(A Government of India Enterprise)
Rihand Super Thermal Power
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding)
FOR
NTPC Limited
Design, Manufacturing, Supply, Installation, Commissioning & Testing of 3.3KV ADPH Switchboard Stage-I.
NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:
1.0
NIT No: 40018718
2.0
Bidding Document No: 070/CS/EMD/7609
Date:28.02.2014
Brief Details
Source of IFB/NIT
Document Sale Close Date & Time
Rihand Super Thermal Power
Contract Classification
Technical Opening Date & Time
Last Date and Time for Bid submission
Not Applicable
24.03.2014 23:00:00
40018718
NIT Date
03.03.2014 00:00:00
NIT No.
Document Sale Commencement Date & Time
28.02.2014
EMD in INR
Cost of Bidding Documents in INR
Bid Opening Date & Time
958000.00
11.04.2014 15:30:00
Equipment Supply & Erection
submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if
Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid
2,554.00
11.04.2014 15:00:00
Pre-Bid Conference Date & Time (if any)
03.04.2014
Last Query Date (if any)
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
Given. or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For
allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly
4.0
A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of
3.0
applicable) shall be treated as non-responsive by the employer and shall not be opened.
filled in questionnare for issue of vendor code and SRM user id/password.
the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at Not
5.0
Brief Scope of Work & other specific detail
ADPH (Ash and dust Pump house) 3.3KV Switchgears at Stage-1 of NTPC Rihand was supplied by M/S Reyrolle UK is operational
be replaced with latest technology switchgear. A separate space will be provided for installation of the new Switchgear. The New
The scope of work includes design, manufacturing, supply, installation, commissioning and testing of 3.3KV ADPH (Ash and dust
Pump house) Switch board, Stage-I. Laying, termination and glanding of power and control cables at both ends from existing motors
transformer end. Supply and laying of various cables as indicated in BOQ will be under vendor#s scope.
cables will be laid from new switchgear to the existing motors and transformer by removing the old cable termination at motor and
since its commissioning .Due to non-availability of spares from OEM and obsolete technology , the existing ADPH switchgear is to
and transformers to the new Switchgear will be in vendor#s scope. Supply of the required power cables, control cables, end
termination kits, glands, lugs etc. will be in the scope of vendor even if, it is not mentioned elsewhere. Materials shall be supplied by
the vendor only after the PDI as per NTPC-Rihand approved QP to NTPC- Rihand site. Shifting/Lifting, storage and security
arrangements at site for the materials will be in the vendor#s scope. However, storage space shall be provided by NTPC.
Dimensions of the new switch gear building are 18.0 mtr Length X 8.5 mtr Width X 4.0 mtr Height (Drawing enclosed).Vendor has to
in the scope of vendor. For better assessment of cabling work, vendor may visit site.
accommodate the supplied switchgear within the dimensions given above. But vendor should provide required steel channels and
Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding
6.0
documents.
7.0
Qualifying Requirements for Bidders:
Route 1
the above work.
Cable laying shall be done in the existing trenches inside the ADPH pump house and some portion of cable shall be laid on the wall.
cable laying arrangement (cable trays etc.) and it#s fixing as per the requirement. No dismantling of existing switchgear is required for
Vendor has to identify proper route for laying of cables and wherever support structure for installation of cable trays is required will be
I. Qualifying Requirements:
1.1 The bidder should have manufactured and supplied on an average one hundred(100) numbers of 3.3KV or higher rating
Techno-Commercial bid opening.
been in successful operation for a period of at least two(2) years prior to date of Techno-Commercial bid opening.
1.3 The bidder should have manufactured and supplied at least one hundred (100) numbers of Vacuum Circuit breakers for 3.3KV or
Route 2
should been in successful operation in 3.3KV or higher voltage application for a period of at least two years prior to date of
Switchgear panels complete in all respects with fault rating of at least 40kA for one(1) second and 100kA(peak), which should have
1.2 The bidder should have designed, manufactured and supplied at least one hundred (100) numbers of 3.3KV or higher rating
higher rating panels with a rating of 40kA rms BREAKING, 100kA peak MAKING and 40kA withstand for one(1) second, which
Switchgear panels per annum during the last three years prior to date of Techno-Commercial bid opening.
