NTPC LIMITED
(GOVERNMENT OF INDIA ENTERPRISE)
INVITATION FOR BIDS (IFB) FOR
DEVELOPMENT OF 250 MW (5 BLOCKS OF 50MW EACH) SOLAR PV POWER PROJECT
IN MADHYA PRADESH
(Domestic Competitive Bidding)
IFB No.: 40039276 |
Date: 24.05.2015 |
Bidding Document No:
1.0 NTPC invites
2.0 Brief Details
IFB No. |
40039276 |
||
IFB Date |
24.05.2015 |
||
Document Sale Commencement Date |
01.06.2015 |
||
|
|
|
|
Document Sale Close Date & Time |
30.06.2015 |
15:00:00 (IST) |
|
Last Date and Time for receipt of bids comprising |
30.07.2015 |
14:30:00 (IST) |
|
both |
|||
|
|
||
Date & Time of opening of |
30.07.2015 |
15:00:00 (IST) |
|
Date and Time of start of Reverse Auction |
Shall be Intimated Separately |
||
by NTPC |
|
||
|
|
||
Cost of Bidding Documents in INR |
2,000/- |
|
|
09.07.2015 |
10:30:00 (IST) |
||
Bid Security in INR |
3,25,97,000.00 |
3.0Bid Security and Integrity Pact shall be submitted in a sealed envelope separately in physical form by the stipulated
4.0A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
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:
Design, Engineering, Manufacturing, Supply, Packing and Forwarding, Transportation, Unloading Storage, Installation, testing and Commissioning of grid connected 250 MWp (Peak DC Power) Solar PV based power project on turnkey basis (to be awarded to multiple bidders in single/multiple blocks of 50 MW each). Bidder shall provide comprehensive operation & maintenance of the plant for a period of five years from the date of successful completion of trial run.
The scope includes the following.
1.Supply and installation of Crystalline Silicon PV modules with JBs, support structure, interconnecting wiring/ cabling, etc.
2.Supply and installation of power conditioning system including, inverters complying to the latest CEA grid connectivity regulation, DC and AC circuit breakers, inverter transformers, DC/AC power cables, SMBs, HT switchgear, etc.
3.All associated electrical works required for interfacing with grid (i.e. breakers, isolators, lightning arrestor(s), panels, protection system, cable, metering at 33 kV level etc.)
4.Supply and installation of AC/DC Auxiliary power supply and the cabling system including, cables, cable trays, glands, lugs, etc
5.Supply and installation of Illumination, Earthing and Lightning Protection system for the complete plant
6.SCADA system for monitoring and control of SPV plant with all hardware, software, communication cabling.
7.
8.Providing power supply and water supply for construction purposes.
9.Water supply arrangement for module washing including supply and installation of Module washing system.
10.Design and construction of foundation of Module mounting structure for SPV panels.
11.Construction of internal roads, pathways and drainage system.
12.All associated civil work like air conditioned Control room & Inverter rooms with all electrical fitting and furniture, fencing of SPV plant, CCTV, security cabin etc.
13.Power evacuation upto the terminal point as specified in technical specification.
14.Weather monitoring station supply and installation.
15.Operation & maintenance of SPV Plant along with electrical equipments, consumables including spare parts for a period of five years from the date of successful completion of trial run.
16.Supply & storage of Mandatory spares.
The detailed scope of work is as defined in the bidding document No.:
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 bidder (ITB), the bidder should also meet the qualifying requirements stipulated hereunder in clauses 1.1 or 1.2 or 1.3 as the case may be and Clause 2.0.
1.0TECHNICAL CRITERIA
1.1The bidder should have designed, supplied, erected/ supervised erection and commissioned/ supervised commissioning of Solar Photo Voltaic (SPV) based grid connected power plant(s) of cumulative installed capacity of 40MWp or above, out of which at least one plant should have been of 10MWp capacity or above. The reference plant of 10 MWp or above capacity must have been in successful operation for at least six
(6)months prior to the date of
1.2The bidder should be a developer of Solar Photo Voltaic (SPV) based grid connected power plant(s) of cumulative installed capacity of 40MWp or above, out of which at least one plant should have been of 10MWp capacity or above. The reference plant of 10 MWp or above capacity must have been in successful operation for at least six (6) months prior to the date of
1.3(a) The bidder should have executed in the last ten (10) years an industrial project either as developer or as EPC Contractor in the area of power/ steel/ oil and gas/
AND
(b)The bidder should have executed at least one (1) Electrical
The works referred to at clause 1.3 (a) & 1.3 (b) can be same or different projects.
Notes:
a.The reference SPV based grid connected power plant of 10MWp or above capacity should be at a single location developed by Bidder for itself or any other client.
b.SPV based
c.Bidder shall submit certificate of successful completion and operation from the Owner.
d.Projects executed by Bidder’s group company, Holding Company or Subsidiary Company shall not be considered as Bidder’s experience for meeting the QR.
e.In case the award for the reference works has been received by the Bidder either directly from owner of plant or any other intermediary organization, a certificate from such owner of plant or the intermediary organization shall be required to be furnished by the Bidder along with its
f.In case of developer as bidder in clause 1.3, the documentary evidence (certified by Chartered Accountant) for value of executed reference work must be submitted by the bidder.
g.Developer means an entity who has either executed or got executed the work/ project as owner of facility.
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
2.2The Net worth of the bidder should not be less than 100% of the Bidder’s paid up share capital as on the last day of the preceding financial year. In case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of its Holding companies wherever applicable, the Net worth of the Bidder and its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of the Holding Company, in combined manner should not be less than 100% of their total paid up share capital. However individually, their Net worth should not be less than 75% of their respective paid up share capitals.
2.3In 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 further furnishes the following 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 its Holding Company.
(b)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 Financial Statements of the Company.
In case audited results for the last financial year as on the date of Techno commercial bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, Bidder is not able to submit the Certificate from practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters.
2.4Further, in case the Bidder meets the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of its Holding companies wherever applicable, the Net worth of the Bidder and its Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of the Holding Company, in combined manner should not be less than 100% of their total paid up share capital however their Net worth individually should not be less than 75% of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100% where X1,X2,X3 are individual Net worth which should not be less than 75% of the respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.
Notes for Clause 2.0:
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 reserves 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 turnover indicated in foreign currency, the exchange rate as on 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
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
aseemjain@ntpc.co.in / rkgupta07@ntpc.co.in / shailendra@ntpc.co.in or at office.
Registered Office: NTPC Bhawan, SCOPE COMPLEX, 7, Institutional Area, Lodi Road, New