DETAILED INVITATION FOR BID
Development of Charging Infrastructure for Electric
Vehicles
BIDDING DOCUMENT NO.: RE-CS-EV-CHA-299-9
DETAILED IFB
PAGE
1 OF 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
RENEWABLE ENERGY CONTRACTS SERVICES, NOIDA.
INVITATION FOR BIDS (IFB)
FOR
Development of Charging Infrastructure for Electric Vehicles
(International Competitive Bidding)
IFB/NIT No.: 9900174694 Date: 08.03.2019
Bidding Document No: RE-CS-EV-CHA-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 Development of
Charging Infrastructure for Electric Vehicles
2.0 BRIEF SCOPE OF WORK
Sub Item A.
BOQ for 4-Wheeler Charging Infrastructure
Brief Scope of Work for the Subject Package
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, EV Chargers for
Electric Vehicles and Cables at the identified cities including TEN (10) year Annual
Maintenance Contract (AMC) for complete system.
Major BOQ Items for the Subject Package
1. 50 kW Electric Vehicle (EV) Off-Board Charger with CCS-2, Chademo Protocols along
with 22kW Type-2 AC Socket FORTY (40) Numbers
2. 125 kVA, 11/0.433kV Packaged Sub-Station (PSS) FORTY (40) Numbers
Sub Item B.
BOQ for Bus Charging Infrastructure-I
Brief Scope of Work for the Subject Package
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, EV DC Chargers for
Electric Buses and Cables at the identified locations including TEN (10) year Annual
Maintenance Contract (AMC) for complete system.
DETAILED INVITATION FOR BID
Development of Charging Infrastructure for Electric
Vehicles
BIDDING DOCUMENT NO.: RE-CS-EV-CHA-299-9
DETAILED IFB
PAGE
2 OF 5
Major BOQ Items for the Subject Package
1. 120 kW Electric Vehicle (EV) Off-Board DC Charger with GB/T Protocol for Electric Buses
with DUAL Output SIX (6) Numbers
2. 400 kVA, 11/0.433kV Packaged Sub-Station (PSS) TWO (2) Numbers
Sub Item C.
BOQ for Bus Charging Infrastructure-II
Brief Scope of Work for the Subject Package
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, EV DC Chargers for
Electric Buses and Cables at the identified locations including TEN (10) year Annual
Maintenance Contract (AMC) for complete system
Major BOQ Items for the Subject Package
1. 120 kW Electric Vehicle (EV) Off-Board DC Charger with CCS-2 Protocol for Electric
Buses with DUAL Output TWENTY-FIVE (25) Numbers
2. 630 kVA, 11/0.433kV Packaged Sub-Station (PSS) THREE (3) Numbers
3. 630 kVA, 33/0.433kV Packaged Sub-Station (PSS) TWO (2) Numbers
The detailed scope of work is as defined in the bidding document No.: RE-CS-EV-CHA-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 our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) and as per the following schedule:
IFB No./NIT No.
9900174694
IFB Date
08.03.2019
Document Sale Commencement Date
19.03.2019
Last Date for receipt of queries from prospective
Bidders (if any)
12.04.2019
Last Date and Time for receipt of bids
comprising both Techno-Commercial Bid and
Price Bid
17:00:00 (IST)
Date & Time of opening of Techno-Commercial
Bid
15:30:00 (IST)
DETAILED INVITATION FOR BID
Development of Charging Infrastructure for Electric
Vehicles
BIDDING DOCUMENT NO.: RE-CS-EV-CHA-299-9
DETAILED IFB
PAGE
3 OF 5
Corrigendum, if any, shall be done at our eProcurement Portal
(https://eprocurentpc.nic.in/nicgep/app) only.
5.0 All bids must be accompanied by Bid Security for an amount of 20,00,000/- (Indian Rupees
Twenty Lakhs Only) in the form as stipulated in the Bidding Documents. Bid Security shall
be submitted in a sealed envelope separately in physical form by the stipulated bid
submission closing date and time at the address given below.
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:
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 TECHNICAL CRITERIA
1.1 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 prior to the date of techno-commercial bid
opening.
OR
1.2 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
1.3 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.
Cost of Bidding Documents in INR
7875/- (Indian Rupees Seven
Thousand Eight Hundred Seventy Five
only)
DETAILED INVITATION FOR BID
Development of Charging Infrastructure for Electric
Vehicles
BIDDING DOCUMENT NO.: RE-CS-EV-CHA-299-9
DETAILED IFB
PAGE
4 OF 5
b. EV DC Charger means Electric Vehicle Direct Current Charger
c. Charge Point Provider (CPP) means an entity who has supplied, erected and
commissioned Off-board Electric Vehicle (EV) DC Charger(s).
d. 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 FINANCIAL CRITERIA
2.1 The average annual turnover of the Bidder, should not be less than INR 222 Million (Indian
Rupees Two Hundred Twenty-Two Million 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:
DETAILED INVITATION FOR BID
Development of Charging Infrastructure for Electric
Vehicles
BIDDING DOCUMENT NO.: RE-CS-EV-CHA-299-9
DETAILED IFB
PAGE
5 OF 5
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 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:
a. 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.
b. Other income shall not be considered for arriving at annual turnover.
c. “Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per
Companies Act of India.
d. For turnover indicated in the 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/NIT
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 Document may be downloaded by any interested Bidder from
https://eprocurentpc.nic.in/nicgep/app. Tender fee as mentioned above in the form of a
crossed account Payee demand draft in favour of NTPC Ltd., Payable at New Delhi is required
DETAILED INVITATION FOR BID
Development of Charging Infrastructure for Electric
Vehicles
BIDDING DOCUMENT NO.: RE-CS-EV-CHA-299-9
DETAILED IFB
PAGE
6 OF 5
to be submitted in separately sealed envelope at the address mentioned in the bidding
document before stipulated date & time of submission of bid.
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 and opened at the address given below in the
presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall
furnish Cost of Bidding Documents, 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://www.eprocurentpc.nic.in,
www.ntpctender.com or www.ntpc.co.in or may contact Sr Manager (Renewable Energy-
Contract Services) / 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-
3777372, +91-0120-3777371.
Fax: +91-120-2410251;
Email: abhishekbhattacharjee@ntpc.co.in/sagardhingra@ntpc.co.in or at office.
Corporate Identification Number: L40101DL1975GOI007966, Website: www.ntpc.co.in