1.4
The bidder should have manufactured and supplied on an average one hundred(100) numbers of 3.3KV or higher rating
1.7 Bidder#s associate or collaborator meets the qualifying requirement stipulated at 1.2 & 1.3 stipulated under Route1.
to date of bid opening.
higher rating panels with a rating of 40 KA rms BREAKING, 100 KA peak MAKING and 40 KA withstand for one(1) second, prior
Bidder based on technological support of its associate of collaborator, can also participate provided:
Switchgear panels per annum during the last three years prior to date of Techno-Commercial bid opening.
panels complete in all respects with fault rating of at least 40kA for one(1) SECOND AND 100kA(peak). The bidder should have
1.5 The bidder should have manufactured and supplied at least one hundred(100) number of 3.3KV or higher rating Switchgear
1.8.1 In case of award, the associate or collaborator will be required to furnish an on demand Bank Guarantee for 2%(two percent) of
the contract price in addition to the Contract Performance Security to be furnished by the bidder.
1.8 Bidder furnishes a Deed of Joint undertaking jointly executed by it and its associate or collaborator, as per NTPC format, enclosed
1.6 The bidder should have manufactured and supplied at least one hundred(100) numbers of Vacuum Circuit Breakers for 3.3KV or
type tested the offered type of panels as specified.
in the bid document in which the bidder and its associate/ collaborator are jointly and severally liable to the employer for successful
disqualified and his bid shall be rejected.
performance of the equipment. The deed of joint undertaking shall be submitted along with the bid, failing which the bidder shall be
2.FINANCIAL CRITERIA
2.1 The average annual turnover of the bidder in the preceding three (03) financial years as on the date of Techno commercial bid
opening, shall not be less than INR 32.0 Millions ( Indian Rupees Thirty Two Million Only).
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
2.3 In case the bidder is not able to furnish its audited financial statements on standalone entity basis, the un-audited unconsolidated
(a) Copies of the un-audited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial
statements of its Holding company.
substantiation of its qualification:
financial statements of the bidder can be considered acceptable provided the bidder further furnishes the following documents on
capital.
(b) A Certificate from the CEO/CFO of the Holding company, as per the format enclosed in the bid documents, stating that the
un-audited unconsolidated financial statements form part of the consolidated financial statements of the Holding Company.
In cases where audited results for the last preceding financial year are not available, certification of financial statements from a
In such an event, the bidder would be required to furnish along with its Techno-Commercial bid, a Letter of Undertaking from the
2.5 The unutilized line of credit for fund based and non-fund based limits with cash and bank balance including fixed deposits of the
holding company, supported by Board Resolution, as per the format enclosed with the bidding documents, pledging unconditional and
18.0 Millions((Rupees Eighteen Million Only). In case certificates from more than one bank are submitted, the certified unutilized
bidder as on a date not earlier than 15 days prior to the date of bid opening, duly certified by its Bankers shall not be less than INR
practicing Chartered Accountant shall also be considered acceptable.
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.
would be required to meet the stipulated turnover requirements at Cl. 2.1 above, provided that the net worth of such holding company
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, its holding company
limits shall be of the same date from all such banks.
irrevocable financial support for the execution of the contract by the bidder in case of award.
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 limits for the whole group, the bidder would be required to provide a banker#s certificate regarding the
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 center. Further, treasury center shall certify that out of the aforesaid limits certified by the bankers, the
In case the bidder#s unutilized line of credit for fund based and non-fund based limits stipulated at Cl. 2.5 above is not
2.7
awarded the contract, the Bank would enhance the line of credit for fund based and non-fund based limits to a level not less than the
specified amounts to the bidder or to the Treasury Management Centre, as the case may be, shall be acceptable.
sufficient, a comfort letter from one of the bankers specified in the bidding documents unequivocally stating that in case the bidder is
unconditional and irrevocable financial support for the execution of the contract by the bidder in case of award.
