DETAILED INVITATION FOR BID
Page 1 of 9
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
SWITCHYARD PACKAGE INCLUDING MISC. ELECTRICAL WORKS FOR BOP PACKAGES
FOR
TALCHER THERMAL POWER PROJECT, STAGE-III (2X660 MW)
AT
TALCHER, DISTRICT ANGUL, STATE OF ODISHA, INDIA
(International Competitive Bidding)
IFB No. : 40083527 Date: 12.06.2018
Bidding Document No. : CS-4540-500-2
1.0 NTPC invites online bids on Single Stage Two Envelope bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible Bidders for Switchyard
Package including misc. Electrical Works for BOP Packages for Talcher Thermal Power
Project, Stage-III (2x660 MW) situated at Talcher, District Angul, Odisha, as per the Scope
of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
Switchyard including miscellaneous Electrical Works for BOP Package at Talcher TPP,
Stage-III (2x660 MW) covers complete 400 kV GIS Switchyard, 66 kV AIS Switchyard/Sub-
Station at Plant & MUWPH end, 132 kV EHV cable supply, termination for startup power
from existing 132 kV Switchyard to start up transformer at Talcher TPP, Stage-III along with
supply and installation of LT Switchgear, Bus Duct, DC Battery & Battery Charger, Power &
Control Cables, Earthing & Lightning Protection, cabling and lighting for Raw Water, Cooling
Tower, Make-up Water and WTP system.
It shall also include 11/.415 kV Outdoor Transformer for various offsite system like MUW,
DM, PT, CW chlorination, CT, CHP, WT/TH, LHP (Limestone Handling Plant) etc. and
11/3.45 kV Transformer for CHP HT Switchgear as indicated in single line diagram.
400 kV GIS Switchyard shall employ one and half breaker scheme. Following System /
equipment shall also be covered under the scope work of the contract:
A. 400 kV Gas Insulated Switchyard
i) Two (2) Nos. 400 kV Generator Transformer bays
ii) Two (2) Nos. 400/11.5 kV Station Transformer bays
iii) Four (4) Nos. of 400 kV line bays
iv) One (1) No. of future line bays
v) One (1) No. 125 MVAR Bus Reactor bay
vi) Five (5) Nos. Tie bays
B. 400 kV Air Insulated Switchyard
10 Nos. of 3-phase connections between GIS and AIS Station Transformers, Bus
Reactor, Generator Transformers, Line bays along with associated CVT, LA and WT as
per SLD & tender drawings.
DETAILED INVITATION FOR BID
Page 2 of 9
C. 66 kV Air Insulated Switchyard
i) 66 kV Air Insulated S/S at Plant end
ii) 66 kV Air Insulated S/S at Make-up Water end
The above scope of work shall include overall project management, co-ordination, design,
engineering, supply, erection, testing and commissioning of 400 kV SF6 Gas Insulated
Switchyard, 400 kV pothead yard & 66 kV Air Insulated Switchyard, Switchyard control
room building, GIS building, Control Relay & Protection Panels and associated civil &
structural works.
The scope shall also include ventilation system of GIS building and air-conditioning of
control room building and civil works for switchyard service transformer, Bus Reactor etc.
D. Supply, Installation & Commissioning works of following electrical equipments for RW,
CT, MUW, and WTP systems.
1. LT switchgear & Bus Ducts
2. Power cable & control cables
3. DC Battery and Battery Charger
4. Earthing & lightening Protection
5. Cabling, including Lighting for cooling tower
6. Admin building & workshop
E. Supply, Installation & Commissioning of outdoor transformers (11/.415 kV) for MUW
service, DM service, PT service, RWPH service, CW chlorination / CT Service, WT
(Wagon Tripler) / TH (Track Hopper) service, CHP CH (Crusher House) service, CHP
(Coal Handling Plant) / LHP (Lime stone Handling) service, admin building, workshop
and 11/3.45 kV CHP transformer as indicated in single line diagram.
The detailed scope of work shall be as per specifications and scope defined in the Bidding
Document no. CS-4540-500-2 for Switchyard Package including misc. Electrical Works for
BOP Packages for Talcher Thermal Power Project, Stage-III (2x660 MW).
