DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
1 OF 8
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
RENEWABLE ENERGY CONTRACTS SERVICES, NOIDA.
DETAILED INVITATION FOR BIDS (IFB)
FOR
Development of 8 MW Solar PV Plant alongwith Battery Energy Storage System (BESS) at
Chidiyatapu, South Andaman, A&N Island
(International Competitive Bidding)
IFB No.: RE-CS-5727-004-9 Date: 10.03.2018
Bidding Document No:
1.0 NTPC Ltd invites online bids from eligible bidders on Single Stage Two Envelope (i.e.
Envelope-I: Techno-Commercial Bid and Envelope-II: Price Bid) with Reverse Auction for
Development of 8 MW Solar PV Plant alongwith Battery Energy Storage System
(BESS) at Chidiyatapu, South Andaman, A&N Island
2.0 BRIEF SCOPE OF WORK
A. Brief Scope of Work for 8 MW PV Solar Plant portion:-
Design, Engineering, Manufacturing, Supply, Packing and Forwarding, Transportation,
Unloading, Storage, Installation and Commissioning of grid connected capacity of 8 MW
Solar PV project on turnkey basis under open category at South Andaman, Andaman &
Nicobar Island. Bidder shall provide comprehensive operation & maintenance of the plant
for a period of ten years.
The scope includes the following:-
1. Design, engineering, manufacturing, supply, packing and forwarding, transportation,
unloading storage, installation, testing and commissioning of Solar Photo Voltaic Plant.
2. Site-grading, clearing of vegetation.
3. Design and construction of foundation & mounting structure for SPV panels.
4. Providing power supply and water supply for construction purposes.
5. Construction of Inverter room with Power conditioning unit associated LT and HT
switchgear. In case of String Inverter, Construction of HT Switchgear room.
6. Construction of Central Monitoring and Control Station with switchgear room, SCADA
room, Store room, Battery room with all electrical fitting and furniture, fencing of SPV
plant, security cabin etc.
7. All associated electrical and civil works required for interfacing with grid (i.e.
transformers, breakers, isolators, panels, protection system, cables, metering at 33 kV
level, earthing of transformer etc.).
8. Water supply arrangement for water washing including supply and installation of water
washing system.
DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
2 OF 8
9. Construction of internal roads, pathways, fencing & or peripheral boundary wall and
drainage system.
10. SCADA system for remote monitoring and control of Inverters with all hardware &
software.
11. Operation & maintenance of SPV Plant along with electrical equipment, consumables
and spare parts for a period of ten years from the date of successful completion of trial
run.
12. Supply of Mandatory spares.
B. Brief Scope of Work for 3.2 MW, 3.2MWH BESS portion:-
Design, Engineering, Manufacturing, Supply, Packing and Forwarding, Transportation,
Unloading Storage, Installation and Commissioning of grid connected Battery Energy Storage
System (BESS) of 3.2 MW,3.2 MWH Capacity for 8 MW Solar PV Project at Chidiyatapu.
Bidder shall provide comprehensive operation & maintenance of the BESS plant for a period
for minimum 10 years (upto maximum 25 years) from the date of successful completion of
trial run.
The scope includes the following:-
1. Basic Engineering of the plant and systems.
2. Detailed design, fabrication, shipping, assembling, testing, start-up, commissioning 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.
3. All Civil, Structural and Architectural works for BESS and associated electrical system.
4. 33 kV Breakers with 0.2s Class ABT meter in Metering cubicle and integration with
proposed 33 kV System of 17 MW Solar Project.
5. Instrumentation & Communication cables and all other communication devices (at both
end) required for successful integration with Solar PV plant.
6. Design, install and make ready a battery management system with control and
communication system for monitoring and controlling battery and PCS parameters.
7. Operation and maintenance for minimum 10 years (upto maximum 25 years) of the
project after commissioning including replacement and disposal of batteries and other
BESS equipments
8. Conduction of one time Performance Guarantee (PG) Test.
9. Demonstration of Tests as per specification during O&M period.
10. Decommissioning and disposal of the plant.
The detailed scope of work is as defined in the bidding document No.: RE-CS-5727-004-9
3.0 NTPC intends to finance the subject package through Own Resources/External Commercial
Borrowings.
DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
3 OF 8
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:
4.1 Prospective bidders from UP are compulsorily required to provide GSTIN number at the time
of purchase of bidding documents.
5.0 All bids must be accompanied by Bid Security for an amount of INR 1,05,78,000/- (Indian
Rupees One Crore Five Lakh Seventy Eight 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:
PROJECT CONFIGURATION (Solar PV Capacity: 8 MW with BESS Capacity: 3.2MW,
3.2MWh)
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 or 1.6 or 1.7. In addition, the Bidder
should also meet the qualifying requirements stipulated under clause 2.0 together with the
requirements stipulated under section ITB.
IFB No.
