DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
1 OF 8
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
RENEWABLE ENERGY – CONTRACT SERVICES, NOIDA.
DETAILED INVITATION FOR BIDS (IFB)
FOR
Battery Energy Storage System for 8 MW Solar PV Project at Chidiyatapu in A&N Islands
(International Competitive Bidding)
IFB No.: 40073998 Date: 09.05.2017
Bidding Document No: RE-CS-5727-004(B)-9
1.0 NTPC invites online bids from eligible bidders in TWO STAGES (i.e. Stage-I: Techno-
Commercial Bid and Stage-II: Price Bid) from eligible bidders for Battery Energy Storage
System for 8 MW Solar PV Project at Chidiyatapu in A&N Islands as per the scope of
work briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The scope shall cover Design, Engineering, Supply, Packaging and Forwarding, Transportation,
Unloading, Storage, Installation, Testing, Commissioning, Grid Integration with 8 MW Solar PV Plant
and 33 kV grid, of 3.2 MW, 3.2 MWh (at 33KV output throughout life of 25 Years) Battery Energy
Storage System (BESS, PCU, Transformers, BMS, EMS, Switchgears, Cables, Illumination, SCADA,
weather prediction system, fire detection system, 33KV Metering Station etc. required for smooth
operation) including twenty five year Operation and Maintenance (O&M) works on turnkey basis.
Bidder shall provide comprehensive operation & maintenance of the grid connected BESS System for
a period of twenty-five (25) years from the date of successful completion of trial run. Bidder shall be
responsible for identifying and providing any and all the other additional equipment, component and
services necessary for its integration with the existing ac systems, as a fully functional grid interactive
BESS System. All equipment, materials and services that are necessary for the satisfactory operation
of the BESS for entire O&M period of 25 years shall be deemed to be included in the scope of EPC
package work and shall not be limited to the following:
The scope includes the following:
1. Design, fabricate, ship, assemble, test, start-up, commission of all the equipment and system(s)
including civil works, warrant and make ready for service a fully functional turnkey battery energy
storage system that meets or exceeds all requirements delineated herein up to the battery energy
storage system.
2. All Civil, Structural and Architectural works including construction facilities and construction power
Distribution.
3. Design, install and make ready for the electrical connections from the battery energy storage system
to the 33 kV system.
4. Design, install and make ready a battery management system with control and communication system
for monitoring and controlling battery and PCU parameters and the communication connection from
the battery energy storage system of other projects of NTPC and the substations of A&N distribution
network.
DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
2 OF 8
5. Packing and transportation from the manufacturer’s works to the site including customs clearance
& port clearance, port charges, (if any).
6. Receipt, storage, preservation and conservation of equipment at the site; Fabrication, preassembly,
(if any), erection, testing, pre-commissioning and commissioning.
7. Complete manufacturing including conducting all type, routine and acceptance tests. Develop detailed
start up and site acceptance plan. Perform factory acceptance test of the complete system. Reliability
and Functional guarantee tests after successful completion of trial operation.
8. Provide documentation for design and expected performance through design calculations, software,
design drawings, equipment drawings, and modifications to the existing drawings.
9. Provide onsite training for the operators, engineers, technicians and maintenance personnel.
10. Supply any special equipment and tools required for the operation and maintenance of the project.
11. Supply of mandatory spares.
12. Operation and maintenance for 25 years of the project after commissioning.
13. Provide a warranty for the battery energy storage system and its constituent equipments as per
technical specification.
The detailed scope of work is as defined in the bidding document No.: RE-CS-5727-004(B)-9
3.0 NTPC intends to finance the subject package through Domestic Funding 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. 40073998
IFB Date 09.05.2017
Document Sale Commencement Date 12.05.2017
Document Sale Close Date & Time 09.06.2017 17:00:00 (IST)
Pre Bid Conference and Last Date for
receipt of queries from prospective Bidders
16.06.2017
Last date and time for receipt of bids for
Stage-I (Techno-Commercial) bids
07.07.2017 14:30:00 (IST)
Stage-I (Techno-commercial) bids opening
date & time
07.07.2017 15:00:00 (IST)
Cost of Bidding Documents in INR
INR 22,500/- (Indian Rupees
Twenty Two Thousand Five
Hundred only)
Date of submission of Stage-II (Price Bid) shall be intimated separately after opening of
Stage-I (Techno-Commercial) Bid.
