NTPC LIMITED (CONSULTANCY WING)

INVITATION FOR BIDS

FOR

DIESEL GENERATOR SETS PACKAGE (Supply-Cum-Erection)

FOR

AUGMENTATION OF DG SETS BY 4X0.808MW AT HAVELOCK ISLAND

IN THE UNION TERRITORY OF ANDAMAN & NICOBAR ISLANDS

(Domestic Competitive Bidding)

IFB No.: 40025676

 

Doc: CW-CM-9656-C-O-M-002

Date: 20.08.2014

1.0NTPC Consultancy Wing for and on behalf of the Electricity Department, Andaman & Nicobar Administration, Port Blair, invites online bids (e-tender) on Single Stage Two Envelope Compliant Bid basis (Envelope-I:Techno-commercial Bid & Envelope-II: Price Bid), from eligible bidders for aforesaid package.

2.0SCOPE OF WORK: The brief Scope of work is as under:

Design, manufacture, engineering, inspection & testing at supplier’s works, packing, forwarding to site, unloading, erection, testing & commissioning and putting into successful operation of Four

(4) Nos. of 808 KW DG Sets and all associated equipment at Havelock Island in the Union Territory of Andaman & Nicobar Islands. The facility shall be covered under two (2) year Annual Maintenance Contract after the completion of warranty period.

3.0Electricity Department, Andaman & Nicobar Administration intends to finance this Package through domestic funding and own resources.

4.0Detailed specification and scope are given in the bidding documents, which are available for examination and sale from NTPC e-tendering site: https://etender.ntpclakshya.co.in / www.ntpctender.com and as per the following schedule:

Bidding Document No.

:

CW-CM-9656-C-O-M-002

Document Sale Date &

:

From 20.08.2014 at 1100 hrs to 18.09.2014

Timing

:

upto 1500 hrs (IST)

Queries against Bid document

:

Upto 16:00 hrs (IST) on 23.09.2014.

Bid Receipt Date & Time

:

Upto 10:30 hrs (IST) on 08.10.2014

Bid Opening Date, Time &

:

On 08.10.2014 at 11:00 hrs. (IST) at NTPC

Venue of Techno-

 

Ltd., Consultancy Wing, Room No. 219,

Commercial Proposal

 

Engineering Office Complex Annexe,

 

 

A-8A, Sector-24, Noida-201307 (UP).

Cost of Bidding Document

:

Rs.5625/- (Rupees Five Thousand Six Hundred

 

 

Twenty Five only) per set.

4.1 As per provisions of bidding documents, the bidders shall submit, in separate sealed envelopes, “Techno-Commercial Proposal” and “Price Proposal”, within the bid submission date and time as mentioned above. Only Techno-Commercial proposals will be opened on the same day (i.e. 08.10.2014) at 1100 hrs (IST). The date of opening of Price Proposal shall be intimated separately after completion of evaluation of Techno-Commercial Proposal.

5.0All bids must be accompanied by Bid Security for an amount of Rs.23,92,000/- (Rupees Twenty Three Lakhs Ninty Two Thousand only) in the form as stipulated in bidding documents

5.1All eligible Small Scale Industries Units (SSI Units) shall be exempted from furnishing Bid Security against the subject package. Eligible SSI units shall mean those SSI units which are registered under Single Point registration systems with the National Small Industries Corporation (NSIC). However, such bidders shall be required to submit a notarized copy of NSIC Registration Certificate in a separate envelope superscribed on the top as under:

“NSIC REGISTRATION CERTIFICATE IN LIEU OF BID SECURITY FOR DIESEL GENERATOR SETS PACKAGE SPECIFICATION NO CW-CM-9656-C-O-M-002 DUE DATE OF BID OPENING

……………….. (DATE OF BID OPENING) FROM ……………………….. (NAME OF THE BIDDER)”.

5.2Any bid not accompanied by an acceptable Bid Security / Notarised copy of valid NSIC Registration Certificate applicable in case of a bidder who is eligible Small Scale Industries Unit (SSI Unit), seeking waiver for submission of Bid Security in accordance with aforesaid provisions shall be rejected by the Employer as being non-responsive and returned to the Bidders without being opened.

6.0QUALIFYING REQUIREMENT FOR BIDDERS

In addition to the qualifying requirements stipulated in section ITB (Instruction to Bidder’s), the following shall also apply:

6.1The Bidder should have supplied at least one (1) No. of DG set of rating not less than 750 KVA, which should be in successful operation for at least two (2) years as on date of bid opening.

AND

Bidder shall have assembly & service facility in India and should have erected/ supervised erection, tested, commissioned/supervised commissioning of DG sets which are in successful operation for at least two years as on date of bid opening.

6.2Financial Criteria:

6.2.1The 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 Rs.148 million (Indian Rupees One Hundred Forty Eight Million only) or in equivalent foreign currency.

6.2.2The net worth of the Bidder as on the last day of the preceding financial year shall not be less than 25% of the paid-up share capital.

6.2.3In case the bidder is not able to furnish its audited financial statements on stand alone 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 the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

(ii)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.

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

6.2.4In case a bidder does not satisfy the financial criteria, stipulated at Cl. 6.2.1 and /or Cl. 6.2.2 above on its own, the holding company would be required to meet the stipulated turnover requirements at Cl. 6.2.1 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.

6.2.5The 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 Rs 37 Million (Indian Rupees Thirty Seven Million 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.

6.2.6Where 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 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 specified amount at Cl. 6.2.5 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.

6.2.7In case the Bidder’s unutilized line of credit for fund based and non fund based limits specified at Cl. 6.2.5 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 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)For unutilized 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.

6.3Notwithstanding 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.

7.0NTPC Ltd, Consultancy Wing 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.

Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents from office of NTPC.

8.0Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is considered to be qualified to bid. Bids shall be submitted and opened at the address given as above in the presence of Bidder's representatives who choose to attend.

 

The

bidding

documents

can

also

be

downloaded

from

the

website

 

https://etender.ntpclakshya.co.in

/ www.ntpctender.com

on payment of tender fee.

 

9.0

Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

10.0ADDRESS FOR COMMUNICATION:

Addl. General Manager (C&M), Consultancy Wing, NTPC Ltd,

Room No. 205, Engineering Office Complex Annexe, A-8A, Sector-24, Dist. Gautam Budh Nagar,

Noida - 201307 (UP).

Telephone No.

:

0120-2410667/ 9650997655,

Fax No.

:

0120-2410645

Or at e-mail

:

akchaurasia@ntpc.co.in