DETAILED INVITATION FOR BID
Integrated Township and Administrative
Building Package for PB, CB, KD & BD
Coal Mining Projects
Bidding Document No. : CS-7010-364(R1)-9
SECTION-I (DETAILED IFB)
PAGE
1 OF 6
NTPC Limited
(A GOVT. OF INDIA ENTERPRISE)
(CORPORATE CONTRACTS, NOIDA)
INVITATION FOR BIDS (IFB)
FOR
INTEGRATED TOWNSHIP AND ADMINISTRATIVE BUILDING PACKAGE
FOR
PB, CB, KD & BD COAL MINING PROJECTS,
LOCATED AT
BARKAGAON, DISTRICT HAZARIBAGH, STATE OF JHARKHAND, INDIA
(Domestic Competitive Bidding)
IFB No.: 40088242 Date: 27.08.2020
BIDDING DOCUMENT No.: CS-7010-364(R1)-9
1.0 NTPC Limited invites online bids on Single Stage Two Envelope bidding basis
(Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for
Integrated Township and Administrative Building Package for PB, CB, KD & BD Coal
Mining Projects, located at Barkagaon, District Hazaribagh, State of Jharkhand, India, as
per the Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The brief scope of work under this package shall include the following facilities:
Residential & Non-Residential buildings, all works including Civil, Electrification, Lifts,
Piping, Fire Fighting etc. & bulk services like Roads, Ext. Elect. Works, Drainage, Water
Supply, Sewage Network, STP etc.
Sl.
No.
Description
No. of
Blocks/Details
1
B-Type (Stilt +7) 56 DUs
1
2
C-Type (Stilt +7) 56 DUs
1
3
D-Type 32DUs 8DUs/Block
4
4
HOP Residence / GM’s Residence
5
5
Bachelor Hostel (Stilt +7)
3
6
Administrative Building with Training Centre
1
7
Hospital
1
8
Bal Bhawan Ladies Club & Nursery School
1
9
School
1
10
Guest House
1
11
Shopping Centre
1
12
Community Centre
1
13
Executive Club
1
DETAILED INVITATION FOR BID
Integrated Township and Administrative
Building Package for PB, CB, KD & BD
Coal Mining Projects
Bidding Document No. : CS-7010-364(R1)-9
SECTION-I (DETAILED IFB)
PAGE
2 OF 6
14
Swimming Pool
1
15
Auditorium
1
16
Switchgear bldg.
1
17
Substation bldg.
5
18
Under Ground Water Tank
1
19
Gate Complex & Compound Wall
1
20
Roads & Drains
21
Sewerage Systems
22
Internal & External Electrification Works
23
External Water Supply and Horticulture Network
24
Fire Fighting System
25
Elevators
26
Air Conditioning Works
27
Sewage Treatment Plant
28
Site levelling & Area Development
29
Parking sheds, Compound Walls & Fencing
The facilities indicated above are indicative and may be changed during construction.
3.0 Employer intends to finance the subject package through Domestic/ Own Resources.
4.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available for sale as per the following schedule:
Bid Document No.: : CS-7010-364(R1)-9
Bid Document Sale Date : From 27.08.2020 to 07.09.2020
& Timing up to 1800 hrs (IST)
Last Date for receipt of : 14.09.2020
Queries for Clarification
from prospective Bidders
Pre Bid Conference date & time : 14.09.2020 from 1415 Hrs. (IST)
Bid comprising of Techno- : Up to 1430 Hrs. (IST) on 28.09.2020
Commercial Proposal and Price
Proposal Receipt Date & Time
Date & Time of opening of : 28.09.2020 at 1500 Hrs. (IST)
Techno-Commercial Proposal
Date & Time of Opening of : To be notified separately after opening of
Price Proposal Techno-Commercial Proposal
Cost of Bidding Documents : 9000/- (India Rupees Nine Thousand Only)
5.0 Bid Security for an amount of 5,00,00,000/- (Indian Rupees Five Crores only) shall be
submitted by the stipulated bid submission closing date and time.