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
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
3 OF 8
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,39,64,000/- (Indian
Rupees One Crore Thirty-Nine Lakh Sixty-Four 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:
The Bidder should meet the qualifying requirements of any one of the qualifying routes
stipulated under clause 1.1 or 1.2 or 1.3 or 1.4 or 1.5. In addition, the Bidder should also meet
the qualifying requirements stipulated under clause 2.0 together with the requirements
stipulated under section ITB.
1.0 TECHNICAL CRITERIA
1.1 Route 1: The bidder should have manufactured, supplied, installed/ supervised installation
and commissioned/ supervised commissioning of grid interactive battery energy storage
system(s) of cumulative installed capacity of 1.9 MW or higher, out of which at least one grid
interactive battery energy storage system should be of 0.6 MW capacity or higher. The
reference grid interactive battery energy storage system of 0.6 MW or higher capacity must
have been in successful operation for at least six (6) months prior to the date of techno-
commercial bid opening.
1.2 Route 2: The bidder should be an integrator of grid connected renewable energy project(s)
with battery energy storage system of cumulative installed capacity of 1.9 MW or higher, out
of which at least one project should be of 0.6 MW capacity or higher. The reference project
of 0.6 MW or higher capacity must have been in successful operation for at least six (6)
months prior to the date of techno-commercial bid opening. In such a case, bidder shall
associate/ collaborate with agency meeting technical requirement at Clause 1.1 above and
enter into Deed of Joint Undertaking as per ‘Note (a) for Clause 1.0’ below.
1.3 Route 3: The bidder should have supplied, installed/ supervised installation and
commissioned/ supervised commissioning grid interactive battery energy storage system(s)
of cumulative installed capacity of 1.9 MW or higher, out of which at least one grid interactive
battery energy storage system should be of 0.6 MW capacity or higher. The reference grid
interactive battery energy storage system of 0.6 MW or higher capacity must have been in
successful operation for at least six (6) months prior to the date of techno-commercial bid
opening. In such a case, bidder shall associate/ collaborate with agency meeting technical
requirement at Clause 1.1 above and enter into Deed of Joint Undertaking as per ‘Note (a)
for Clause 1.0’ below.
1.4 Route 4: The Indian Bidder should have technical collaboration agreement or should be a
licensee of a battery manufacturer, meeting technical requirement stipulated at Clause 1.1
above. In such a case, Bidder shall enter into Deed of Joint Undertaking with the above
qualified battery manufacturer as per ‘Note (a) for Clause 1.0’ below. Bidder shall also furnish,
along with the bid, the documentary evidence/certificate as per NTPC format regarding its
technical collaboration agreement with the Battery Manufacturer.
DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
4 OF 8
1.5 Route 5:
(i) 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 INR 260 Million (Indian Rupees Two
Hundred Sixty Million Only) or more in a single project or single work respectively and the
same must be in successful operation for at least one (1) year prior to the date of techno-
commercial bid opening.
AND
(ii) The bidder should have executed at least one (1) Electrical Sub-station of 33kV or above
voltage level, consisting of equipments such as 33kV or above voltage level circuit breakers
and power transformer, either as developer or as EPC Contractor which must 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 1.5(i) & 1.5(ii) can be in same or different projects.
Bidder seeking qualification through ‘Route 5 shall associate/ collaborate with agency
meeting technical requirement at Clause 1.1 above and enter into Deed of Joint Undertaking
as per ‘Note (a) for Clause 1.0’ below.
