NTPC LTD

(A Government of India Enterprise)

WESTERN REGION-II SSC, SIPAT

BIDDING DOCUMENTS

FOR

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3

AT DHANRAS ASH DYKE AT NTPC KORBA

IN KORBA DIST OF STATE C.G.

SECTION- I TO VIII

BIDDING DOCUMENT NO. : 9900199293

(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 F OR BID

NTPC LTD.

(A GOVERNMENT OF INDIA ENTERPRISE)

WESTERN REGION-II SSC SIPAT

BIDDING DOCUMENTS

FOR

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH DYKE AT NTPC

KORBA

IN KORBA DIST OF STATE C.G.

INVITATION FOR BIDS (IFB)

(Domestic Competitive Bidding)

1.0NTPC (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 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH DYKE AT NTPC KORBA situated in district Korba, State of C.G. India, as per the Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK: The scope of work includes Construction of 5th Raising from RL 350 m to RL 355m in Lagoon 2 &3 at Dhanras Ash Dyke for Korba Super Thermal Power Station with earth to be borrowed by agency from their own borrow area as well as with ash available inside the proposed dyke.

3.0Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for sale as per the following schedule:

4.0As per provisions of bidding documents, the bidders shall submit online/offline, “No Deviatio n Certificate, Tender Fee, EMD Details, Integrity Pact (if applicable)” in Cover Type Fee, “Techno-

BID DOCUMENT NO.:

9900199293

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH

DYKE AT NTPC KORBA

SECTION-I (IFB)

PAGE 1 OF 5

DETAILED INVITATION FOR BID

Commercial Proposal” in Cover type Technical and “Price Proposal along with declaration of Loca l content” in Cover Type Price, within the bid submission date and time as mentioned above on e - tendering portal https://eprocurentpc.nic.in. Only Techno-Commercial proposals will be opened o n 22.05.2020 at 16.00 hrs (IST).

4.1All 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.

5.0Qualifying 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

5.1.1Bidder should have executed the following works within the preceding seven (7) years reckoned as on the date of Techno-Commercial bid opening:

(i)At least one earthen dam work or ash dyke work or reservoir embankment work of maximum height not less than 4.0 m, in one contract.

And

(ii)A cumulative progress of at least 12.87 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 i) 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(ii) 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 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

BID DOCUMENT NO.:

9900199293

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH

DYKE AT NTPC KORBA

SECTION-I (IFB)

PAGE

2 OF 5

DETAILED INVITATION FOR BID

for qualifying requirement under clause 5.1.1(ii). However, the depth of COT shall not be considered for the height calculation for qualifying requirement under clause 5.1.1(i).

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(i). 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 criterion specified in the qualifying requirements, even if the contract(s) is not completed / closed.

f)In clause 5.1.1(i) above, Bidder should have constructed entire qualifying 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(ii) above, the word “earthwork” shall mean earth /ash. The quantity of earth work in filling only will be considered for qualification.

i)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 Owner/Project Authority specifying the scope of work executed by the sub-contractor in support of qualifying requirements.

5.2Financial Criteria:

5.2.1The 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. 3006.00 Lakhs (Rupees Three Thousand and Six Lakhs only).

5.2.2Net worth of bidder shall not be less than 100% of the bidder’s 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.

Net worth in combined manner shall be calculated as follows:

BID DOCUMENT NO.:

9900199293

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH

DYKE AT NTPC KORBA

SECTION-I (IFB)

PAGE

3 OF 5

DETAILED INVITATION FOR BID

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.

5.2.3In 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.

5.2.4In 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 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.

5.2.5In 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.

BID DOCUMENT NO.:

9900199293

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH

DYKE AT NTPC KORBA

SECTION-I (IFB)

PAGE

4 OF 5

DETAILED INVITATION FOR BID

6.0Notwithstanding 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.

7.0Employer 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.

8.0A 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.

9.0Issuance 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 and Tender Fee to be submitted by the bidder offline as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below

10.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

11.0NTPC 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.

12.0Address 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.:

9900199293

CONSTRUCTION OF 5TH RAISING AT LAGOON 2 & 3 AT DHANRAS ASH

DYKE AT NTPC KORBA

SECTION-I (IFB)

PAGE

5 OF 5