DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 1 of 4
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
ELECTRICAL WORKS OF SUBMERSIBLE PUMPS
FOR
FARAKKA SUPER THERMAL POWER STATION
STAGE-II (2X500 MW)
LOCATED AT DISTRICT MURSHIDABAD, STATE OF WEST BENGAL, INDIA
(Domestic Competitive Bidding)
IFB No.: 40087975 Date: 18.09.2019
Bidding Document No.: CS-4130-215A-9
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 aforesaid
Package, as per the Brief Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
a) Design, Engineering, Supply, Erection, Testing & Commissioning of Two (02) nos of 33 kV
standalone panels & 6.6 kV HT Switchgear having around Thirty (30) nos of panels.
b) Design, Engineering, Supply, Erection, Testing & Commissioning of Outdoor type
Containerised Substation containing above mentioned switchgear and other free issue
items at site.
c) (i) Owner’s 33KV cable laying from switchyard to transformer, termination, 10 MVA
transformer’s testing & commissioning
(ii) Owner’s 6.6KV cable laying, termination, 630kVA transformer’s testing &
commissioning
(iii) Supply, Testing, Cabling and Termination of 6.6KV HT, LT power/control cables.
d) Transportation, Erection, Testing & Commissioning of NTPC free issue items at site viz.,
transformers, LT switchgear/ACFB/DCFB/ACDB/DCDB, Batteries , Battery chargers etc.,
3.0 NTPC intends to finance subject Package through Own sources.
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:
Issuance of IFB
18.09.2019
Documents Sale Dates & Timings
18.09.2019 to 25.09.2019 (up to 1700 hrs. IST)
Last Date for receipt of queries for
clarification from prospective Bidders
02.10.2019
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 2 of 4
Bid receipt date & time for Envelope-I
(TechnoCommercial) bid
16.10.2019 up to 1500 Hrs.(IST)
Date & Time for opening of Envelope-I
(TechnoCommercial) bid
16.10.2019 at 1530 Hrs.(IST)
Envelope-II (Price) Bid opening Date &
Time
Shall be intimated separately by NTPC after
opening of Envelope-I (Techno-Commercial) Bid
Cost of Bidding Document INR 2250/- (Rupees
Two Thousand Two
Hundred and Fifty only)
4.1 Prospective bidders from UP state are compulsorily required to provide TIN number at the
time of purchase of Bidding Documents from the office of NTPC Ltd.
5.0 All bids must be accompanied by Bid Security for an amount of INR 5 Lakhs only in the form
as stipulated in the Bidding documents. Bid Security shall be submitted separately in hard
copy in a sealed envelope by the stipulated bid submission closing date and time at the
address given below. Any bid not accompanied by an acceptable Bid Security in
separate sealed envelope shall be treated by the employer as non-responsive and shall
not be opened.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The Bidder should meet the qualifying requirements as stipulated under clause 6.1.0 and
6.2.0.
6.1.0 Technical Criteria for qualification
6.1.1 The Bidder should have in a single contract supplied, installed, tested & commissioned at
least one (1) number electrical works consisting of 33KV or above switchgear, 33KV class or
above transformer and 33KV or above cables & terminations which have been in successful
operation for at least two (2) years prior to the date of Techno-commercial bid opening.
AND
6.1.2 The bidder should have supplied, installed & commissioned containerized substation (E
house) consisting of atleast 10 nos. vertical switchgear panels prior to the date of Techno
commercial bid opening.
6.2.0 Financial Criteria
6.2.1 Financial Criteria of Bidder for Qualification
a) 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 INR 54 Million
(Indian Rupees Fifty Four Million only).
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.
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 3 of 4
b) 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 meets 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.
c) 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
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 with the bidding documents, stating that the unaudited unconsolidated
financial statements form part of the consolidated financial statements of the
Holding 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 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 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 6.2.0
(i) Net worth means the sum total of the paid up share capital and free reserves. Free
reserve 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 Company” shall have the meaning ascribed to
them as per Companies Act of India.
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 4 of 4
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
No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the
last date of receipt of Queries as specified above.
9.0 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.
10.0 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 Bid Security and Power of Attorney separately offline as detailed in Bidding
Documents by the stipulated bid submission closing date and time at the address given
below.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from
local suppliers as defined in the bidding documents. The bidders may apprise themselves of
the relevant provisions of bidding documents in this regard before submission of their bids.
13.0 Address for communication:
DGM (Contract Services) / Sr. Manager (Contract Services)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.-Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No.: 0091-120 - 2410011 / 2410335
Tel. No.: 0091-120 - 4946684 / 4946619
e-mail: tapaskumarmazumdar@ntpc.co.in or itisur@ntpc.co.in
Websites: https://etender.ntpclakshya.co.inor www.ntpctender.com
14.0.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in