Notes for Clause 1.0:
a. Bidder seeking qualification through ‘Route 2 or 3 or 4 or 5’ shall furnish, along with the bid,
an undertaking jointly executed by him and his associate (qualified battery manufacturer) as
per NTPC format enclosed in the bidding documents for successful performance of the part
of the contract for which he is associated. The deed of joint undertaking (DJU) shall be
submitted along with the bid, failing which the bidder shall be disqualified and his bid shall be
rejected. Further, in case of award, the associate / collaborator will be required to furnish an
On Demand Bank Guarantee for a value of 2% (two percent) of Contract Price in addition to
the contract performance security to be provided by the bidder as per NTPC format.
b. The reference grid interactive battery energy storage system of 0.6 MW or higher capacity
should be at a single location developed by Bidder for itself or any other client.
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 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.
f. Integrator under ‘Route 2’ means, the agency/ entity, which has carried out the renewable
energy grid integration work(s)/ project(s) consisting of Battery Energy Storage System
(BESS) and Power Conditioning System (PCS).
DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
5 OF 8
g. In case of developer as bidder in ‘Route 5’, the documentary evidence (certified by Chartered
Accountant) for value of executed reference work must be submitted by the bidder. Here
developer means, an entity who has either executed or got executed the work/ project as
owner of facility.
h. The execution of industrial project as EPC Contractor under ‘Route 5’ 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 FINANCIAL CRITERIA FOR BIDDER
2.1.1 The average annual turnover of the Bidder, should not be less than INR 260 Million (Indian
Rupees Two Hundred Sixty Million Only) or in equivalent foreign currency, during the
preceding three (3) completed financial years as on the date of techno-commercial bid
opening.
In case a Bidder does not satisfy the average annual turnover criteria, stipulated at Clause
2.1.1 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 its 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.
2.1.2 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 meet 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. 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% (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.
2.1.3 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
DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
6 OF 8
acceptable provided the Bidder further furnishes the following documents on substantiation
of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with copies
of the audited consolidated financial statements of its Holding Company.
(ii) 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 (3) 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.
2.2 FINANCIAL CRITERIA FOR ASSOCIATE/ COLLABORATOR
2.2.1 The average annual turnover of its Associate/ Collaborator, should not be less than INR 180
Million (Indian Rupees One Hundred Eighty Million Only) or in equivalent foreign currency,
during the preceding three (3) completed financial years as on the date of techno-commercial
bid opening.
In case the Associate/ Collaborator does not satisfy the average annual turnover criteria,
stipulated at Clause 2.2.1 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 Associate/
Collaborator would be required to furnish along with its Techno-Commercial bid, a Letter of
Undertaking from its 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 Associate/ Collaborator
in case of award.
2.2.2 Net Worth of the Associate/ Collaborator as on the last day of the preceding financial year
should not be less than 100% (one hundred percent) of Associate/ Collaborator’s paid-up
share capital. In case the Associate/ Collaborator does not satisfy the 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 companies wherever applicable.
In such a case, however the Net worth of the Associate/ Collaborator 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:
DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
7 OF 8
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.
2.2.3 In case the Associate/ Collaborator is not able to furnish its audited financial statements on
standalone entity basis, the unaudited unconsolidated financial statements of the Associate/
Collaborator can be considered acceptable provided the Associate/ Collaborator further
furnishes the following documents on substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Associate/ Collaborator
along with copies of the audited consolidated financial statements of its Holding Company.
(ii) 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 Associate/ Collaborator is not able to submit the
Certificate from a practicing Chartered Accountant certifying its financial parameters, the
audited result of three (3) 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.
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
DETAILED INVITATION FOR BID
Battery Energy Storage System for 8 MW Solar PV Project at
Chidiyatapu in A&N Islands
BIDDING DOCUMENT NO.: RE-CS-5727-004(B)-9
SECTION-I (IFB)
PAGE
8 OF 8
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 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 chose to attend the bid opening. Bidder shall
furnish Bid Security, Integrity Pact, Power of Attorney and Deed of Joint Undertaking (as
applicable) in physical form 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 General Manager (Renewable
Energy - Contract Services) / Addl. General Manager (Renewable Energy-Contract Services)
/ Dy. General Manager (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. +91-120-4947376, +91-120-4947408, +91-120-4947592;
Fax: +91-120-2410251
Email:
aseemjain@ntpc.co.in/shailendra@ntpc.co.in/akmishra21@ntpc.co.in/
jaideep@ntpc.co.in or at office.
Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in