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 :-
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