resolution passed by the Board of Directors of the holding company, as per the format enclosed with the bid documents, pledging
bidder shall have access to the line of credit of a level not less than the specified amount at Cl. 2.5 above. In proof of this, the bidder
would be required to furnish along with its Techno-Commercial bid, a Letter of Undertaking from the Treasury centre, supported by a
3.1
For bidder seeking qualification through Route2 above, the average annual turnover of the collaborator / Associate, in the
Associate further furnishes the following documents for substantiation of its qualification:
a. Copies of the un- audited unconsolidated financial statement of the Collaborator / Associate along with copies of the audited
consolidated financial statements of the Holding Company of Collaborator / Associate.
unconsolidated financial statement of the Collaborator / Associate can be considered acceptable provided the Collaborator /
3.2 The Net Worth of the Collaborator / Associate as on the last day of the preceding financial year should not be less than 25% of its
preceding three (03) financial years as on the date of Techno commercial bid opening, should not be less than INR 3.0 Million ( Indian
3.3 In case the Collaborator / Associates is not able to furnish its audited financial statement on standalone entity basis, the unaudited
3.0 Financial Criteria of Collaborator/ Associates
paid # up share capital.
Rupees three Million only) or in equivalent foreign currency.
holding company would be required to meet the stipulated turnover requirements at Cl.31 above, provided that the net worth of such
In case where audited results for the preceding financial year are not available certification of financial statements from a
practicing Chartered Accountant shall also be considered acceptable.
3.4 In case the Collaborator / Associate does not satisfy the financial criteria stipulated at Cl. 3.1and / or Cl. 3.2 above on its own. Its
holding company.
In such as event, the collaborator/ Associate would be required to furnish along with the bidders Techno Commercial bid, a Letter of
3.5 For bidders seeking qualification through Route 2 above, the unutilized line of credit for fund based and non- fund based limits
holding company as on the last day of the preceding financial year is least equal to or more than the paid up share capital of the
undertaking from the holding company, supported by Board Resolution of the Holding Company, as per the format enclosed with the
with cash and bank balances including fixed deposit of its Collaborator/ Associate as on a date not earlier than 15 days prior to the
3.6 Where another Company of the group acting as the Treasury Center is responsible for Treasury Management of the Collaborator
condition of the Deed of Joint Collaborator /Associate is associated.
bidding documents, pledging unconditional and irrevocable financial support to the Collaborator / Associate to honor the terms and
date of Techno Commercial bid opening, duly certified by the Collaborator#s / Associate#s Bankers should not be less than INR.1.1
the certified unutilized limits shall be of the same date from all such banks.
/Associate having combined credit/ guarantee limit for the whole group, the Collaborator / Associate would be required to provide a
Million (Indian Rupees One Million and One Hundred Thousand Only). In case certificates from more than one bank are submitted,
award of the contract to the bidder with whom the Collaborator / Associate is associated, the Bank would enhance the line of credit
Collaborator/ Associate to honour the terms and conditions of the Deed of Joint Undertaking in case of award of the contract to the
above is not sufficient a comfort letter from one of the bankers specified in the bid documents unequivocally stating that in case of
3.7 In case the Collaborator / Associate#s unutilized line of credit for fund based and non- fund based limits specified at Cl. 3.5
company, as per the format enclosed in the bidding documents, pledging unconditional and irrevocable financial support to the
bidder with whom the Collaborator / associate is associated.
Cl. 3.5 above. In proof of this, the bidder would be required to furnish along with its Techno-Commercial bid, a Letter of Undertaking
certified by the bankers, the Collaborator / Associate shall have access to the line of credit of a level not less than amount specified at
Bankers certificate regarding the unutilized line of credit for fund based and non- fund based limits together with cash and bank
balance including fixed deposit available to such Treasury Centre. Further, Treasury Center shall certify that out of the aforesaid limits
from the Treasury Centre, supported by a resolution passed by the Board of Directors of Collaborator#s / Associate#s holding
for fund based and non-fund based limits to a level not less than the specified amount at Cl.3.5 to the collaborator / Associate or to the
profits and share premium account but do not include reserves credited out of the revaluation of assets, write back of depreciation
Treasury Centre, as the case may be, shall be acceptable.
provision and amalgamation. Further, any debit balance of profit and loss account and miscellaneous expenses to the extent not
rate as on seven (7) days prior to the date of Techno-Commercial bid opening shall be used.
