DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-206A-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
REPLACEMENT OF LT MCC PACKAGE
FOR
FEROZE GANDHI UNCHAHAR THERMAL POWER STATION
STAGE-I (2X210 MW)
LOCATED AT
UNCHAHAR, DISTRICT RAE BARELI, STATE OF UTTAR PRADESH, INDIA
(Domestic Competitive Bidding)
IFB No.: 40078364 Date: 25.07.2017
Bidding Document No.: CS-1420(R&M-MG)-206A-9
1.0 NTPC invites online Bids on Two Stagebidding basis (Stage-I (Techno-Commercial) Bid &
Stage-II (Price) Bid) from eligible Bidders for aforesaid Package, as per the Brief Scope of
Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The scope of work includes design, manufacture, shop testing, supply, transportation &
complete insurance, handling and storage at site, including dismantling & shifting of existing
Switchgears/MCCs and complete installation, testing and commissioning of the following:
415 Volt Switchgears
415 Volt Motor Control Centers
415 Volt AC Distribution Boards
The Scope also includes supply & installation of necessary hardware such as Lugs, Glands,
Identification tags, Cable ties, etc. required for relugging & termination of existing Power &
control cables.
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
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 at 11.0
and as per the following schedule:
Issue of IFB
25.07.2017 *
Sale of Bidding Documents
25.07.2017 to 24.08.2017 (upto 1700 hrs. IST)*
Last date for receipt of queries from
bidders (if any)
07.09.2017 *
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-206A-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 2 of 5
Stage-I (Techno-Commercial) Bid
submission Date & Time
21.09.2017 up to 1430 Hrs (IST) *
Stage-I (Techno-Commercial) Bid Opening
Date & Time
21.09.2017 at 1500 Hrs (IST) *
Stage-II (Price) Bid Receipt Date & Time
Shall be intimated separately by NTPC
Cost of Bidding Document
INR 4500/- (Rupees Four Thousand Five
Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 15,24,000/- (Indian
Rupees Fifteen Lakh Twenty Four Thousand only) in the form as stipulated in the Bidding
documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE
AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The Bidder should meet the qualifying requirements of any one of the qualifying routes stipulated
under Clause 6.1.1 or 6.1.2. In addition, the Bidder should also meet the requirements stipulated
under clause 6.2.0 along with the requirements stipulated under Section ITB (Instructions to
Bidders).
6.1.0 Technical Criteria:
6.1.1 ROUTE 1
6.1.1.1 Bidder should have manufactured and supplied at least a total of four hundred & fifty (450)
nos. draw out type Air Circuit Breaker Panels and / or draw out type Motor Control Centre
Panels with fault rating of at least 45kA for 1 second and 105kA peak under a single order and
these panels should have been in successful operation for a period of not less than two (2)
years prior to the date of Techno-Commercial bid opening.
6.1.1.2 Bidder should have manufactured and supplied at least one hundred & fifty (150) nos. of Air
Circuit Breakers having fault rating of at least 105kA MAKING and 45kA BREAKING, and their
associated draw out type Air Circuit Breaker panels having fault rating of at least 45kA for 1
second and 105kA peak, which should have been in successful operation for a period of not
less than two (2) years prior to the date of Techno-Commercial bid opening.
6.1.2 ROUTE 2
6.1.2.1 Bidder should have manufactured and supplied at least a total of two hundred & twenty five
(225) nos. draw out type Air Circuit Breaker Panels and / or draw out type Motor Control Centre
Panels with fault rating of at least 45kA for 1 second and 105kA peak under a single order and
these panels should have been in successful operation for a period of not less than two (2)
years prior to the date of Techno-Commercial bid opening.
6.1.2.2 Bidder should have manufactured and supplied at least seventy five (75) nos. of draw out type
Air Circuit Breaker panels having fault rating of at least 45kA for 1 second and 105kA peak,
which should have been in successful operation for a period of not less than two (2) years prior
to the date of Techno-Commercial bid opening.
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-206A-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 3 of 5
6.1.2.3 Bidder shall Associate/Collaborate with a manufacturer who meets the requirements stipulated
in Route 1. In such a case, Bidder should furnish a Deed of Joint Undertaking executed by
Bidder and its Associate/Collaborator as per the format enclosed with the bidding document in
which the Bidder and its Associate/Collaborator are jointly and severally liable to the Employer
for successful performance of the LT Switchgears under this package. This Deed of Joint
Undertaking should be submitted along with the Techno-Commercial bid, failing which the
Bidder shall be disqualified and its bid shall be rejected. In case of award, the
Associate/Collaborator of the Bidder will be required to furnish on-demand Bank Guarantee for
5% (five percent) of the total contract price excluding taxes & duties in addition to the Contract
Performance Security to be furnished by the Bidder.
NOTE FOR CLAUSE 6.1.0:
Each Single Front Panel shall be counted as one (1) Panel, Double Front Panel as one (1) Panel
and Air Circuit Breaker Panel as one (1) Panel.
6.2.0 Financial Criteria:
6.2.1 Financial Criteria for Bidder
a) The 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 35 Million (Indian Rupees
Thirty Five Million only).
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 with the bid documents, pledging unconditional and
irrevocable financial support for the execution of the Contract by the Bidder in case of award.
b) The Net worth of the Bidder as on the last day of the preceding financial year should not be less
than 100% (hundred percent) of its 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 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:
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.
c) In 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 further furnishes the following documents for 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.
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-206A-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 4 of 5
(ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed with 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 with 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.
6.2.2 Financial Criteria for Collaborator/Associate
Financial Criteria for Collaborator/Associate shall be same as those for the Bidder.
NOTES FOR CLAUSE 6.2.0:
a) 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.
b) Other income shall not be considered for arriving at annual turnover.
c) “Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as
per Companies Act of India.
d) 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.
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.
9.0 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 choose to attend the bid opening. Bidder shall
furnish Bid Security, Joint Deed of Undertaking (if applicable) and Power of Attorney separately
offline as detailed in Bidding Documents by the stipulated bid submission closing date and time
at the address given below.
DETAILED INVITATION FOR BIDS
FGUTPS, Stage-I (2X210 MW)
Bidding Document No. CS-1420(R&M-MG)-206A-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 5 of 5
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0 Address for communication:
Manager (Contract Services-III) / AGM (Contract Services-III)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-4948615 / 4946654
e-mail: jkbhaskar@ntpc.co.in / nirupampaul@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
12.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in