DETAILED INVITATION FOR BID  
NTPC LIMITED  
(
A GOVERNMENT OF INDIA ENTERPRISE)  
RENEWABLE ENERGY – CONTRACTS SERVICES, NOIDA.  
DETAILED INVITATION FOR BIDS (IFB)  
FOR  
Development of Charging Infrastructure for Electric Vehicles at Navi Mumbai  
(
Domestic Competitive Bidding)  
IFB No.: 40087752  
Date: 11.09.2018  
Bidding Document No: RE-CS-EV-NAV-299-9  
1
.0  
.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) for Development of  
Charging Infrastructure for Electric Vehicles at Navi Mumbai.  
2
BRIEF SCOPE OF WORK  
Complete Turnkey including Supply, Packing and Forwarding, Transportation, Unloading,  
Storage, Installation and Commissioning including earthing, cabling and ALL associated  
Civil works related to Packaged Sub-station and its associated Equipment, DC Chargers for  
Buses, and Cables etc at the identified locations including 10 years Annual Maintenance  
Contract (AMC) for complete system.  
The detailed scope of work is as defined in the bidding document No.:  
RE-CS-EV-NAV-299-9  
3
.0  
.0  
NTPC intends to finance the subject package through Own Resources.  
4
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  
IFB No.  
40087752  
11.09.2018  
11.09.2018  
17.09.2018  
IFB Date  
Document Sale Commencement Date  
Document Sale Close Date & Time  
Upto 17:00:00 (IST)  
Last Date for receipt of queries from prospective  
Bidders  
1
8.09.2018  
1.09.2018  
1.09.2018  
Last Date and Time for receipt of bids comprising  
both Techno-Commercial Bid and Price Bid  
2
14:30:00 (IST)  
15:00:00 (IST)  
Date & Time of opening of Techno-Commercial  
Bid  
2
3,375/- (Indian Rupees Three Thousand  
Cost of Bidding Documents in INR  
Three Hundred Seventy Five only)  
Development of Charging Infrastructure for Electric Vehicles at Navi  
Mumbai  
DETAILED IFB  
PAGE  
OF 5  
1
BIDDING DOCUMENT NO.: RE-CS-EV-NAV-299-9  
DETAILED INVITATION FOR BID  
4
.1  
.0  
Prospective bidders are compulsorily required to provide GSTIN number at the time of  
purchase of bidding documents.  
5
All bids must be accompanied by Bid Security for an amount of  10,00,000/- (Indian  
Rupees Ten Lakhs 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: ELECTRIC VEHICLE CHARGING  
In addition to the requirements stipulated under section Instruction to bidder (ITB), the  
bidder should also meet the qualifying requirements stipulated hereunder in Clause 1.0 and  
Clause 2.0:  
1
.0  
.1  
TECHNICAL CRITERIA  
1
Route 1: The Bidder should have Manufactured & Supplied OR be a Charge Point Provider  
of Off-board Electric Vehicle (EV) DC Charger(s). The cumulative installed capacity of the  
Off-board EV DC charger(s) shall be at least 50kW or above, out of which at least one such  
EV DC Charger should be of 15kW or above as on the date of techno-commercial bid  
opening.  
OR  
1
.2  
.3  
Route 2: The Bidder should be Group company/Holding Company or Subsidiary company  
of an entity meeting the requirements of Clause 1.1 above. In such a case, bidder shall  
furnish a letter of Undertaking jointly executed by the Off-board EV DC Charger  
Manufacturer & Supplier OR Charge Point Provider and the Bidder, as per format enclosed  
in the bidding document.  
OR  
1
Route 3: The Bidder should have executed at least one (1) Electrical Sub-station of 11 kV  
or above voltage level, consisting of equipment such as 11kV or above voltage level circuit  
breakers and Transformer, either as developer or as EPC Contractor which should be in  
successful operation for at least two (2) years prior to the date of techno-commercial bid  
opening.  
Notes:  
a.  
Bidder qualifying under Clause No. 1.3 shall submit certificate of successful completion  
and operation from the Owner.  
b.  
EV DC Charger means Electric Vehicle Direct Current Charger  
Development of Charging Infrastructure for Electric Vehicles at Navi  
Mumbai  
DETAILED IFB  
PAGE  
OF 5  
2
BIDDING DOCUMENT NO.: RE-CS-EV-NAV-299-9  
DETAILED INVITATION FOR BID  
c.  
d.  
Charge Point Provider (CPP) means an entity who has supplied, erected and  
commissioned Off-board Electric Vehicle (EV) DC Charger(s).  
In case the award for the reference works has been received by the Bidder either directly  
from owner of charging facility or any other intermediary organization, a certificate from  
such owner of charging facility 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.  
e.  
In case of developer as bidder in clause 1.3 the documentary evidence (certified by  
Chartered Accountant) for value of executed reference work must be submitted by the  
bidder.  
f.  
Developer means an entity who has either executed or got executed the work/ project as  
owner of industrial projects.  
g.  
The execution of Electrical Sub-Station as EPC Contractor under Clause No. 1.3 means,  
such EPC Contractor is responsible for all the activities i.e. Design/Engineering,  
Procurement, Construction and Commissioning of the Electrical Sub-Station.  
2
.0  
.1  
FINANCIAL CRITERIA  
2
The average annual turnover of the Bidder, should not be less than INR 7 Crores (Indian  
Rupees Seven Crore Only) during the preceding three (3) completed financial years as on  
date of techno-commercial bid opening.  
In case a Bidder does not satisfy the 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.  
2.2  
Net Worth of the Bidder as on the last day of the preceding financial year should not be less  
than 100% (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, 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.  
Development of Charging Infrastructure for Electric Vehicles at Navi  
Mumbai  
DETAILED IFB  
PAGE  
OF 5  
3
BIDDING DOCUMENT NO.: RE-CS-EV-NAV-299-9  
DETAILED INVITATION FOR BID  
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 on substantiation  
of its qualification:  
a) Copies of the unaudited unconsolidated financial statements of the Bidder along with  
copies of the audited consolidated financial statements of its Holding Company.  
b) 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 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  
.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
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  
Development of Charging Infrastructure for Electric Vehicles at Navi  
Mumbai  
DETAILED IFB  
PAGE  
OF 5  
4
BIDDING DOCUMENT NO.: RE-CS-EV-NAV-299-9  
DETAILED INVITATION FOR BID  
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.  
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 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:  
For the detailed IFB  
and  
bidding  
documents  
please  
visit  
at  
https://etender.ntpclakshya.co.in, www.ntpctender.com or www.ntpc.co.in or may contact  
Deputy General Manager (Renewable Energy-Contract Services) / Dy. 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, +91-120-4947408.  
Fax: +91-120-2410251;Email:akmishra21@ntpc.co.in/anandmishra01@ntpc.co.in or at  
office.  
Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in  
Development of Charging Infrastructure for Electric Vehicles at Navi  
Mumbai  
DETAILED IFB  
PAGE  
OF 5  
5
BIDDING DOCUMENT NO.: RE-CS-EV-NAV-299-9