DETAILED INVITATION FOR BIDS (IFB)

NTPC LIMITED

(A Govt. of India Enterprise)

CORPORATE CONTRACTS, NOIDA

INVITATION FOR BIDS (IFB)

FOR

400 KV CABLES & ACCESSORIES PACKAGE

FOR

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT (4x130 MW)

AT

TAPOVAN VISHNUGAD, DISTRICT CHAMOLI, STATE OF UTTARAKHAND, INDIA

(International Competitive Bidding)

IFB No. : 40071340

Date: 27.02.2017

Bidding Document No. : CS-5505-230(R)-2

1.0NTPC invites online Bids on 'Single Stage Two Envelope' bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid) from eligible Bidders for aforesaid package, as per the Scope of Work mentioned hereinafter.

2.0BRIEF SCOPE OF WORK

The scope of work covered under this package includes the design, engineering, manufacture, assembly, testing at manufacturer's works before dispatch, insurance, transportation, delivery at Project site, handling, storage and preservation at site, transportation to place of installation, complete work of site assembly, laying, erection, testing at site, commissioning and handing over of 400KV Cables, accessories and complete Cable Support Systems. The accessories shall comprise of Cable terminations suitable for SF6 gas termination at 400KV Gas insulated switchgear (GIS) end and AIS with rigid aluminum tubular conductor at pothead yard end including fittings, cable supporting arrangement, clamps and spacers complete with earthing, embedments etc. as required. The 400KV Cables, Accessories and Cable support systems shall be suitable for ambient, seismic, altitude and other site conditions as detailed elsewhere in the specifications. Scope of supply of the Bidder includes Mandatory spares.

The scope of work as indicated above, exclude foundation bolts for structures of outdoor cable terminations, which have already been supplied and erected at site.

3.0NTPC intends to finance the subject package through ECB/Own Resources.

4.0Detailed specification, scope of work and terms & conditions are given in the bidding documents, which are available for examination and sale at the address given below and as per the following schedule:

Bid Document No.

:

CS-5505-230(R)-2

Bid Document Sale Date

:

From 01.03.2017 to 24.03.2017 upto 1730

 

 

Hrs (IST)

Last Date of receipt of queries

:

31.03.2017

from Bidder's (if any)

 

 

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER

400 KV CABLES & ACCESSORIES PACKAGE

 

PROJECT (4x130 MW)

PAGE 1 OF 4

DETAILED INVITATION FOR BIDS (IFB)

Date & Time of receipt of bid : Comprising both Techno- Commercial Bid and Price Bid

Up to 11.04.2017 by 1430 Hrs. (IST)

Date & Time of opening of Techno-Commercial Bid

Date & Time of opening of Price Bid

Cost of Bidding Document per set for Indian Bidders and per set for Foreign Bidders.

:11.04.2017 at 1500 hrs (IST)

:To be notified separately after opening of Techno- Commercial Bid

:Rs 5,625/- (Rupees Five Thousand Six Hundred and Twenty Five only)

US $ 125 (US Dollar One Hundred and Twenty Five only)

5.0All bids must be accompanied by Bid Security for an amount of Rs 24,21,000/- (Indian Rupees Twenty Four Lakh Twenty One Thousand only) or USD 35,700/- (US Dollar Thirty Five Thousand Seven Hundred only).

ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A

SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS

BEING NON-RESPONSIVE AND RETURNED TO THE BIDDERS WITHOUT BEING

OPENED.

6.0BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS

Tapovan Vishnugad Hydro Electric Power Project (4x130 MW) has been declared a Mega Power Project by Ministry of Power (Govt. of India). Accordingly, supplies of goods for this package shall be eligible for the benefits/ exemptions as per provisions of relevant Policy & Notifications of Govt. of India.