DETAILED INVITATION FOR BID
Integrated Township and Administrative
Building Package for PB, CB, KD & BD
Coal Mining Projects
Bidding Document No. : CS-7010-364(R1)-9
SECTION-I (DETAILED IFB)
PAGE
3 OF 6
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY SHALL BE
REJECTED BY EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE
OPENED.
6.0 Qualifying Requirements for Bidders:
In addition to the satisfactory fulfillment of the requirements stipulated under Section ITB
(Instructions to Bidders), the Bidder should meet the minimum Qualifying Requirements as
stipulated here under:
6.1.0 Technical Criteria for Qualification:
6.1.1 The Bidder should have executed within the preceding 7 (seven) years prior to the date of
Techno commercial Bid Opening, works comprising of RCC framed buildings including
Finishing, Internal electrification and Plumbing, meeting the following criteria:
a) Atleast one work having minimum total built-up area of 60800 Sqm.
Or
b) Atleast two works, each having minimum total built-up area of 38000 Sqm.
Or
c) Atleast three works, each having minimum total built-up area of 30400 Sqm.
6.1.2 At least one reference work contains building of five (5) storeys or more and Cumulative
built-up area, of all buildings having five (5) storeys or more, is at least 6000 Sqm.
NOTES for clause 6.1.0 above:
The word “executedmeans;
The Bidder should have successfully completed the work(s) and submit the
completion certificate for the same.
Or
Should have achieved completion of at least 75% of the contract value. In
support of which, the Bidder shall submit the copy of last bill passed.
The work completed in the preceding seven (7) years reckoned as on the date of
techno commercial bid opening even if it has been started earlier, will also be
considered as meeting the qualifying requirements.
Steel framed Buildings shall not be considered as meeting the qualifying
requirements.
In case the reference work(s) contains multiple buildings of different storeys, then
the built up area of all the RCC framed buildings shall be considered for total built
up area calculation.
For calculation of no. of storeys, basement(s), if any, shall also be considered.
Reference work means work executed in single premises, i.e. a building complex
with constructions in contiguous land parcels at particular location in one or more
contracts.
DETAILED INVITATION FOR BID
Integrated Township and Administrative
Building Package for PB, CB, KD & BD
Coal Mining Projects
Bidding Document No. : CS-7010-364(R1)-9
SECTION-I (DETAILED IFB)
PAGE
4 OF 6
a) The reference works executed by the Bidder’s group company / subsidiary
company shall not be considered for meeting the qualifying requirements by
the Bidder.
b) 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.
c) Reference work 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 JV Agreement 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 provision of Qualifying Requirement.
6.2.0 Financial Criteria for Qualification:
(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 94.41 Crores
(Indian Rupees Ninety Four Crores Forty One Lakhs 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 requirement
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 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 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%
(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.
DETAILED INVITATION FOR BID
Integrated Township and Administrative
Building Package for PB, CB, KD & BD
Coal Mining Projects
Bidding Document No. : CS-7010-364(R1)-9
SECTION-I (DETAILED IFB)
PAGE
5 OF 6
(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 with 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. 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 6.2.0
i) Net worth means the sum total of the paid up share capital and free reserve. 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.
7.0 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.
8.0 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.
9.0 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
DETAILED INVITATION FOR BID
Integrated Township and Administrative
Building Package for PB, CB, KD & BD
Coal Mining Projects
Bidding Document No. : CS-7010-364(R1)-9
SECTION-I (DETAILED IFB)
PAGE
6 OF 6
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.
10.0 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 Bid Security, Integrity Pact, Deed of Joint Undertaking (if applicable)
and Power of Attorney separately as detailed in Bidding Documents by the stipulated bid
submission closing date and time.
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 Any ‘Bidder from a country which shares a land border with India’, as specified in the
Bidding Documents, will be eligible to bid in this tender only if bidder is registered with the
Competent Authority as mentioned in the Bidding Documents.
13.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
14.0 Address for Communication:
AGM / Sr. Manager / Manager (Contract Services)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot No. A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No.: 0120 - 2410011
Tel. No.: 0120-377-6605/6679
E-mail: bmandal@ntpc.co.in , gsrandhawa@ntpc.co.in , skvashisth@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com
CIN: L40101DL1975GOI007966