CIN - U74899DL1999PLC098274

Slide 1


NTPC-SAIL POWER COMPANY (PVT.) LIMITED
(A Joint Venture of NTPC & SAIL)
CORPORATE CONTRACTS & MATERIALS, NEW DELHI

(DOMESTIC COMPETITIVE BIDDING)
DETAILED INVITATION FOR BIDS



IFB No.: CC&M-C-278&280-220 Date of Issue: 29.07.2013
 
Package (1)

Construction of Ash Dyke D (Lagoon 1 & 2) for
Rourkela Captive Power Plant-II (2X60MW).

1.0
NSPCL invites e-tenders on Single Stage – Two Envelope Bidding basis (i.e. Envelope-I : Techno-Commercial Bid and Envelope-II: Price Bid) from eligible bidders for Construction of Ash Dyke-D (Lagoon-1 & 2) package for Rourkela Captive Power Plant-II (2x60 MW) located at Rourkela, District Sundergarh in the state of Odisha as per the brief Scope of Work mentioned hereinafter.

2.0
BRIEF SCOPE OF WORK
 

The brief scope of work / nature of work generally involves site clearance, topographical survey, Geo technical Investigation, excavation in all types of soils/ ash, 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, upstream and downstream slope protection, instrumentation, forming drains, RCC spillways, water escape structure, supplying & laying of RCC hume pipes, road works, dismantling 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
NSPCL intends to finance the subject Package through Domestic Borrowings.

4.0
Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for examination at the address given below till the last date for requesting the bidding documents indicated herein. The salient details and schedule for the bidding is as under:
 
Document No

CC&M-C-280-220

Source of IFB/NIT

NSPCL Corporate Office

Contract Classification

Equipment Supply & Erection

Document Download / Sale Commencement Date & Time

06.08.2013 10:00:00

Document Download / Sale Close Date & Time

27.08.2013 17:00:00

Last Date & Time for Receiving Clarifications

02.09.2013 17:00:00

Last Date and Time for Bid submission

23.09.2013 14:30:00

Technical Bid Opening Date & Time

23.09.2013 15:00:00

Price Bid Opening Date & Time

To be communicated later

Cost of Bidding Documents in INR

9000.00

Bid Security / EMD in INR

75,42,000/-


5.0

A complete set of Bidding Documents is to be downloaded from NSPCL’s e-tender website http://www.tenderwizard.com/NSPCL after registration on the website and after paying the cost of bidding documents (non-refundable) as mentioned at clause 4.0 above in the form of an Account Payee Demand Draft / Bankers’ Pay Order in favour of NTPC-SAIL Power Company Private Limited or “NSPCL” payable at New Delhi or through Electronic Money Transfer into NSPCL’s Account No. 0007 0500 2031 of ICICI Bank, Connaught Place Branch, New Delhi, (IFSC Code ICIC 0000007) and entering its details at the appropriate place on the website. The original of the Demand Draft / Bankers’ Pay Order or printed copy of the transaction statement for the Electronic Money Transfer is to be submitted in original at the address indicated below along with the Earnest Money Deposit.

6.0
Only the downloaded documents are to be used for bidding purposes. Bids shall be submitted and opened at the address given below in the presence of Bidder's representatives who choose to attend.

5.0
All bids must be accompanied by Bid Security for an amount of ` 75,42,000/- (Rupees Seventy Five Lakh Forty Two Thousand Only) in the form as stipulated in the Bidding Documents.

 
BIDS FOR WHICH ACCEPTABLE BID SECURITY AN IN A SEALED ENVELOPE IS NOT RECEIVED PHYSICALLY AT THE ADDRESS INDICATED BELOW SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.

7.0 Qualifying Requirements for Bidders (QR):
 

In addition to the satisfactory fulfillment of the requirements stipulated under section ITB (Instructions to Bidders), the bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the following Qualifying Requirements:

 
1.0 The bidder should have executed the following works within the preceding seven (7) years reckoned as on date of bid opening:

i)
At least one earthen dam work or Ash dyke work or Reservoir embankment work of maximum height not less than 10 meters in one contract.

ii)
A cumulative progress of at least 13.5 Lacs cum of earth work in earthen dam work or ash dyke work or reservoir embankment or canal embankment work in a year in one or more concurrently running contracts.