7.0 QUALIFYING REQUIREMENT FOR BIDDERS

In addition to satisfactory fulfilment of the requirements stipulated under Instructions to Bidders (ITB), the following shall also apply;

1.0Technical Criteria for the Bidder:

1.1a) The bidder should have designed, manufactured, supplied, erected/ supervised erection and commissioned/supervised commissioning of 380 KV or higher grade XLPE insulated cables of atleast 3 km cumulative length in one or more installation(s) which should be in successful operation for atleast one (1) year as on date of Techno-commercial bid opening.

OR

1.1b) The bidder can also be a holding company who along with its subsidiary meets the total requirements as stipulated in Clause 1.1a) above, provided that the bidder has atleast 50% voting securities in the subsidiary. In such a case the bidder shall source the cable from the subsidiary who meets the qualifying requirements as stipulated in Clause 1.1a) above with respect to manufacturing. In such an event, the bidder shall furnish a Deed of Joint Undertaking executed between the bidder and its aforesaid subsidiary, as per the format enclosed in the bid documents towards the bidder and its subsidiary being jointly and severally liable to the Employer for successful performance of the contract. The deed of joint undertaking shall be submitted along with the bid, failing which the bidder shall be disqualified and his bid shall be rejected. In case of award, the subsidiary will be required to furnish separate on demand bank guarantee for an amount of 1% percent of the total contract price of this package in addition to the contract performance security to be furnished by the bidder.

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER

400 KV CABLES & ACCESSORIES PACKAGE

 

PROJECT (4x130 MW)

PAGE 2 OF 4

DETAILED INVITATION FOR BIDS (IFB)

2.0Financial Criteria for the Bidder:

2.1The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno-Commercial bid opening, should not be less than ` 82 Million (Indian Rupee Eighty Two Million only) or in equivalent foreign currency.

In case a Bidder does not satisfy the average annual turnover criteria, stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements as 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 the 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.

2.2The Net Worth of the Bidder should not be less than 100% (hundred percent) of the Bidder’s paid-up share capital as on the last day of the preceding financial year. In case the Bidder does not meet Net Worth criteria on its own, it can meet the requirement of Net Worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of its Holding Company wherever applicable. In such a case, however, 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% (hundred percent) of their total paid-up share capital. However individually, their Net Worth should not be less than 75% (seventy five percent) of their respective paid-up share capitals.

Net Worth in combined manner shall be calculated as follows:

 

(X1+X2+X3)

Net Worth (combined) =

--------------------- x 100

 

(Y1+Y2+Y3)

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.

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 alongwith copies of the audited consolidated financial statements of its 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 financial statements of the Holding Company.

In case where 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 the three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters. Further, a certificate would be required from the CEO/CFO as per the format enclosed in the bid documents stating that the financial results of the Company are under audit as on the date of Techno-Commercial bid opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER

400 KV CABLES & ACCESSORIES PACKAGE

 

PROJECT (4x130 MW)

PAGE 3 OF 4

DETAILED INVITATION FOR BIDS (IFB)

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)“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per Companies Act of India.

(iv)For annual 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.

8.0NTPC reserves the right to accept or reject any bid for any reasons including National defense and security considerations, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for such action.

9.0Prospective Bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents from office of NTPC.

10.0A 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). 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.

11.0Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be 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, Integrity Pact, Power of Attorney and Joint Deed of Undertaking(s) (if applicable) separately offline as detailed in Bidding Documents by the stipulated bid submission closing date and time at the address given below.

12.0Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.

13.0Address for communication:

AGM (Contract Services-I) / Dy. Manager (Contract Services-I) NTPC Limited,

6th Floor, Engineering Office Complex, A-8A, Sector-24, NOIDA,

Distt. Gautam Buddha Nagar, (UP), INDIA Pin - 201301

Fax No.: 0091-120 - 2410011 / 2410335

Tel. No.: 0091-120 - 4946627 / 4948659

e-mail: abhayanand@ntpc.co.in or atulagrawal@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER

400 KV CABLES & ACCESSORIES PACKAGE

 

PROJECT (4x130 MW)

PAGE 4 OF 4