DETAILED INVITATION FOR BID
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN &
CHIDIYATAPU SPV PROJECT(S) IN SOUTH ANDAMAN
BIDDING DOCUMENT NO.: RE-CS-0000-204-9
SECTION-I
(IFB)
PAGE
1 OF 6
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
RENEWABLE ENERGY CONTRACTS SERVICES, NOIDA.
DETAILED INVITATION FOR BIDS (IFB)
FOR
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN & CHIDIYATAPU SPV PROJECTS IN
SOUTH ANDAMAN
(Domestic Competitive Bidding)
IFB No.: 40073288 Date: 03.05.2017
Bidding Document No: RE-CS-0000-204-9
1.0 NTPC invites online bids from eligible bidders on Single Stage Two Envelope
Basis (i.e. Envelope-I: Techno-Commercial Bid and Envelope-II: Price Bid) for
aforesaid Projects as per the scope of work briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
Design, Engineering, overall project management, coordination, Supply, Packing
and Forwarding, Transportation, Unloading, Storage, erection, testing, Installation
and Commissioning of 33 kV transmission lines alongwith 33/11 kV Sub-station
including associated civil and structural works. The scope also includes Civil works
for Switchgear buildings and equipments such as Aux. Transformers etc.
The scope of works of 33 kV Transmission system alongwith 33/11 Kv substation
envisaged under this package are as follows:
(i) Power evacuation from Manglutan sub-station
1 no. of 33/11 kV sub-station including 2 nos. of 1.6 MVA Aux.
Transformer and associated Switchgear.
33 kV UG XLPE cable (3RX1CX400 sq. mm) from Manglutan sub-station
to Dhankari junction (5 km approx.. route length)
33 kV UG XLPE cable (3RX1CX400 sq. mm) from Manglutan sub-station
to Dhankari junction (5 km approx.. route length) & subsequent
interconnection by 33 Kv O/H line using AAAC equivalent to ACSR
panther conductor from Dhankari junction to Garacharma sub-station (8
km approx. route length)
33 kV UG XLPE cable (3RX1CX400 sq. mm) from Manglutan sub-station
to Nayasahar junction (2 km approx. route length) & subsequent
interconnection by 33 kV O/H line using AAAC equivalent to ACSR
panther conductor from Nayasahar junction to Garacharma sub-station (7
km approx. route length)
DETAILED INVITATION FOR BID
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN &
CHIDIYATAPU SPV PROJECT(S) IN SOUTH ANDAMAN
BIDDING DOCUMENT NO.: RE-CS-0000-204-9
SECTION-I
(IFB)
PAGE
2 OF 6
33 kV outdoor isolators, 30 kV LA’s & 33 kV cable termination kits at
terminal points as indicated in SLD
(ii) Power evacuation from Chidiyatapu sub-station
1 no. of 33/11 kV sub-station including 2 nos. of 1.6 MVA Aux. transformer
and associated Switchgear.
33 kV UG XLPE cable (2R of 1CX185 sq. mm/phase) (5 km approx. route
length) & subsequent interconnection by 33 kV O/H line using AAAC
equivalent to ACSR DOG conductor (10 km approx. route length) from
Chidiyatapu Sub-station to Garacherma Sub-Station.
33 kV Outdoor Isolators, 30 kV LA’s & 33 kV Cable termination kits at
terminal points as indicated in SLD
(iii) Supply of Mandatory spares.
The detailed scope of work is as defined in the bidding document No.: RE-CS-0000-
204-9.
3.0 NTPC intends to finance the subject package through DCB and/or own resources.
4.0 Detailed 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:
IFB No.
40073288
IFB Date 03.05.2017
Document Sale Commencement Date 04.05.2017
Document Sale Close Date & Time 30.05.2017
17:00:00 (IST)
Pre-Bid Conference and Last Date for receipt of
queries from prospective Bidders
06.06.2017
Last Date and Time for receipt of bids comprising
both Techno-Commercial Bid and Price Bid
28.06.2017 14:30:00 (IST)
Date & Time of opening of Techno-Commercial
Bid
28.06.2017 15:00:00 (IST)
Date and Time of opening of Price Bid
Shall be Intimated separately by
NTPC
Cost of Bidding Documents in INR
INR 7,875/- (Indian Rupees
Seven Thousand Eight Hundred
Seventy Five only)
4.1 Prospective bidders from U.P State are compulsorily required to provide TIN number at the
time of purchase of bidding documents.
DETAILED INVITATION FOR BID
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN &
CHIDIYATAPU SPV PROJECT(S) IN SOUTH ANDAMAN
BIDDING DOCUMENT NO.: RE-CS-0000-204-9
SECTION-I
(IFB)
PAGE
3 OF 6
5.0 All bids must be accompanied by Bid Security for an amount of INR 55,19,000/- (Indian
Rupees Fifty Five Lakh Nineteen Thousand only) in the form as stipulated in the
Bidding Documents.
