NTPC Limited
(A Govt. of India Enterprise)
SSC-ER-1, Barh, Patna
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)
FOR
Supply, Installation, Testing and Commissioning of 3MW Solar Power Plant at NTPC
Kahalgaon, Bhagalpur, Bihar
(Domestic Competitive Bidding)
NIT No.: 9900177899 Date: 24.04.2019
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the
scope of work briefly mentioned hereinafter:
2.0 BRIEF DETAILS
NIT No
9900177899
Tender/Bid Document No.:
9900175235
Source of IFB/NIT SSC-ER-1, Barh, Patna
Contract Classification Supply Cum Erection
Last Date and Time for Bid Submission 03.05.2019 up to 16:00:00 Hrs
Technical Opening Date & Time 04.05.2019 at 16:00:00 Hrs
Price Bid Opening Date and Time Shall be intimated separately by NTPC
Tender Fee in INR (incl. GST) 7,965.00
EMD in INR 20,00,000.00
3.0 Tender Fee’ (non-refundable), ‘EMD/Bid Security’, Integrity Pact’ & ‘No Deviation
Certificate’ shall be submitted in sealed envelopes separately before the stipulated
bid submission closing date and time at the address given at para 10.0 below. Any
bid without an acceptable ‘Tender Fee’, ‘EMD/Bid Security’, ‘Integrity Pact’ and ‘No
Deviation Certificate’ shall be treated as non-responsive by NTPC and shall not be
opened.
4.0 A complete set of Bidding Documents may be downloaded by any interested
Bidder. Tender fee (non-refundable) of requisite value is to be paid in a separate
envelope up to last Date for Bid Submission in the form of a crossed account
Payee demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus,
Barh STPP, Patna of the cost of the Bid documents.
For logging on to the GePNIC Site, the bidder would require user id and password
which can be obtained by enrolling at GePNIC site. First time users not allotted
any vendor code are required to approach NTPC at least Seven working days prior
to last Date for Bid Submission .
5.0 Brief Scope of Work :
Design Engineering, Supply, Construction, Erection, Testing, Commissioning including
Three(3) years Operation and Maintenance (O&M) works of Solar PV plant on turnkey
basis completely covering the activities and services in respect of all the equipment &
works specified and covered under the specifications and read in conjunction with “Scope
of Supply& Services” elaborated elsewhere.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at
the time of purchase of Bid Documents.
7.0 Qualification 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 Clauses 7.1.1
or 7.1.2 or 7.1.3 as the case may be and Clause 7.2.0:
7.1.0 Technical Criteria
7.1.1 The Bidder should have designed, supplied, erected/ supervised erection and
commissioned/ supervised commissioning of Solar Photo Voltaic (SPV) based grid
connected power plant of minimum 2.4MWp capacity. The reference plant of 2.4MWp or
above capacity must have been in successful operation for at least six (6) months prior to
the date of techno-commercial bid opening.
7.1.2 The Bidder should be a developer of Solar Photo Voltaic (SPV) based grid connected
power plant of minimum 2.4 MWp capacity. The reference plant of 2.4 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.
7.1.3 (a) 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 and/ or any other process industry, of a value of INR 17.10 Crore
(Indian Rupees Seventeen Crore Ten Lakh only) or more in a single project or work
respectively and the same should be in successful operation for at least one (1) year
prior to the date of techno-commercial bid opening.
AND
(b) 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 Power transformer, either as developer or as EPC Contractor
which should be in successful operation for at least one (1) year prior to the date of
technocommercial bid opening.
The works referred to at clause 7.1.3 (a) & 7.1.3 (b) can be in same or different projects
Notes for Technical Criteria:
a. The reference SPV based grid connected power plant of 2.4 MWp 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. Bidder shall submit certificate of successful completion and operation from the Owner.
d. Projects executed by Bidder’s group company, Holding Company or Subsidiary
Company shall not be considered as Bidder’s experience for meeting the QR.
e. 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.
f. In case of developer as Bidder in clause 7.1.3, the documentary evidence (certified by
Chartered Accountant) for value of executed reference work must be submitted by the
Bidder.
g. Developer means an entity who has either executed or got executed the work/ project as
owner of industrial projects.