Notes:    The following notes (a) to (f) explain in detail the intention of various terms of QR.

a)

Earthen 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 course shall be considered for qualification under Clause 1.0 (ii) only. All other types of earth works such as road embankments, railway embankments, site leveling works etc. shall not be qualified.

b)

For embankment / reservoir / dyke, the height and quantities shall be considered above formation level for QR purpose.

c)

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 1.0 (i). For example, where the contract is for raising an embankment, only the raising portion shall be considered and not the earlier starter dyke and also not the earlier raised portion.

d)
In clause 1.0 above, the word "executed" means that the bidder should have achieved the criteria specified in the QR within the preceding seven (7) years period even if the contract has been started earlier and/or is not completed/ closed.

e)
The 1 year period means any continuous 12 month period, however for concurrent works the same 12 month period shall be considered.

f)
In case of works stipulated in 1.0 (ii) above, the word "earth work" shall mean earthwork / ash work.

2.0 Financial Criteria :

2.1
The average annual turnover of the bidder, in the preceding three (3) financial years as on date of bid opening shall not be less than INR 42.42 Crore (Indian Rupees Forty Two crore and Forty two Lakh only).

2.2
The net worth of the bidder as on the last day of preceding financial year shall not be less than 25% of its paid up share capital.

2.3

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 furnishes the following further documents on substantiation of its qualification:

 
(i)
Copies of unaudited unconsolidated financial statements of the bidder along with the copies of audited consolidated financial statements of the holding company.

(ii)
A certificate from the CEO/CFO of the Holding company, as per format enclosed in the bid documents, stating that the unaudited consolidated financial statements form part of the consolidated Annual Report of the company.

 

In case where audited results for the last preceding financial year are not vailable, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

2.4

In case a bidder does not satisfy the financial criteria, stipulated at Cl. 2.1 and / or Cl. 2.2 above on its own, the holding company would be required to meet the stipulated turnover requirements at 2.1 above provided that the net worth of the 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 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.

2.5

The unutilized line of credit for fund based and non-fund based limits with cash and bank balances including fixed deposits of the bidder as on a date not earlier than 15 days prior to the date of bid opening, duly certified by the bankers shall not be less than INR 16.12 Crore (Indian Rupees Sixteen Crore and Twelve Lakhs only). In case certificates from more than one bank are submitted, the certified unutilized limits shall be of the same date from all such banks.

2.6
Where another company of the group acting as the Treasury centre is responsible for Treasury Management of the bidder having combined credit / guarantee limit for the whole group, the bidder would be required to provide a Banker's certificate regarding unutilized line of credit for fund based and non-fund based limits together with cash and bank balances including fixed deposits available to such Treasury Centre. Further, Treasury Centre shall certify that out of the aforesaid limits certified by the Bankers, the bidder shall have access to the line of credit of a level not less than the amount specified at 2.5 above. In proof of this, the bidder would be required to furnish along with its bid, a letter of undertaking from the Treasury Centre, Supported by a resolution passed by the Board of Directors of the holding company, 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.

2.7
In case the bidder's unutilized line of credit for fund based and non-fund based limits specified at C1.2.5 above is not sufficient, a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case the bidder is awarded the contract, the Bank would enhance the line of credit for fund based and non-fund based limit to a level not less than the specified amount to the bidder or to the Treasury Management Centre as the case may be, shall be acceptable.

  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 do not include reserves credited out of the revaluation of 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.

3.0
Notwithstanding anything stated above, the employer reserves the right to assess the capability and capacity of the bidder to perform the contract, should the circumstances warrant such assessment in the overall interest of the employer. The employer also 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.

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
Issuance / Downloading of Bid Documents by any Bidder or payment / acceptance of tender documents cost shall not construe that such Bidder is considered to be qualified.

9.0
Bids shall be submitted and opened at the address given below in the presence of Bidder's representatives who choose to attend the bid opening.

10.0
Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
11.0
Address for communication:

AGM(C&M)  / DGM(C&M)
NTPC-SAIL POWER COMPANY PRIVATE LIMITED
4th Floor, NBCC Tower,
15, Bhikaji Cama Place,
New Delhi-110 066

Phone: 011-26717376 / 26717377, Fax: 011-26717365 / 26717363
E-mails: vkdassani@gmail.com or pradeep_n_mathur@yahoo.com