NTPC LIMITED

GOVERNMENT OF INDIA ENTERPRISE)

INVITATION FOR BIDS (IFB) FOR

DEVELOPMENT OF 450 KW ROOFTOP SOLAR PV PROJECT ON THE PLANT BUILDINGS OF VINDHYACHAL SUPER THERMAL POWER PROJECT, STAGE-V

(Domestic Competitive Bidding)

)

IFB No.: 40037788

Date: 29.04.2015

Bidding Document No: RE-CS-2260-004-9

1.0 NTPC invites on-line bids in Two Stages (i.e. Stage-I (Techno-Commercial) Bid and Stage-II (Price) Bid) from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

IFB No.

 

 

 

 

40037788

 

 

 

 

 

 

 

 

IFB Date

 

 

 

 

24.04.2015

 

Document Sale Commencement Date

 

29.04.2015

 

 

 

 

 

Document Sale Close Date & Time

 

29.05.2015

15:00:00 (IST)

Last

Date

and

Time

for Stage-I (Techno-

09.07.2015

14:30:00 (IST)

Commercial) Bid submission

 

 

 

 

Stage-I (Techno-Commercial) Bid Opening Date &

09.07.2015

15:00:00 (IST)

Time

 

 

 

 

 

 

 

 

 

 

 

 

Last

Date

and

Time

for Stage-II

(Price) Bid

Shall be Intimated Separately

submission

 

 

 

 

 

 

 

 

 

 

Cost of Bidding Documents in INR

 

2,250/-

 

 

 

 

 

 

 

Last Query Date

 

 

 

07.06.2015

 

Pre-Bid Conference Date & Time

 

09.06.2015

10:30:00 (IST)

 

 

 

 

 

 

Bid Security in INR

 

 

 

7,37,000/-

 

3.0Bid Security and Integrity Pact shall be submitted in a sealed envelope separately in physical form by the stipulated Stage-I (Techno-Commercial) bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact shall be treated as non-responsive by the employer and shall not be opened.

4.0A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., payable at New Delhi or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For 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 allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnaire for issue of vendor code and SRM user id/password.

Note: No hard copy of bidding documents shall be issued.

5.0Brief Scope of Work

The Brief Scope of work for the subject package is as follows:

a)Determination of optimal grid connected roof-top solar PV power plants of estimated 450 KWp capacity on the Buildings of Vindhyachal Stage-V.

b)Complete Design, engineering, manufacture, inspection, supply, transportation, storage, insurance, civil work, erection, testing, commissioning and one year O&M of the grid connected roof-top Solar PV plants including all auxiliaries.

The detailed scope of work is as defined in the bidding documents No. RE-CS-2260-004- 9.

6.0Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

In addition to the requirements stipulated under section (Instruction to Bidders) ITB, the Bidder shall also meet the qualifying requirement stipulated hereunder in clauses 1.0 and 2.0

1.0TECHNICAL CRITERIA

The Bidder should have designed , supplied, erected / supervised erection and commissioned / supervised commissioning of SPV based grid connected power plant of at least one plant of 360 KWp capacity or above. The reference plant of 360KWp or above capacity must have been in successful operation for at least six months as on the date of techno-commercial bid opening.

Notes :

(a)The reference SPV based grid connected power plant of 360 KWp or above capacity developed by Bidder for itself or any other client.

(b)Bidder shall submit certificate of successful completion / operation from the Owner. In case the bidder has executed the project for its own group company/special purpose

vehicle, Bidder shall in addition, obtain a certificate from DISCOM/power procurement agency for commissioning date.

(c)Project executed by Bidder's group company, Holding company or Subsidiary company shall not be considered as Bidder's experience for meeting the QR.

(d)The Bidder shall also be considered qualified, in case the award for the reference works has been received by the Bidder either directly from owner of the plant or any other intermediary organization. A certificate from such owner shall be required to be furnished by the Bidder along with its techno-commercial bid in support of its claim of meeting requirement stipulated above.

(e)SPV based Roof-top and ground mounted solar power projects, which are grid connected, shall be considered as Bidder's experience for meeting the QR.

2.0FINANCIAL CRITERIA:

2.1The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of opening of Techno-Commercial bids, should not be less than INR 7.2 Crore (Indian Rupees Seven Crore Twenty Lacs only) or in equivalent foreign currency.

2.2The Net Worth of the Bidder as on the last day of the preceding financial year should not be less than 25% of its paid-up share capital.

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 further furnishes the following documents for 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 its Holding Company.

(b)A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bidding 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 preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

2.4In 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 would be required to meet the stipulated turnover requirements at Cl. 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 Techno-Commercial bid, a Letter of Undertaking from the holding company, supported by Holding

Company’s 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.

2.5The 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 Techno-Commercial bid opening, duly certified by its Bankers shall not be less than INR 2.66 Crore (Indian Rupees Two Crore Sixty Six Lacs 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.

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. 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 Resolution passed by the Board of Directors of the Holding Company, as per the format enclosed in the bidding documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

2.7In case the Bidder’s unutilized line of credit for fund based and non-fund based limits specified at Cl. 2.5 above is not sufficient, a comfort letter from one of the bankers specified in the bidding 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)"Holding Company" and "Subsidiary" shall have the meaning ascribed to them as per Companies Act, 2013, in vogue.

(ii)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.

(iii)Other income shall not be considered for arriving at annual turnover.

(iv)For unutilized line of credit for fund based and non-fund based limits and Turnover indicated in foreign currency, the exchange rate as on seven (7) days prior to the date of Techno-Commercial bid opening shall be used.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified. Bids shall be submitted online and opened at the address given below in the presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall furnish Bid Security, Power of Attorney, Integrity pact in physical form as detailed in Bidding Documents before the stipulated Techno-Commercial bid submission closing date and time at the address given below.

9.0NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation For Bids (IFB) for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0Transfer of Bidding Document purchased by one intending bidder to another is not permissible.

11.0Address for Communication

For the detailed IFB and bidding documents please visit at https://etender.ntpclakshya.co.in,

www.ntpctender.com or www.ntpc.co.in or may contact General Manager (Renewable Energy-Contract Services) / Addl General Manager (Renewable Energy-Contract Services), NTPC Limited, 3rd Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA, Distt. Gautam Budh Nagar, (UP), India, Pin-201301 on Telephone No. +91-120- 2410246 , Fax: +91-120-2410251 email:

aseemjain@ntpc.co.in / akgupta01@ntpc.co.in / shailendra@ntpc.co.in or at office.

Registered Office: NTPC Bhawan, SCOPE COMPLEX, 7, Institutional Area, Lodi Road, New Delhi-110003, Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in