NTPC Limited

(A Government of India Enterprise)

KOLDAM HYDRO POWER PROJECT

INVITATION FOR BIDS (IFB)

FOR

#Supply & Installation of Seismic Instruments for Seismic Observatory Stations for Koldam Hydro Power Project (4X200MW)

(International Competitive Bidding)

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 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 DISTT. BILASPUR 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 alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail

#NTPC Koldam is a 800 (4X200) MW Hydro Power Project on river Satluj in Distt-Bilaspur, Himachal Pradesh, India. The Project is situated in the Seismic zone-V. A rock and gravel filled dam with impervious clay core across river Satluj.

NTPC intends to set up a Seismic Observatory System to monitor general and dam induced seismicity in the region. A six-station VSAT telemetry network will be deployed in the region around Koldam Hydro Electric Project. At each remote seismological station, a triaxial velocity sensor will be installed and data in digital form will be transmitted simultaneously to two central recording stations located at Koldam Project site, Himachal Pradesh and the Department of Earthquake Engineering (DEQ), IIT Roorkee using VSAT Telemetry.#

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

7.0Qualifying Requirements for Bidders:

A.Work Criteria:

#One similar work completed / executed costing not less than INR 247.64 Lakhs or equivalent in foreign currency. OR

#Two similar work completed / executed costing not less than INR 154.78 Lakhs or equivalent in foreign currency. OR

#Three similar work completed / executed costing not less than INR 123.82 Lakhs or equivalent in foreign currency.

Similar work means #Supply, installation, testing and commissioning of Seismic Instruments with VSAT Telemetry Network along with associated hardware and software. These stations should be in successful operation for at least two (2) years from the date of Installation.

B. Financial Criteria of Bidder.

(i)The average annual turnover of the bidder, in the preceding three (03) financial years as on the date of bid opening, shall not be less than Rs. 309.55 Lakh (Indian Rupees Three Hundred Nine Lakh and Fifty Five Thousand only) or in equivalent foreign currency.

(ii)In case of bidder does not satisfy the financial criteria, stipulated at Para B (i) above on its own, its holding company would be required to meet the stipulated turnover requirements at Para B (i) 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, bidder would be required to furnish along with its bid, a Letter of Undertaking from the holding company, supported by Board Resolution of the Holding company, 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.

(iii)In case where audited results for the last financial year as on the date of 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 result 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 bidding documents stating that the financial results of the company are under audit as on the date of bid opening and the certificates from the practicing Chartered Accountant certifying the financial parameters is not available.

(iv)In case of the bidder is not able to furnish its audited financial statements on standalone entity basis, the un-audited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes the following documents for substantiation of its qualification:

a. Copies of the un-audited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

b. A Certificate from the CEO / CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the un-audited unconsolidated financial statements form part of the Consolidated Annual Financial Statements of the Holding Company.

(v)Other income shall not be considered for arriving at annual turnover.

(vi)Holding Company# and #Subsidiary Company# shall have the meaning describe in Companies Act of India.

(vii)Notwithstanding anything stated above, the employer reserves the right to assess the capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group companies to perform the contract should the circumstances warrant such assessment in the overall interest of the Employer.

(viii)For turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of techno-commercial bid opening shall be used.

NOTES:

(i)As a proof of meeting of the qualifying requirement, scanned self attested copies of the following documents will be required to be

submitted / uploaded in the C-Folder.

(ii)Award letter / work order with Bill of Quantities and proof of value of work executed as mentioned at (ii) below

(iii)Documentary evidence issued by employer as proof of value of work executed as per work criteria clearly indicating, (a) the executed value of the work and (b) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate / final deviation order / copy of measurement book (R/A Bills).

(iv)Up to date copies of audited financial statements of last three Financial Years as audited by a practicing Chartered Accountant or certificate of Turnover issued by a practicing Chartered Accountant clearly indicating the books / records / documents on the basis of which the certificate is issued on the standalone basis / or holding company (Letter of undertaking from the holding company to be submitted).

(v)The bidder shall indicate on copies of credentials (Copies of the work orders and performance / Completion certificate from the employer) as specified in the Qualify Requirements, the conditions of the Qualifying Requirements (as brought out above) against which the credential is being submitted.

(vi)Original documents for verification shall be produced as and when called for.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 NTPC 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.

10.0Address for Communication

DGM (C&M)/Sr. Manager(C&M), NTPC Limited,

Koldam Hydro Power Project, P.O. Jamthal, Jal Jyoti Vihar, Dist. Bilaspur (H.P), Pin-174036 on Telephone No. 01978-283035 or

at e-mail:reenadureja@ntpc.co.in/keshavjha@ntpc.co.in

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

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in