3.0 NTPC intends to finance the subject package through External Commercial Borrowings
(ECB) / 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 as per the following schedule:
Bid Document No. : CS-4540-500-2
Bid Document Sale Date : From 12.06.2018 to 19.06.2018 (up to 1800
Hrs (IST)
Last Date for receipt of : 28.06.2018
queries for clarification
from prospective Bidders
Date, Time and Venue for : 28.06.2018, 1030 Hrs (IST)
Pre-Bid conference at NTPC-EOC, Noida
DETAILED INVITATION FOR BID
Page 3 of 9
Bid comprising of Techno- : 19.07.2018 up to 1500 Hrs (IST)
Commercial proposal and Price
Proposal Receipt Date & Time
Date & Time of opening of : 19.07.2018 at 1530 Hrs (IST)
Techno-Commercial Proposal
Date & Time of Opening of : Shall be intimated separately
Price proposal
Cost of Bidding Document : 22,500/- (Indian Rupees Twenty Two
per set for Indian Bidders and Thousand Five Hundred only)
per set for Foreign Bidders. US $ 500 (US Dollar Five Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of 2,00,00,000/- (Rupees
Two Crore only) or US $ 309,400/- (United States Dollars Three Hundred Nine Thousands
and Four Hundreds only).
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 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Talcher Thermal Power Project, Stage-III (2x 660 MW) has been declared a Mega Power
Project by Ministry of Power (Govt. of India). Accordingly, supplies of goods for this package
may be eligible for the benefits / exemptions as per provisions of relevant policy &
notifications of Govt. of India.
7.0 QUALIFYING REQUIREMENT FOR BIDDERS
7.1.0 The Bidder should meet the qualifying requirements of any one of the qualifying routes
stipulated under Clause 7.1.1 or 7.1.2 or 7.1.3 or 7.1.4. In addition, the Bidder should also
meet the requirements stipulated under Clause 7.2.0 along with the requirements stipulated
under Section ITB (Instructions to Bidders).
7.1.1 Route-1
The Bidder should have designed, manufactured, erected/supervised erection,
tested/supervised testing and commissioned/supervised commissioning of one (1) Gas
Insulated Switchgear (GIS) equipment(s) installation having at least six (6) bays of 400kV or
above voltage class with short circuit current of not less than 40 kA for 1 second, which
should have been in successful operation for minimum two (2) years prior to the date of
Techno-Commercial bid opening.
7.1.2 Route-2
The Bidder should have designed, constructed/erected, tested and commissioned one (1)
Air Insulated Substation/ Switchyard of 400 kV or above voltage class having at least six (6)
bays which should have been in successful operation for a minimum period of two (2) years
prior to the date of Techno-Commercial bid opening and, the Bidder associates with a GIS
manufacturer for sourcing of GIS equipments who meets the requirement indicated at 7.1.1
DETAILED INVITATION FOR BID
Page 4 of 9
above. The associate will also be fully responsible for the performance of the GIS portion of
the contract.
In such an event the Bidder shall arrange a Deed of Joint Undertaking to this effect jointly
executed by Bidder and its Associate as per the format enclosed in the bidding document.
This Deed of Joint Undertaking should be submitted along with the Techno-Commercial bid,
failing which the Bidder shall be disqualified and its bid rejected. In case of award, the
Associate of the Bidder will be required to furnish an on-demand Bank Guarantee for 6%
(Six Percent) of the total contract price in addition to the Contract Performance security to
be provided by the Bidder.
7.1.3 Route-3
The Bidder should have designed, constructed/erected, tested and commissioned one (1)
Air Insulated Substation/ Switchyard of 400 kV or above voltage class having at least six (6)
bays which should have been in successful operation for a minimum period of two (2) years
prior to the date of Techno-Commercial bid opening.
