NTPC LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

RENEWABLE ENERGY – CONTRACT SERVICES, NOIDA

DETAILED INVITATION FOR BIDS (IFB) FOR

PROJECT MANAGEMENT CONSLUTANCY FROM CONCEPT TO COMMISSIONING FOR

WIND ENERGY GENERATION PROJECT.

(Domestic Competitive Bidding)

IFB No. 40055237

Date: 23.04.2016

Bidding Document No: RE-CS-1001-003-9

1.0 NTPC invites on-line bids on Single Stage Two Envelope bidding basis (i.e. Envelope-I:

Techno-Commercial Bid & Envelope-II Price Bid) from eligible Bidders for aforesaid project as per the scope of work briefly mentioned hereinafter:

2.0 BRIEF DETAILS

IFB No.

40055237

IFB Date

23.04.2016

Document Sale Commencement Date

25.04.2016

 

 

 

 

Document Sale Close Date & Time

27.05.2016

 

15:00:00 (IST)

Last Date for receipt of query from bidders, if any

02.06.2016

 

 

Pre Bid Conference for clarification from prospective

03.06.2016

 

 

Bidders

 

 

 

Last Date and Time for receipt of bids comprising

21.06.2016

 

14:30:00 (IST)

both Techno-Commercial Bid and Price Bid

 

 

 

Date & Time of opening of Techno-Commercial Bid

21.06.2016

 

15:00:00 (IST)

Date and Time of Opening of Price Bid

Shall be Intimated Separately

by NTPC

 

 

 

 

 

Cost of Bidding Documents in INR

 

1,125/-

Bid Security in INR

1,92,000/-

3.0A 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 favor 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 along with duly filled in questionnaire for issue of vendor code and SRM user ID/password.

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

4.0BRIEF SCOPE OF WORK

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

NTPC Ltd. intends to set up 100 MW wind energy power project in any state(s) in India. The project may consist of one single site of 100MW or two sites of 50MW (approx.) each, totaling to 100MW. The subject job is envisaged to be carried out through Engineering, Procurement and Construction (EPC) Contract basis from concept to commissioning and subsequently post commissioning monitoring.

A Project Management Consultant (PMC) shall be engaged by NTPC Ltd. for Preparation of cost estimates for the proposed 100 MW Wind Energy Power Project, Finalization of tender for EPC Contracts, Preparation and Submission of Feasibility Report based on the techno- commercial bid evaluation, Supervision of project execution phase including erection, testing and commissioning of the project as well as Supervision of the O&M for a specified period, Analysis of collected information and data available at site and Preparation of O&M report and Recommendations for improvements.

The scope includes the following:

1.Submission of Cost Estimates (100 MW Capacity)

Estimation of capital cost of wind farm including land, equipment cost & erection and commissioning costs.

Long term Operation and Maintenance (O&M) Cost including various statutory &

Government charges & fees, spare cost, O&M contract including escalation etc.

2.Services for Selection of EPC Contractor:

Preparation of EPC tender document including finalization of bid evaluation criteria, attending pre- bid meeting and submitting replies to the queries raised, Evaluation of Qualifying Requirements of the bids received.

Complete Technical evaluation of bid including validation of micrositing report of the offered wind sites and estimation of Annual Energy Production (AEP).

Co-ordination in visits of the offered sites.

Preparation and submission of technical and commercial recommendation.

3.Preparation and Submission of Detailed Project Report of the shortlisted wind projects.

4.Services after award of contract to EPC contractor by the owner:

A.Review & Approval of Drawings/ Data, completion schedule, Quality plan etc.

B.Site Supervision:

Posting of experienced and competent site engineer(s) to supervise site activities.

Site visits during the erection and commissioning period.

Inspection and approval at work & after receipt at site.

Checking and certifying protocol for WEG erection and commissioning.

Checking of Operation and Maintenance documents.

C.Post Commissioning Monitoring of Wind Farm 6 (six) months & carrying out Power Curve Verification Test.

D.Analysis of collected information and data during post commissioning period.

The detailed scope of work is as defined in the bidding document No.: RE-CS-1001-003-9.

5.0Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

6.0QUALIFYING 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 1.0 and 2.0.

1.0TECHNICAL CRITERIA:

1.1The Bidder should be a Consultant for Wind Energy Generation Projects and should have successfully carried out Project Management Consultancy (PMC) services from concept to commissioning including preparation of tender documents and site supervision work during the preceding 7 years as on the date of techno-commercial bid opening for which the experience should be one of the following:

i)One similar completed works for a Wind Energy Generation Project of minimum capacity of 40 MW.

ii)Two similar completed works for a Wind Energy Generation Project of minimum capacity of 25 MW.

iii)Three similar completed works for a Wind Energy Generation Project of minimum capacity of 20 MW

1.2Bidder should have provided PMC services for at least one wind energy project of capacity not less than 10 MW in a Central / State Govt. / Public Sector Undertaking (PSU), which should be working successfully for at least one year prior to the date of techno-commercial bid opening.

Note: Supporting documentary evidences to be provided:

a)Copy of work Order or Contract agreement and completion certificate issued by the client showing reference no. of work order / agreement, date of completion of the work.

b)Documentary evidence of at least one completed wind energy generation project (of capacity mentioned above in relevant clause) with Central / State Govt. /public sector undertaking

c)Certificate regarding successful operation of the Wind Energy Generation Project (of capacity mentioned above in relevant clause) for at least one (01)

year.

d)The certification by the bidder for his / her own wind farm or any in-house work experience shall not be considered as valid experience for the purpose of qualification.

2.0FINANCIAL CRITERIA FOR QUALIFICATION:

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 53 Lakhs (Indian Rupees Fifty-three Lakhs 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 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 holding Company.

In case where audited results for the last financial year as on date of techno- commercial bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case the Bidder is not able to submit the Certificate from a practicing Chartered Accountant certifying its financial parameters, the audited result of three consecutive financial years preceding the last financial year shall be considered for evaluating financial parameters. Further, a certificate would be required from the CEO/CFO as per the format enclosed in the bidding documents stating that the Financial results of the company are under audit as on techno-commercial bid opening and the Certificate from a practicing Chartered Accountant certifying the financial parameters is not available.

2.4In case a bidder does not satisfy the financial criteria, stipulated at Cl. 2.1 and/or 2.2 above on its own, 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 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 26 Lakh (Indian Rupees Twenty-six Lakhs 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 clause 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 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 clause 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 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 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 techno-commercial bid opening shall be used.

7.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified. Bids shall be submitted online. Bidder shall furnish Bid Security along with Letter of Undertaking, Power of Attorney, Integrity pact and Non Discloser Agreement (NDA) in physical form as detailed in Bidding Documents before the stipulated Techno-Commercial bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security along with Letter of Undertaking, Integrity Pact and Non Discloser Agreement (NDA) shall be treated as non-responsive by the employer and shall not be opened.

8.0NTPC 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.

9.0Transfer of Bidding Document purchased by one intending bidder to another is not permissible.

10.0Address 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, Room No- 220, Engineering Office Complex Annexe Building, A- 8A, Sector-24, NOIDA, Distt. Gautam Budh Nagar, (UP), India, Pin- 201301 on Telephone

No. +91-120-4947376, +91-120-2410880, +91-120-4947373, Fax: +91-120-2410251 email: aseemjain@ntpc.co.in / shailendra@ntpc.co.in / akgupta01@ntpc.co.in / rahulgoel@ntpc.co.in or at office.

Registered Office: NTPC Bhawan, SCOPE COMPLEX, 7, Institutional Area, Lodhi Road,

New Delhi-110003, Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in.

Convert PDF to Word