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 BIDDER WITHOUT BEING OPENED.
6.0 Qualifying 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 Clause 2.0.
1.0 TECHNICAL CRITERIA
1.1 The Bidder should have erected/ supervised erection and commissioned/
supervised commissioning of at least 5 km of Transmission line, in a single or
multiple projects, of 33 kV or above voltage class which should be in
operation for at least one (1) year prior to the date of techno-commercial bid
opening.
or
1.2(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/ petro-chemical/ fertilizer and/ or any other process industry, of a
value of Rs. 24 Crore (Indian Rupees Twenty Four Crore Only) or more in
a single project or single work respectively and the same should be in
successful operation for at least one (1) year prior to the date of techno-
commercial bid opening.
AND
(b) The Bidder should have executed at least one (1) Electrical Sub-station of 33
kV or above voltage level, consisting of equipment such as 33kV or above
voltage level circuit breakers and Power transformer, either as developer or
as EPC Contractor which should be in successful operation for at least one
(1) year prior to the date of techno-commercial bid opening.
The works referred to at clause 1.2 (a) & 1.2 (b) can be in same or different
projects.
Notes:
DETAILED INVITATION FOR BID
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN &
CHIDIYATAPU SPV PROJECT(S) IN SOUTH ANDAMAN
BIDDING DOCUMENT NO.: RE-CS-0000-204-9
SECTION-I
(IFB)
PAGE
4 OF 6
a. Bidder shall submit certificate of successful completion and operation from
the Owner.
b. Projects executed by Bidder’s group company, Holding Company or
Subsidiary Company shall not be considered as Bidder’s experience for
meeting the QR.
c. 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 techno-commercial bid
in support of its claim of meeting requirement stipulated above. Certificate
from owner of the plant shall also be furnished by the Bidder for successful
operation of the reference plant.
d. In case of developer as bidder in clause 1.2, the documentary evidence
(certified by Chartered Accountant) for value of executed reference work
must be submitted by the bidder.
e. Developer means an entity who has either executed or got executed the
work/ project as owner of industrial projects.
f. The execution of industrial project as EPC Contractor under clause 1.2
means, such EPC Contractor is responsible for all the activities i.e.
Design/Engineering, Procurement, Construction and Commissioning of a
project/work.
2.0 FINANCIAL CRITERIA
2.1 The average annual turnover of the Bidder, should not be less than INR 24 Crore
(Indian Rupees Twenty Four Crore only) during the preceding three (3)
completed financial years as on date of techno-commercial bid opening.
In case a Bidder does not satisfy the 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.
2.2 Net Worth of the Bidder as on the last day of the preceding financial year should not
be less than 100% (one hundred percent) of bidder’s paid-up share capital. In case
the Bidder does not satisfy the Net Worth criteria on its own, it can meets the
DETAILED INVITATION FOR BID
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN &
CHIDIYATAPU SPV PROJECT(S) IN SOUTH ANDAMAN
BIDDING DOCUMENT NO.: RE-CS-0000-204-9
SECTION-I
(IFB)
PAGE
5 OF 6
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%(One 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:
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%(Seventy five percent) of the
respective paid up share capitals and Y1,Y2,Y3 are individual paid up share
capitals.
2.3 In 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 statement 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.
Notes for Clause 2.0:
i. 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.
DETAILED INVITATION FOR BID
TRANSMISSION SYSTEM PACKAGE FOR MANGLUTAN &
CHIDIYATAPU SPV PROJECT(S) IN SOUTH ANDAMAN
BIDDING DOCUMENT NO.: RE-CS-0000-204-9
SECTION-I
(IFB)
PAGE
6 OF 6
ii. Other income shall not be considered for arriving at annual turnover.
iii. “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as
per Companies Act of India.
iv. For 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.
7.0 NTPC 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.
8.0 A 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.
Note: No hard copy of Bidding Documents shall be issued.
8.1 Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is
considered to be qualified. Bids shall be submitted online. Bidder shall furnish Bid Security,
Integrity Pact and Power of Attorney separately offline as detailed in Bidding Documents
before the stipulated bid submission closing date and time at the address given below.
9.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
10.0 Address 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 at
office General Manager (Renewable Energy - Contract Services) / Addl. General Manager
(Renewable Energy-Contract Services) /DGM(Renewable Energy-Contract Services)/
Manager (Renewable Energy-Contract Services), NTPC Limited, Room No. 220, R&D
Building, Engineering Office Complex (EOC) Annexe, A-8A, Sector-24, NOIDA, Distt.
Gautam Budh Nagar, (UP), India, Pin - 201301 on Telephone No.
+91-120-4947408,
+91-120-4947374, +91-120-4947376, Fax: +91-120-2410251 email:
aseemjain@ntpc.co.in / shailendra@ntpc.co.in /akmishra21@ntpc.co.in/
jaideep@ntpc.co.in/abhishekbhattacharjee@ntpc.co.in.
Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in