And
The Bidder should have established manufacturing facilities for GIS equipment in India
based on technological support of Collaborator/Associate (who meets the requirement at
7.1.1 above) and Bidder should have designed, manufactured, erected/ supervised
erection, tested/ supervised testing and commissioned/ supervised commissioning at least
one (1) Gas Insulated Switchgear (GIS) equipment(s) installation having at least six (6)
bays of 400kV or above voltage class with short circuit current of not less than 40 kA for 1
second prior to the date of Techno-Commercial bid opening. The collaborator/associate will
be fully responsible for the performance of the GIS portion of the contract.
In such an event the Bidder shall arrange a Deed of Joint Undertaking to this effect jointly
executed by Bidder and its Collaborator/Associate as per the format enclosed in the bidding
document. This Deed of Joint Undertaking should be submitted along with the Techno-
Commercial bid, failing which the bidder shall be disqualified and its bid rejected. In case of
award, the Collaborator/Associate of the Bidder will be required to furnish an on-demand
Bank Guarantee for 2% (Two Percent) of the total contract price in addition to the Contract
Performance security to be provided by the Bidder.
7.1.4 Route-4
The Bidder should have established manufacturing facilities for GIS in India prior to the date
of Techno-Commercial bid opening based on technological support of Parent
Company/Collaborator/Associate who meets the requirement indicated at 7.1.1 above. The
Parent Company/Collaborator/Associate will be fully responsible for the performance of the
GIS portion of the contract.
In such an event the Bidder shall arrange a Deed of Joint Undertaking to this effect jointly
executed by Bidder and its Parent Company/Collaborator/Associate as per the format
enclosed in the bidding document. This Deed of Joint Undertaking should be submitted
along with the Techno-Commercial bid, failing which the Bidder shall be disqualified and its
bid rejected. In case of award, the Parent Company/Collaborator/Associate of the Bidder
will be required to furnish an on-demand Bank Guarantee for 6% (Six Percent) of the total
contract price in addition to the Contract Performance security to be provided by the Bidder.
DETAILED INVITATION FOR BID
Page 5 of 9
NOTE:
1. Foreign GIS manufacturers supplying GIS under Cl. No. 7.1.1 and 7.1.2 above can
establish GIS manufacturing facilities in India (if already not established) and can supply
up to Six (6) 400 kV GIS Bay from his Indian GIS manufacturing facilities. Bidder shall
ensure that critical manufacturing processes of these equipments are done under
supervision of Foreign GIS manufacturer and manufacturing, testing facilities including
quality systems at Indian works are adequately upgraded. An undertaking by bidder shall
be submitted along with Techno-Commercial Bid to this effect backed up by a letter of
commitment from the Foreign GIS manufacturer for the same.
2. Bidder qualifying as per Cl. No. 7.1.4 of qualifying requirements, shall necessarily supply
all the GIS manufactured by respective Parent Company/Collaborator/Associate only
except for up to Six (6) 400 kV GIS Bay which bidder may at his option manufacture at
their works in India. Bidder shall ensure that critical manufacturing processes of these
equipments are done under supervision of Parent Company/Collaborator/Associate and
manufacturing, testing facilities including quality systems at Indian works are adequately
upgraded. An undertaking by bidder shall be submitted along with Techno-Commercial
Bid to this effect backed up by a letter of commitment from the Parent
Company/Collaborator/Associate for the same.
3. For the purpose of qualifying requirement, one no. of bay shall be considered as
comprising of at least one circuit breaker, two disconnectors and single phase current
transformers.
7.2.0 Financial Criteria:
7.2.1 Financial Criteria for the Bidder
7.2.1.1 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 Rs. 452 Million
(Indian Rupees Four Hundred Fifty Two Million 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.
7.2.1.2 Net worth should not be less than 100% (Hundred Percent) of the bidder’s paid up share
capital as on the last day of the preceding financial year. 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(ies) and/or Subsidiary(ies) of
its Holding company(ies) wherever applicable. In such a case, however the Net worth of
the Bidder and its Subsidiary(ies) and/or Holding Company(ies) and/or Subsidiary(ies) of
its Holding company(ies), 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.
DETAILED INVITATION FOR BID
Page 6 of 9
For Consortiums/Joint Ventures, the Net worth of all consortiums/Joint Venture members
in combined manner should not be less than 100% (Hundred Percent) of their 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.