RE-CS-5727-004-9
IFB Date
10.03.2018
Document Sale Commencement Date
21.03.2018
Document Sale Close Date & Time
23.04.2018
Pre Bid Conference and Last Date for receipt of
queries from prospective Bidders
02.05.2018
Last Date and Time for receipt of bids
comprising both Techno-Commercial Bid and
Price Bid
17.05.2018
Date & Time of opening of Techno-Commercial
Bid
18.05.2018
Date and Time of start of Reverse Auction
Shall be Intimated separately by
NTPC
Cost of Bidding Documents in INR
INR 22,500/- (Indian Rupees
Twenty Two Thousand Five
Hundred only)
DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
4 OF 8
1.0 TECHNICAL CRITERIA
1.1 Route 1: The Bidder should have designed, supplied, erected/ supervised erection and
commissioned/ supervised commissioning of Solar Photo Voltaic (SPV) based grid
connected power plant(s) of cumulative installed capacity of 6 MWp or above, out of which
at least one plant should have been of 5 MWp capacity or above. The reference plant of 5
MWp or above 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 a developer of Solar Photo Voltaic (SPV) based grid
connected power plant(s) of cumulative installed capacity of 6 MWp or above, out of which
at least one plant should have been of 5 MWp capacity or above. The reference plant of 5
MWp or above capacity must have been in successful operation for at least six (6) months
prior to the date of techno-commercial bid opening.
1.3 Route 3: The Bidder should have manufactured and supplied Batteries for 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.
1.4 Route 4: The Bidder should be an integrator 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.
1.5 Route 5: The Bidder should have 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.
1.6 Route 6: The Indian Bidder should have technical collaboration agreement or should be a
licensee of a Battery Manufacturer who has manufactured and supplied Batteries for 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 furnish, along
DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
5 OF 8
with the bid, the documentary evidence/ certificate as per NTPC format regarding its technical
collaboration agreement with the Battery Manufacturer.
1.7 Route 7:
(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/cement/coal mining including coal handling plant and/ or any other process industry,
of a value of INR 390 Million (Indian Rupees Three Hundred and Ninety 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 1.7(i) & 1.7(ii) can be in same or different projects.
Notes for Clause 1.0:
a. The reference SPV based grid connected power plant of 5MWp or above capacity should be
at a single location developed by Bidder for itself or any other client.
b. SPV based Roof-top solar power projects, which are grid connected, shall also be considered
eligible for QR purposes.
c. 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.
d. Bidder shall submit the certificate of successful completion and operation from the Owner.
e. Projects executed by Bidder’s group company, Holding Company or Subsidiary Company
shall not be considered as Bidder’s experience for meeting the QR.
f. 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.
g. Integrator under ‘Route 4’ means, the agency/entity, which has carried out the grid
integration work(s) of Battery Energy Storage System (BESS) for grid connected renewable
energy application or energy time shifting/ peak shaving application or frequency regulation
application or Load leveling application.
h. In case of developer as Bidder in ‘Route 2 or Route 7’ the documentary evidence (certified
by Chartered Accountant) for value of executed reference work must be submitted by the
DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
6 OF 8
Bidder. Here Developer means an entity who has either executed or got executed the work/
project as owner of industrial projects.
i. The execution of industrial project as EPC Contractor under ‘Route 7’ 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 330 Million (Indian
Rupees Three Hundred and Thirty 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 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.
2.2 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.
2.3 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
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
7 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.
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 Interested parties are required to get registered with M/s Telecommunication Corporation of
India Ltd. (TCIL) website https://www.tcil-india-electronictender.com (if not registered
already). The cost of the bidding documents as mentioned above is required to be submitted
in the form of a crossed account Payee demand draft in favour of NTPC Ltd.”, Payable at
New Delhi at the address mentioned at para no.10.0 below along with GSTIN and
Organization ID registered with TCIL. After registration with TCIL and payment of the cost of
bidding documents as above, a complete set of Bidding Documents may be downloaded by
any interested Bidder from TCIL Portal https://www.tcil-india-electronictender.com with
DETAILED INVITATION FOR BID
Development of 8 MW Solar PV Plant alongwith Battery Energy
Storage System (BESS) at Chidiyatapu, South Andaman, A&N Island
BIDDING DOCUMENT NO.: RE-CS-5727-004-9
SECTION-I (IFB)
PAGE
8 OF 8
Tender Search Code NTPC-2018-TN000005. Interested parties are requested to ensure that
they have downloaded the official copy of Bid documents against Tender Search code-
NTPC-2018-TN000005 from abovementioned website of TCIL after getting registered with
TCIL without which they will not be able to submit their bids. For technical assistance call TCIL
Helpdesk at 011-26241790.
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. Bidder shall furnish Bid Security, Integrity
Pact, Pass Phrase 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:
Deputy General Manager (Renewable Energy-Contract Services) / Sr 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. +91-120-4947592, +91-120-4947372.
Fax: +91-120-2410251;
Email:akmishra21@ntpc.co.in/abhishekbhattacharjee@ntpc.co.in or at office.
Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in