NTPC Ltd.

(A Govt. of India Enterprise)     

 

 CONTRACTS & MATERIALS, MUMBAI

 

INVITATION FOR BIDS (IFB)

 

 FOR

 

HT POWER CABLES PACKAGE

 

FOR

 

SOLAPUR SUPER THERMAL POWER PROJECT (2X660 MW)

AT

SOLAPUR, DISTRICT SOLAPUR, STATE OF MAHARASHTRA, INDIA

 

 (International Competitive Bidding)

 

IFB No.: WR-IHQ-C&M-9571-002(R)-2                              DATE: 02.06.2012

 

1.0            NTPC Limited (NTPC) invites sealed bids on  Single  Stage Two Envelope  bidding basis  (Envelope 1 : Techno-Commercial Bid ;  Envelope 2 : Price Bid)  from  eligible  bidders  for  aforesaid package for Solapur Super Thermal Power Project, (2X660 MW) situated at Solapur in Solapur District, State of Maharashtra as per brief scope of work mentioned hereinafter. 

 

2.0              Brief Scope of Work

 

                  The brief scope of work is as under :-

 

Design, manufacture, testing as specified, providing engineering data and drawings, packing, forwarding, transit insurance & transportation from manufacturer's works to Solapur project site on "As delivered at site" basis including customs/port clearance, port handling, if required, reconciliation with custom authorities (not applicable in case of foreign bidders quoting on CIF basis). Foreign Bidders have the option of quoting on CIF (Indian port of Entry) basis, as mentioned in the bidding documents. For the purpose of comparison and evaluation of bids, procedures as detailed in the Bidding Document No. WR-IHQ-C&M-9571-002(R)-2 shall be followed.     

 

3.0            NTPC intends to finance HT Power Cables Package for Solapur STPP,  (2x660MW) through External Commercial Borrowings/Own resources.

 

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

 

 

  Bidding Document No.                   : WR-IHQ-C&M-9571-002(R)-2          

 

  Documents Sale Dates                  :  From 02.06.2012 to 29.06.2012

  & Timings                                           1000 hrs to 1500 hrs. (IST)

 

  Bid Receipt Date & Time                :  Upto 17.07.2012 by 10:30 hrs (IST)

  (both techno-commercial & Price bid)

 

  Bid Opening Date & Time               :  On 17.07.2012 at 11:00 hrs. (IST)

  (Only techno-commercial bid)

 

  Cost of Bidding Document                :   Rs 3375/- (Rs Three Thousand Three Hundred  Seventy Five only) per set for Indian Bidders  
                                                                and US $75 (US Dollar Seventy Five only) per set

                                                                for Foreign Bidders                

 

5.0        As per the provisions of bidding documents , the bidders shall submit,  in separate sealed envelopes , " Techno-Commercial Bid" and " Price Bid " , within the Bid submission Date and Time as mentioned above.  Only Techno-Commercial proposals will be opened on the same date ie  17.07.2012 at 11.00 Hrs ( IST) . The date of opening of price Bid shall be intimated separately by NTPC after completion of evaluation of the Techno-Commercial Bid.

 

6.0       All bids must be accompanied by Bid Security for an amount equivalent to INR 1,140,000/- (Indian Rupees One Million One Hundred Forty Thousand Only) or US Dollars 20,800  (US Dollars Twenty Thousand Eight Hundred only) in the form as stipulated in the Bidding Documents. If the bid Price is quoted in either fully or partially in foreign currency, the Bid Security shall be in US Dollars.

 

            ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING OPENED.

 

7.0       BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS    

 

             Ministry of Power (Govt. of India) has certified that Solapur Super Thermal Power Project (2X660MW) fulfils the laid down criteria for Mega Power Project. Accordingly, supplies of goods for this package shall be eligible for the benefits/exemptions as per provisions of relevant notifications of the Govt. of India

 

8.0       Qualifying Requirements for Bidders:

 

           In addition to the satisfactory fulfilment of Qualifying Requirements stipulated under section "Instructions to Bidder" (ITB), the following shall also apply :

 

 

8.1     The bidder should have manufactured and supplied the following cables, as on date of bid opening :

 

8.1.1     At least 50 Kms. of XLPE insulated power cables of 6.35 /11 KV or higher  voltage grade, executed in one or more orders.

           

8.1.2      At least one (1) Km. of flame retardant low smoke cables of any voltage level.

 

8.2      Financial criteria :

 

8.2.1   The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of bid opening, shall not be less than INR 18.84 Millions(Indian Rupees Eighteen Millions Eight Hundred and Forty Thousands only) or in equivalent foreign currency.

 

8.2.2     The Net Worth of the Bidder as on the last day of the preceding financial year shall not be less than 25% of its paid-up share capital.

 

8.2.3.1 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:

 

                        a)         Copies of the unaudited unconsolidated financial statements of  the bidder along with copies of the audited consolidated financial                                  statements of the Holding Company.

 

b)         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 Report of the company.

 

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

 

8.2.4       In case a bidder does not satisfy the financial criteria, stipulated at Cl. 8.2.1 and/ or Cl.8.2.2 above on its own, the holding company would be required to meet the stipulated turnover requirements at Cl. 8.2.1  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 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. 

 

8.2.5       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 18.26 Millions (Indian Rupees Eighteen Millions Two Hundred and Sixty Thousands only) or in equivalent foreign currency. In case certificates from more than one bank are submitted, the certified unutilized limits shall be of the same date from all such banks.

 

8.2.6       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 the unutilised 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 specified amount at Cl.8.2.5 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.

 

8.2.7       In case the Bidder's unutilized line of credit for fund based and non-fund based limits specified at Cl.8.2.5 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 line of credit for fund based and non-fund based limits 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 does not include reserves credited out of the re-valuation 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)   For unutilised line of credit for fund based and non-fund based limits and Turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of bid opening shall be used.

 

9.0                Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder / his collaborators/ associates/subsidiaries/group companies as the case may be to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer

 

10.0              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.

 

 

 

11.0              A complete set of Bidding documents may be purchased by any interested Bidder  on submission of a written application and payment (non-refundable) of the cost of the Bidding documents as mentioned at clause 4.0 above in the form of a Crossed Account Payee Demand Draft in favour of "NTPC Limited" payable at Mumbai.

 

 

         The bidding Documents may also be downloaded from http://
         www.ntpctender.com
on registration and online payment (non-refundable) 
         towards cost of bidding documents and the downloaded documents can
         be used for bidding purpose.

              

Bidders must download the bidding documents in the same registered name in which the bidder wants to Bid.

 

             

In case the registered bidders who have downloaded the bidding
        documents require an additional manual copy of the documents then such
        bidders shall be required to purchase the manual copy of the bidding  
        documents following the procedure detailed above. 

 

Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified. 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.

                     

12.0      Address for communication:

 

                        Deputy General Manager (Contracts & Materials) /

                        Sr. Manager (Contracts & Materials)

                        NTPC Limited,

                        Western Region-I Headquarters,

                        2nd Floor, Samruddhi Venture Park,

                        MIDC, Marol, Andheri (E),

                        Mumbai- 400 093           (India)

                        Fax No. : 0091-22-28348334

                        Tel. No. : 0091-22-28206655