7.2.0 Financial Criteria
7.2.1 The average annual turnover of the Bidder, should not be less than INR 17.10 Crore
(Indian Rupees Seventeen Crore Ten Lakh only) during the preceding three (3) 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.
7.2.2 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.
7.2.3 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 Financial Criteria:
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 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 technocommercial bid opening shall be used.
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT/IFB for the
subject package without assigning any reason whatsoever and in such case no
bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
Additional General Manager/Sr. Manager, Contract & Materials Department
NTPC Limited,
SSC-ER-1, Barh STPP, PO-NTPC Barh Campus
Dist– Patna, Bihar
PIN: 803215
Barh STPP, PO:Barh, Dist:Patna,
e-mail: dharmendrakumar04@ntpc.co.in/kspratap@ntpc.co.in
Websites: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com or
www.ntpc.co.in
11.0 Access To Tender Document:
This is an e-tender case with Reverse Auction. Tender documents can be accessed /
downloaded from NTPC website: https://eprocurentpc.nic.in/nicgep/app or
www.ntpctender.com.
In case of any difficulty, please contact help desk no-0120-4947444, 0120-4200462, 0120-
4001002, 0120-4001005, 0120-6277787
E-Mail :
support-eproc@nic.in
12.0 Tender Fee Payment:
The bidder has to submit the Tender fee through DEMAND DRAFT (Non-refundable) in
favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna within the
scheduled date and time and as mentioned at para 2.0, 3.0 and 4.0 above.
13.0 Bidder can view/download the complete set of Bid Documents as per the following
procedure.
Type of Vendor Required Document for viewing/downloading our tender
document
1. Vendors already
having GePNIC
user id and
Password
Vendors can view/download the tender document after logging in our
GePNIC tender site
2. Vendors already
having SAP vendor
code, but does not
have GePNIC user
id and Password
Step-1: For logging on to the GePNIC Site, the bidder would
require user id and password which can be obtained by enrolling at
GePNIC site & with Class-3 Digital Signature Certificate (DSC).
Step-2 User id is to be forwarded along with user creation sheet
to package dealing executive.
3. New Vendor neither
having any vendor
code in SAP nor
GePNIC user id and
Password
Step-1
The agency has to furnish the followings:
A. PAN card scanned/photo copy (self-Attested)
B. EFT form,duly filled and endorsed by their banker
C. Copy of PF Documents
D. GST Registration
E. ESI Code / Undertaking for ESI
All these should reach us at least Four working days prior to Last
Date of bid submisssion
Step-2 After compliance of step-1, follow steps as mentioned
above at Sl.No. 2.
14.0 Bid Security (EMD):
Bidder has to submit Earnest Money Deposit (EMD) in hard copy (offline) of requisite
value in a separate envelope super scribing “EMD Envelope”, which must reach the office
at the address mentioned at Sl. No. 10.0 before the bid submission deadline as mentioned
in the e-tender of our GePNIC system.
i.“EMD Envelope” should contain the EMD of requisite value, strictly in valid form as
mentioned below at sl. no. iii. a) / b) as per applicability or valid supporting document in
support of seeking exemption of EMD as iii. c).
ii.If Bid Security (EMD) in Original of any agency is not received in a sealed
envelope, their bid shall not be opened. If the EMD amount submitted by any agency
is less than the stipulated EMD, their offer shall be rejected.
iii.EMD may be furnished in any of the following forms:
a. For EMD amount of any value:
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited,
payable at Patna.
b. In case EMD amount is >Rs 50,000.00 then, besides above:
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved
list) also will be acceptable. Format of BG against Bid Security and List of Banks for
Bid Security are attached. BG should be unconditional and irrevocable and should be
valid for a period of 45 days beyond the bid validity period. The Bank Guarantee
Verification Check List duly filled in as per format attached has to be submitted in this
regard. Bidder shall ensure that all the points of check list are replied in “Yes”.
c. Deleted
d. Deleted
e. Deleted
f. The Bid Security of all the unsuccessful Bidders will be returned after award of the
Job.
g. The Bid Security shall be forfeited in any of the following circumstances by NTPC
without any notice or proof of damage to the Owner:
1. If the Bidder withdraws or varies its Bid during the period of Bid validity specified
by the Bidder in the Bid Proposal.
