DETAILED INVITATION FOR BIDS
VSTPS
Bidding Document No. CS-2220(R&M-MG)-500-9
RENOVATION OF 400/132 KV SWITCHYARD
SECTION - I (IFB)
Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
RENOVATION OF 400/132 KV SWITCHYARD
AT
VINDHYACHAL STPS
LOCATED AT VINDHYANAGAR, DISTRICT SINGRAULI,
STATE OF MP, INDIA
(Domestic Competitive Bidding)
IFB No.: 40079824 Date: 01.09.2017
Bidding Document No.: CS-2220(R&M-MG)-500-9
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 comprises of design, engineering, and supply of all Control & Protection
of 400/132 kV Stage-I&II Switchyard bays as per Tender SLD along with replacement of
400/132kV Circuit Breakers, Instrument Transformers and Surge Arrestors (as per details
given below).
The scope shall also include dismantling of existing Circuit Breakers, Instrument
Transformers, Surge Arrestors, C&R panels, necessary modification (as required) in
equipment interconnection & existing structure/foundation of equipment, replacement of
power & control cables, shifting and recommissioning of existing PLCC panels and RTCC
panels for Transformers from switchyard control room to AC bay kiosk, etc. Contractor shall
be required to shift the dismantled equipment at suitable location within the plant, as informed
by site.
The scope of work (on item rate basis) shall comprise, but not limited to the design,
engineering, manufacturing, testing and inspection at manufacturer’s works, packing, supply,
transportation, transit insurance, delivery to site, unloading, storage and equipment erection
& dismantling including associated civil and structural works. Further it shall also include the
cabling, earthing, association of sub vendors if any in the erection, supervision, site testing,
inspection and commissioning of above work.
Details of the EHV equipment to be replaced are as below:
1. 400kV Circuit Breaker
2. 400kV Current Transformer
3. 400kV CVT
4. 132kV Surge Arrestor
5. 132kV Current Transformer
Detailed scope of work has been specified in the bidding documents.
DETAILED INVITATION FOR BIDS
VSTPS
Bidding Document No. CS-2220(R&M-MG)-500-9
RENOVATION OF 400/132 KV SWITCHYARD
SECTION - I (IFB)
Page 2 of 4
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
01.09.2017
Sale of Bidding Documents
01.09.2017 to 22.09.2017 (upto 1700 hrs. IST)
Last date for receipt of queries from
bidders (if any)
29.09.2017
Stage-I (Techno-Commercial) Bid
submission Date & Time
24.10.2017 up to 1430 Hrs (IST)
Stage-I (Techno-Commercial) Bid Opening
Date & Time
24.10.2017 at 1500 Hrs (IST)
Stage-II (Price) Bid Receipt Date & Time
Shall be intimated separately by NTPC
Cost of Bidding Document
INR 22,500/- (Rupees Twenty Two
Thousand Five Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,10,02,000/- (Indian
Rupees One crore Ten Lac and Two Thousand only) in the form as stipulated in the Bidding
documents. Bid Security and Integrity Pact shall be submitted in a sealed envelope separately
in physical form by the stipulated Stage-I (Techno-Commercial) bid submission closing date
and time at the address given below.
Any bid without an acceptable Bid Security and Integrity Pact shall be treated as non-
responsive by the employer and shall not be opened.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
1.0 In addition to satisfactory fulfillment of the requirements stipulated under ITB (Instructions to
Bidders) the following shall also apply:
1.1 The Bidder should have designed, supplied, installed and commissioned Substation Automation
System with distributed architecture, which should have been in successful operation in at least
one (1) Substation/Switchyard of not less than 220kV class for minimum one (1) year prior to
the date of techno- commercial bid opening.
2.0 Financial Criteria:
2.1 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 2094 lacs(Indian Rupees
Two thousand ninety four Lacs 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.
DETAILED INVITATION FOR BIDS
VSTPS
Bidding Document No. CS-2220(R&M-MG)-500-9
RENOVATION OF 400/132 KV SWITCHYARD
SECTION - I (IFB)
Page 3 of 4
2.2 Net worth of the bidder should not be less than 100% (one hundred percent) of its paid up share
capital as on the last day of the preceding financial year on the date of Techno-commercial bid
opening. In case the Bidder does not meet 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
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 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 Holding Company.
(ii)A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed with the
bidding documents, stating that the unaudited unconsolidated financial statements form part of
the consolidated financial statements of the Holding Company.
In cases 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 a
practicing Chartered Accountant certifying its financial parameters, the audited results of 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 Techno-commercial bid opening and the Certificate from the
practicing Chartered Accountant certifying the financial parameters is not available.
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.
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.
DETAILED INVITATION FOR BIDS
VSTPS
Bidding Document No. CS-2220(R&M-MG)-500-9
RENOVATION OF 400/132 KV SWITCHYARD
SECTION - I (IFB)
Page 4 of 4
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, Integrity Pact 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.
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. +91-120-4948607 / 4946610
e-mail: kavishminocha@ntpc.co.in / nkpathak@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