DETAILED INVITATION FOR BID
Setting up Battery Charging and swapping station for 50
number of E-Rickshaw in Faridabad Pilot Project
BIDDING DOCUMENT NO.: RE-CS-EV-FBD-299-9
DETAILED IFB
PAGE
1 OF 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
RENEWABLE ENERGY – CONTRACTS SERVICES, NOIDA.
DETAILED INVITATION FOR BIDS (IFB)
FOR
SETTING UP BATTERY CHARGING AND SWAPPING STATION FOR 50 NUMBER OF E-
RICKSHAW IN FARIDABAD PILOT PROJECT
(Domestic Competitive Bidding)
IFB No.:40087785 Date: 18.09.2018
Bidding Document No: RE-CS-EV-FBD-299-9
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) for Setting up Battery
Charging and swapping station for 50 number of E-Rickshaw in Faridabad Pilot
Project
2.0 BRIEF SCOPE OF WORK
The scope of work includes complete turnkey solution including supply, packaging
and forwarding, transportation, unloading, storage, installation and commissioning of
air conditioned Charging and Swapping station including Li ion batteries, bulk
chargers for 3 wheelers and all other associated equipment at the identified location
in Faridabad including operation and maintenance for 3 years. The scope also
includes hosting BMS data on server.
The scope further includes supply and installation of necessary cabling and backup
electrical infrastructure.
The detailed scope of work is as defined in the bidding document No.: RE-CS-EV-FBD-
299-9
3.0 NTPC intends to finance the subject package through 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 at the address given below and as
per the following schedule
IFB No.
40087785
IFB Date
18.09.2018
Document Sale Commencement Date
19.09.2018
Document Sale Close Date & Time
17.10.2018
Upto 17:00:00 (IST)
DETAILED INVITATION FOR BID
Setting up Battery Charging and swapping station for 50
number of E-Rickshaw in Faridabad Pilot Project
BIDDING DOCUMENT NO.: RE-CS-EV-FBD-299-9
DETAILED IFB
PAGE
2 OF 4
4.1 Prospective bidders 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 1,00,000/- (Indian
Rupees One Lakh 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 BUS 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:
Pre-Bid Conference and Last Date for
receipt of queries from prospective
Bidders
24.10.2018
Last Date and Time for receipt of bids
comprising both Techno-Commercial Bid
and Price Bid
09.11.2018
1430 Hrs. (IST)
Date & Time of opening of Techno-
Commercial Bid
09.11.2018
1500 Hrs. (IST
Cost of Bidding Documents in INR
INR 1125/- (Indian Rupees One Thousand One
Hundred Twenty Five only)
DETAILED INVITATION FOR BID
Setting up Battery Charging and swapping station for 50
number of E-Rickshaw in Faridabad Pilot Project
BIDDING DOCUMENT NO.: RE-CS-EV-FBD-299-9
DETAILED IFB
PAGE
3 OF 4
1.0 TECHNICAL CRITERIA
1.1 The Bidder should be a manufacturer of lithium ion battery packs and should have
supplied battery packs of at least 1MWhr in any one financial year in last five years
prior to the date to techno-commercial bid opening.
OR
1.2 The Bidder should be a manufacturer of battery charger for lithium ion battery packs
and should have supplied at least 25 numbers Lithium ion battery chargers of at least
1KW rating in any one financial year in last five years prior to the date to techno-
commercial bid opening.
Note: (i) The reference orders for battery packs of 50 KWhr or more only, shall
be considered for determination of cumulative capacity of 1 MWhr supplied in
any one financial year.
(ii)The charger KW rating shall be determined based on nominal voltage and current
rating.
1.3 The bidder should have experience of having successfully completed similar work
during last five years as on the date of bid opening and having contract value of any
one of the following :
(A) One completed/executed similar work having contract value not less than Rs
53 Lakhs
OR
(B) Two completed/executed similar works of contract value not less than Rs. 33 Lakhs
each
OR
(C) Three completed executed similar works of contract value not less than Rs 26 Lakh
each.
Note:
1. The word “executed” mentioned above means the bidders should have achieved
the criteria specified above even if the total contract is not completed/closed.
2. In case of contracts under execution as on date of bid opening date, the value of
work till date of bid opening will be taken as certified by the employer where the
work is being executed. To establish the credentials of the prospective bidder
and its technical requirement.
3. Similar work means supply of Lithium ion battery packs and DC/AC chargers for
lithium ion batteries.
DETAILED INVITATION FOR BID
Setting up Battery Charging and swapping station for 50
number of E-Rickshaw in Faridabad Pilot Project
BIDDING DOCUMENT NO.: RE-CS-EV-FBD-299-9
DETAILED IFB
PAGE
4 OF 4
2.0 FINANCIAL CRITERIA
2.1 Bidder should have an average annual turnover of at least Rs 66 Lakhs (Indian Rupees
Sixty Six Lakhs Only) during the last preceding three (3) completed financial years as on
date of bid opening.
2.2 In case where audited results for the preceding financial year is 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 the financial parameters, the Audited result of three consecutive financial years
proceding the last financial year shall be considered for evaluating the financial parameter
provided CFO certifies that the accounts are under preparation for the last financial year.
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 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.
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 Addl. 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.
+91-120-4947559, +91-120-4947370.
Fax: +91-120-2410251;
Email:akgupta01@ntpc.co.in/binodkumarray@ntpc.co.in or at office.
DETAILED INVITATION FOR BID
Setting up Battery Charging and swapping station for 50
number of E-Rickshaw in Faridabad Pilot Project
BIDDING DOCUMENT NO.: RE-CS-EV-FBD-299-9
DETAILED IFB
PAGE
5 OF 4
Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in