaluation shall be done on the basis of offer  
submitted through the e-tendering portal https://eprocurentpc.nic.in only.  
7
A complete set of bidding documents may be downloaded by any interested  
Bidder at our e-tender Site (https://eprocurentpc.nic.in).  
For logging on to the above e-tender Site, the bidder as first time user would  
require to create user ID and Password under tab online Bidder enrollment .  
The payment (non-refundable) of the cost of the documents as tender fee as  
mentioned above shall be made in the form of a crossed account payee  
demand draft in favour of Kanti Bijlee Utpadan Nigam Ltd. Payable at Canara  
Bank , Kanti, Branch Code: 4189, Dist.: Muzaffarpur , Bihar and shall be  
submitted in a sealed envelope separately in offline before the the stipulated  
bid submission closing date and time at the address given below.  
8
.0  
.0  
Exemptions for Tender fee/ EMD submission for SSI/MSE--- Not applicable.  
9
Qualifying Requirements:  
In addition to the satisfactory fulfilment of the requirement stipulated under section  
ITB (Instructions to Bidders), the following shall also apply:  
9.1  
Technical Criteria  
9.1.0 Bidder should have executed the following works within the preceding seven (7)  
years reckoned as on the last date of the month previous to the date of NIT:  
9.1.1 At least one earthen dam work or ash dyke work or reservoir embankment work of  
maximum height not less than 6.4 m, in one contract and,  
9
.1.2 A cumulative progress of at least 1.13 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) concurrently running contracts.  
Notes: The following notes (a to j) explain in detail the intention of various terms in qualifying  
requirements:  
SECTION I  
IFB  
NIT No. 9900193800  
Page 3 of 8  
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  
9.1.2 only. All other types of earth works such as road embankments, railway  
embankments, site leveling 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/center 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 9.1.2.  
However, the depth of COT shall not be considered for the height calculation for qualifying  
requirement under clause 9.1.1.  
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 9.1.1.  
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 9.1.0 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 9.1.1 above, Bidder should have constructed full 6.4m 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)  
i)  
The “one (1) year period” means any continuous 12 months period. However, for two  
(
2) concurrent works the same 12 months period shall be considered.  
In case of works stipulated in clause 9.1.2 above the word “earthwork” shall mean  
earth /ash. The quantity of earth work in filling only will be considered for qualification.  
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.  
SECTION I  
IFB  
NIT No. 9900193800  
Page 4 of 8  
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 9.1.2 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 9.1.2 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  
9.1.1 above, unless the bidder has individually executed the work meeting the requirement of  
Clause 9.1.1 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.  
9.2.0 Financial Criteria:  
(
a)  
The average annual turnover of the Bidder, should not be less than INR 16.90 Cr  
during the preceding three (3) completed financial years as on the last day of the  
month previous to the date of NIT.  
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.  
(
b)  
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 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) 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 stand-  
alone entity basis, the unaudited unconsolidated financial statements of the Bidder  
SECTION I  
IFB  
NIT No. 9900193800  
Page 5 of 8  
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 9.2.0 ABOVE:  
(
I)  
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.  
(
(
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.  
1
0.0 Notwithstanding anything stated above, the Employer reserves the right to  
undertake a physical assessment of the capacity and capabilities including  
financial capacity and capability of the Bidder / his Collaborator(s) /  
Associate(s) / Subsidiary(ies) / Group Company(ies) to perform the Contract,  
should the circumstances warrant such assessment in the overall interest of  
the Employer.  
The physical assessment shall include but not be limited to the assessment of  
the office/facilities/banker’s/reference works by the Employer. A negative  
determination of such assessment of capacity and capabilities may result in  
the rejection of the Bid.  
The above right to undertake the physical assessment shall be applicable for  
the qualifying requirements stipulated in the bidding documents.  
SECTION I  
IFB  
NIT No. 9900193800  
Page 6 of 8  
1
1.0 Following credentials are to be submitted (in ONLINE) by the bidders along with  
Bidding documents in support of meeting the qualifying requirements for the subject  
package.  
a) Legible copies of documents such as Award Letter/ Work Order/Contract  
Agreement, Bill of Quantities, Completion Certificate, Copy of Owner certified  
Measurement Book(s) (MB/Bills/Receipts), etc. in proof of scope of work, value,  
period of execution of work, etc. clearly bringing out the details as specified in the  
Qualifying Requirement  
b) Audited Balance sheet and Profit & Loss account for last three financial years.  
c) Any other document in support of meeting QR.  
d) Copy of Partnership deed/Affidavit for proprietorship/Certificate of incorporation.  
e) Copy of PF code Registration Number.  
f) Copy of PAN Registration  
g) GST Registration.  
h) ESI (Employee State Insurance) Registration  
12.0  
Documents submitted by the Bidders must be complete, legible and comprehensive.  
KBUNL reserves the right to discard incomplete/insufficient/illegible documents and  
evaluate tenders on the basis of balance documents available with the bid which are  
comprehensible, relevant  
&
acceptable. Any misleading/misrepresentation/  
suppression of the information if found at stage during the tendering process or  
execution of contract shall result in rejection of the bid/termination of contract in  
addition to other actions as specified in Bidding documents.  
1
3.0 Bid Security / EMD is to be paid in the form of Banker’s Cheque / Demand Draft  
drawn in favour of “Kanti Bijlee Utpadan Nigam Limited .” Payable at Canara  
Bank , Kanti, Branch Code: 4189, Dist.: Muzaffarpur , Bihar  
Or  
An irrevocable Bank Guarantee in favor of Kanti Bijlee Utpadan Nigam Limited  
from a bank listed in bidding Documents as per the pro-forma provided therein.  
Bid Security / EMD of inadequate value / unacceptable format or deficient in any  
other manner shall not be accepted and such bids shall be rejected by KBUNL  
1
4.0 ESI (Employee’s State Insurance) Act is applicable in KBUNL, Bihar and needs to be  
complied by the contractor during execution of contract. No separate payment shall  
be made on this account and accordingly the financial liabilities arising out of the  
same shall be considered by the bidders in their price bid.  
15.0  
16.0  
17.0  
Issuance of Bidding Documents to any bidder shall not construe that such Bidder is  
considered to be qualified. Bidding documents are not transferable.  
KBUNL shall not be responsible for any postal delay / loss / damage or non-delivery  
of demand Draft or any other document to be submitted in offline as specified.  
KBUNL reserves the right to reject any or all bids or cancel/withdraw the NIT for the  
subject package without assigning any reason whatsoever and in such case no  
bidder/intending bidder shall have any claim arising out of such action. EMD without  
interest shall be returned without any additional financial liability to KBUNL.  
SECTION I  
IFB  
NIT No. 9900193800  
Page 7 of 8  
18.0 Address for Communication:  
AGM(C&M),  
KANTI BIJLEE UTPADAN NIGAM LIMITED,  
Administrative Building, C&M Deptt.  
P.O – Kanti Thermal ,  
Distt: Muzaffarpur , Bihar  
PIN – 843130, Ph: 06223-267371/356  
Mobile: 9471001303  
Emails: pkpan@ntpc.co.in / niteshkumar03@ntpc.co.in  
Websites: www.ntpctender.com  
=================================================  
SECTION I  
IFB  
NIT No. 9900193800  
Page 8 of 8