2. In case the Bidder does not accept the corrections towards the discrepancies in their
bid, where ever the breakup of prices have been asked separately.
3. If any deviation, variation or additional condition etc. found anywhere in our
technical and / or / Price Bid implicit or explicit, shall stand unconditionally
withdrawn, without any cost implication whatsoever to employer, failing which the
bid security shall be forfeited.
4. In the case of a successful bidder, if the bidder fails within the specified time limit
to furnish the acceptance of Letter of Award / Purchase Order.
5. In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish
the required Contract Performance Guarantee in case the same is required as per
conditions of the P.O / LOA.
6. If the bidder / their representative commit any fraud while competing for this
contract pursuant to Fraud prevention policy of NTPC.
h. No interest shall be payable by NTPC on the Bid Security.
i. ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE
SEALED ENVELOPE, SHALL BE REJECTED BY NTPC AS BEING NON
RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING
OPENED.
16.0 No Deviation Certificate:
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding Documents.
The Bidders are required to confirm acceptance of compliance to all Provisions of Bidding
Documents (NIL Deviation Certificate) on line as per format enclosed in Schedules and
formats section and submit along with Tender fee, EMD & Integrity Pact in separate
envelopes. Only after receipt of the above documents, the bidder’s bid shall be opened.
17.0 Clarification on Bidding Documents:
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as in
the Bid documents.
The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can
view all queries and all answers once the same are posted in the GePNIC Portal.
18.0 Following documents must be uploaded in the GePNIC Portal, failing which the offer shall
be liable for rejection:
i. Qualifying Requirement (If, required): Total credential to fulfill all the criteria as
mentioned in qualifying requirement of the NIT/IFB.
ii. Technical Bid:
All TECHNICAL DATA SHEETS as per the format provided in the Tender
Documents duly filled.
Any other data/information as sought in our Tender Documents.
iii. Company/Firm Details:
Document related to legal status of the Bidder (i.e., Sole Proprietorship
Concern/Partnership Firm/ Private Limited Companies/ Public Limited
Companies and Statutory Corporation/ Consortium/ Joint Venture), Name and
address (es) of the sole proprietor / partners / Board of directors.
Memorandum and Articles of Association/photocopy of Partnership
Deed/affidavit of Proprietorship.
iv. Copy of GST Registration Certificate.
v. Copy of valid independent PF code no. issued by concerned RPFC.
vi. Copy of PAN card.
vii. Copy of ESI Certificate/Undertaking for submission of ESI.
19.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTPC shall evaluate the Qualifying Requirement of each bidder as per NIT after
opening of Technical Bids and the bid of the bidder who is not meeting the Qualifying
Requirement shall not be considered.
20.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the invitation for
bids/IFB without assigning any reason whatsoever and in such case no bidder/intending
bidder shall have claim arising out of such action.
21.0 If the last date for receiving applications/ selling of bids/ date of bid opening coincides
with holiday, the date will be shifted to the next working day.
22.0 Tender Documents are not transferable.
23.0 Package Co-coordinator:
Important Notes:-
1. The ‘Integrity Pact” as per ATTACHMENT-18 duly signed by the signatory
authorized to sign the bid, shall be sealed in a separate envelope entitled
“ATTACHMENT-18: INTEGRITY PACT failing which their Bid is liable to be
rejected.
2. ‘No Deviation Certificate’ duly signed by the signatory authorized to sign the bid
shall be sealed in separate envelop superscribed “NO DEVIATION CERTIFICATE”,
failing which the bid is liable to be rejected
Sh. Kumar Shailendra Pratap, Sr. Manager (C&M), SSC-ER-1, Barh STPP, NTPC Barh
Campus Patna, Mob: 9431600888 / E-mail - kspratap@ntpc.co.in
Sh. Dharmendra Kumar, AGM (C&M), SSC-ER-1, Barh STPP, NTPC Barh Campus
Patna, Mob: 9650991768 / E-mail - dharmendrakumar04@ntpc.co.in