(iii) For unutilized line of credit for fund based and non-fund based limits and turnover indicated in foreign currency, the exchange
(i) Net worth means the sum total of the paid up share capital and free reserves. Free reserves means all reserves credited out of the
NOTES for clause 2.0 and 3.0 above
4.0 Now with standing anything stated above, the employer reserve the right to assess the capabilities and capacity of the bidder/ its
(ii) Other income shall not be considered for arriving at annual turnover.
adjusted or written off, if any, shall be reduced from Reserves & Surplus.
the overall interest of the employer.
collaborators /associates/ subsidiaries/ group companies to perform the contract, should the circumstance warrant such assessment in
After logging to our e-tender site as mentioned above, the bidder can pay the requisite tender fee through payment gateway by clicking
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
Bidders can view/download the tender documents after logging in our e-tender site:
a) On-line:
II.Mode of payment for purchase of tender documents:
c) Exemptions of cost of tender documents : Refer clause No. (III)(iii)(c).
ii) In the Internet browser directly type the URL
#pay tender fee# as mentioned in the #Bidder#s Manual# and Guidelines to Bidders# which are available on the SRM Login screen.
Rihandnagar (code no.7523), Bijpur or Union Bank of India, Rihandnagar (code no. 550116), Bijpur and the same should reach
b) Off-line: Tender fee can be made in form of Demand Draft only in favor of NTPC Ltd., payable at State Bank of India,
In case of any difficulty, please contact help desk no. 0120-2952319
NTPC Rihand in the communication address given at S.No.10.
cost of tender documents shall not be entertained.
In case request for Tender Documents is obtained by post, any delay or loss will be the sole responsibility of the Contractor and NTPC
deadline as mentioned in the e-tender of our SRM system.
Request for tender documents received after the last date as mentioned, due to delays of postal/courier services or without requisite
i) #EMD Envelope# should contain the EMD of requisite value, strictly in valid form as mentioned below at Sl.No. III) a)/b) as per
shall not be responsible for any postal/communication delay.
applicability or valid supporting document in support of seeking exemption of EMD as III) c).
envelope super scribing #EMD Envelope# which must reach the office at the address mentioned below before the bid submission
III. Bid Security (EMD): Bidder has to submit earnest money deposit (EMD) in hard copy (off-line) of requisite value in a separate
amount submitted by any agency is less than the stipulated EMD their offer shall be rejected.
iii) EMD may be furnished in any of the following forms.
b) In case EMD amount is more than Rs.50,000/-, then besides above: Bank Guarantee (BG) from a Nationalized Bank/other banks
scheduled bank, payable at the State Bank of India, Code No.7523 or Union Bank of India, Code No.550116, Rihand Nagar (Bijpur),
Dist. Sonebhadra (UP).
a) For EMD amount of any value : Pay order / demand draft / Bankers cheque in favor of NTPC Limited, from any Nationalized or
ii) If Bid security (EMD) in original of any agency is not received in a sealed envelope, their bid shall not be opened. If the EMD
c) Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single point registration
ineligible for this concession/exemption. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification
scheme and SSI units registered with UPSSIDC for the said item/ services shall be exempted from payment of Tender Fee. Bidders
which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the certificate has
expired or the stores items are not matching with the tendered items such requests run the risk of their request being passed over as
seeking exemption should enclose a self certified legible copy of valid registration certificate giving details such as items/ services for
all the points of check list are replied in #Yes#.