7.2.1.3 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 acceptable provided the Bidder furnishes the following further 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.
ii) A 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 Annual Report of the 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 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 Certificates from the practicing
Chartered Accountant certifying the financial parameters is not available.
7.2.2 Financial Criteria for Parent Company/Collaborator/Associate for Qualification
a) For Bidder seeking qualification through clause no 7.1.2/7.1.3/7.1.4 above, the average
annual turnover of its Parent Company/Collaborator/Associate (meeting requirement of
clause 7.1.1 above) in the preceding three (3) financial years prior to the date of Techno-
commercial bid opening should not be less than Rs. 267 Million (Indian Rupees Two
Hundred Sixty Seven Million only) or in equivalent foreign currency.
In case a Parent Company/Collaborator/Associate does not satisfy the average annual
turnover criteria above, on its own, its Holding Company would be required to meet the
stipulated turnover requirements at Cl. 7.2.2 (a) 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
Parent Company/Collaborator/Associate would be required to furnish along with bidder's
Techno-Commercial bid, a Letter of Undertaking from its 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 to the Parent
Company/Collaborator/Associate to honour the terms and conditions of the Deed of Joint
Undertaking in case of award of the contract to the bidder with whom Parent
Company/Collaborator/Associate is associated.
DETAILED INVITATION FOR BID
Page 7 of 9
b) The Net worth of each Parent Company/Collaborator/Associate, as on the last day of the
preceding financial year as on the date of Techno-commercial bid opening should not be
less than 100% (Hundred Percent) of its paid up share capital. In case the Parent
Company/Collaborator/Associate 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(ies) and/or Subsidiary(ies) of its Holding company(ies) wherever
applicable. In such case the Net worth of the Parent Company/Collaborator/Associate and
its Subsidiary(ies) and/or Holding Company(ies) and/or Subsidiary(ies) of its Holding
company(ies), 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 respective paid up share
capitals.
c) In case the Parent Company/Collaborator/Associate is not able to furnish its audited
financial statements on stand-alone entity basis, the unaudited unconsolidated financial
statements of the Parent Company/Collaborator/Associate can be considered acceptable
provided the Parent Company/Collaborator/Associate further furnishes the following
documents for substantiation of its qualification.
i) Copies of the unaudited unconsolidated financial statements of the Parent
Company/Collaborator/Associate, along with copies of the audited consolidated
financial statements of the Holding Company of Parent
Company/Collaborator/Associate.
ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed in
the bid documents, stating that the unaudited unconsolidated financial statements form
part of the Consolidated Annual Financial Statements of the Holding Company of
Parent Company/Collaborator/Associate.
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 Parent
Company/Collaborator/Associate 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 of the Parent Company/Collaborator/Associate 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 for clause 7.2.1 & 7.2.2:
(i) Net worth means the sum total of the paid up share capital and free reserves. Free
reserves mean 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
DETAILED INVITATION FOR BID
Page 8 of 9
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.
8.0 Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder / its Collaborators / Associates / Subsidiaries / Group
companies to perform the Contract, should the circumstances warrant such assessment in
the overall interest of the Employer.
9.0 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.
10.0 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 &
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 Bidding
Documents sale close date along with duly filled in questionnaire for issue of Vendor Code
and SRM User ID & Password.
11.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered
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, Power of Attorney and Joint Deed of Undertaking(s) (if
applicable) separately offline as detailed in Bidding Documents by the stipulated bid
submission closing date and time at the address given below.
Note: No hard copy of Bidding Documents shall be issued.
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
DETAILED INVITATION FOR BID
Page 9 of 9
13.0 Address for Communication:
Dy. Manager (CS-II) / AGM (CS-II) / AGM (CS-II)
NTPC Limited,
6
th
Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP), INDIA
Pin - 201301
Fax No.: 0091-120 - 2410011
Tel. No.: 0091-120 - 4946679 / 6671/ 6664
E-mail: skvashisth@ntpc.co.in / ashokkumar06@ntpc.co.in / sanjaydeodhar@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in / www.ntpctender.com / www.ntpc.co.in
14.0 Registered Office:
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966