Bank Guarantee verification check list duly filled in as per format attached has to be submitted in this regard. Bidder shall ensure that
attached. BG should be unconditional and irrevocable and should be valid for a period of 45 days beyond the bid validity period. The
(as per NTPC approved list) also will be acceptable. Format of BG against Bid security and list of banks for Bid security are
acceptance of above is an attribute of the on line Bid Invitation and the Bidders are required to confirm acceptance of Compliance to
e) No interest shall be payable by NTPC on the Bid Security.
f) Any Bid not accompanied by a bid security in a separate sealed envelope, shall be rejected by the employer as being non-responsive
d) The bid security of all the unsuccessful bidders will be returned after award of the job.
from NTPC Official before submission of their bid.
considered that the bidder complies to all the terms and conditions of Bidding Documents without any extra cost to the Owner
irrespective of any mention to the contrary anywhere in the bid, failing which the Bid Security of the Bidder be forfeited.
anywhere in the bid (Techno commercial Bid & Price Bid), the same shall not be given effect to the evaluation and it will be
all provisions of Bidding Documents (NO Deviation Certificate) online as per format enclosed. Only after acceptance of the above
condition the bidder shall be allowed to submit the bid. In case any deviations, variations and additional conditions are found
IV. No Deviation Certificate: No deviation, whatsoever, is permitted by the Owner to any provisions of bidding documents. The
and returned to the bidder without being opened.
c) Partnership deed/affidavit for proprietorship/certificate of incorporation.
b) Audited Balance sheet and Profit & Loss account.
etc. in proof of value of work executed, clearly indicating the executed value of the work.
a) Legible Copies of Award letter with Bill of Quantities of similar nature, job completion certificate, copies of MB (bills/receipts)
requirement as stipulated for each package.
queries and all answers once they are posted in the c-folder.
be examined by the Tender Committee during the process of evaluation.
VII. Following credentials are to be submitted by the bidders along with bid documents in support of meeting the qualifying
VI. Issuance of Tender Document to any bidder shall not construe that bidders are considered qualified. The qualification status shall
V. Clarification on Bidding documents: Bidder can seek clarification through e-mail or in hard copy upto the time specified as
mentioned in the bidding document. The queries will be answered by NTPC and posted in the c-folder. The bidders can view all
g) Cost of tender documents (Non-refundable) as mentioned above in the form of Demand draft only.
d) Copy of PF code allotted by RPFC.
f) Proofs of execution of orders value, turnover and other requirements to meet the QR for the work, as mentioned above.
e) Copy of Sales Tax Registration.
a) The bids shall be received upto 15.00 Hrs. on date of Bid Opening & shall be opened at 15.30 Hrs. on the same date as stipulated
b) In case, the date of Bid opening coincides with HOLIDAY, the shifted to next working day at the same time.
h) PAN and Service Tax Registration.
above in the presence of bidder, who wish to be present.
VIII. General Conditions:
reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.
8.0
f) Tender document is not transferable.
9.0
Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
whatsoever thereof and in such case no bidder/intending bidder shall have claim arising out of such action.
NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any
e) NTPC reserves the right to issue, reject any or all bids or cancel/withdraw the invitation for bids without assigning any reason
c) Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.
d) Notwithstanding anything stated above, NTPC reserves the right to assess bidder#s capability & capacity to perform the contract,
should the circumstances warrant such assessment in overall interests of the Owner.
FAX NO. 05446 242110/242115
PHONE NO. 05446 243094/247216/247220/24725/247219
Package Co-ordinators:
1. Amit Kumar Singh, Manager (CS)
Addl. General Manager (Contracts)
Rihand Super Thermal Power Project, NTPC
P.O. # RIHANDNAGAR, Dist. SONEBHADRA (U.P), PIN-231 223,
10.0 Address for Communication
Contracts Section, C&M
2. Manjula Bhagat, Asst. Mgr(CS)
Telephone: 05446-247225 Fax: 05446-242110
RIHANDNAGAR, DISTT: SONEBHADRA (U.P)-231223
NTPC LIMITED (ADMINISTRATIVE BUILDING)
Contracts Section, C&M
NTPC LIMITED (ADMINISTRATIVE BUILDING)
RIHANDNAGAR, DISTT: SONEBHADRA (U.P)-231223
Telephone: 05446-247215 Fax: 05446-242110