DETAILED INVITATION FOR BIDS
BIDDING DOCUMENT NO. CS-1420(R&M-MG)-206A(R2)-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 1 of 6
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
REPLACEMENT OF LT MCC PACKAGE
FOR
FEROZE GANDHI UNCHAHAR THERMAL POWER STATION
STAGE-I (2 X 210 MW)
LOCATED AT
UNCHAHAR, DISTRICT RAE BARELI, STATE OF UTTAR PRADESH, INDIA
(Domestic Competitive Bidding)
IFB No.: 40088077 Date: 31.10.2019
Bidding Document No.: CS-1420(R&M-MG)-206A(R2)-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 scope of work briefly mentioned hereinafter:
2.0 BRIEF SCOPE OF WORK
The scope of work includes design, manufacture, shop testing, supply, transportation &
complete insurance, handling and storage at site, including dismantling & shifting of existing
Switchgears/MCCs, and complete installation, testing and commissioning of the following:
415 Volt Switchgears
415 Volt Motor Control Centers
415 Volt AC Distribution Boards
The Scope also includes supply & installation of necessary hardware such as Lugs, Glands,
Identification tags, Cable ties, etc. required for relugging & termination of existing Power &
control cables.
Detailed scope of work has been specified in the bidding documents.
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/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 at 12.0
and as per the following schedule:
DETAILED INVITATION FOR BIDS
BIDDING DOCUMENT NO. CS-1420(R&M-MG)-206A(R2)-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 2 of 6
(a)
Issuance of IFB
31.10.2019
(b)
Bidding Document Sale Date & Time
From 31.10.2019 to 07.11.2019 upto 1730
Hrs. (IST)
(c)
Last Date for receipt of queries from
bidders (if any)
14.11.2019
(d)
Bid Receipt Date & Time
Up to 28.11.2019 by 1430 Hrs. (IST)
(e)
Bid Opening Date & Time for Envelope-
I (Techno-Commercial Bid)
28.11.2019 at 1500 Hrs. (IST)
(f)
Envelope-II (Price Bid) Opening Date &
Time
Shall be intimated separately by NTPC.
(g)
Cost of Bidding Document
INR 5,625/- (Indian Rupees Five Thousand
Six Hundred and Twenty Five only)
No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the
last date of receipt of Queries as specified above.
5.0 All bids must be accompanied by Bid Security for an amount of INR 20,00,000 (Indian Rupees
Twenty Lac only) in the form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE
AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
The Bidder should meet the qualifying requirements of any one of the qualifying routes stipulated
under Clause 1.1 or 1.2. In addition, the Bidder should also meet the requirements stipulated
under clause 2.0 along with the requirements stipulated under Section ITB (Instructions to
Bidders).
1.0 Technical Criteria:
1.1 ROUTE 1
1.1.1 Bidder should have manufactured and supplied at least a total of four hundred & fifty (450) nos.
draw out type Air Circuit Breaker Panels and / or draw out type Motor Control Centre Panels
with fault rating of at least 45kA for 1 second and 105kA peak under a single order and these
panels should have been in successful operation for a period of not less than two (2) years prior
to the date of Techno-Commercial bid opening.
1.1.2 Bidder should have manufactured and supplied at least one hundred & fifty (150) nos. of Air
Circuit Breakers having fault rating of at least 105kA MAKING and 45kA BREAKING, and their
associated draw out type Air Circuit Breaker panels having fault rating of at least 45kA for 1
second and 105kA peak, which should have been in successful operation for a period of not
DETAILED INVITATION FOR BIDS
BIDDING DOCUMENT NO. CS-1420(R&M-MG)-206A(R2)-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 3 of 6
less than two (2) years prior to the date of Techno-Commercial bid opening.
1.2. ROUTE 2
1.2.1 Bidder should have manufactured and supplied at least a total of two hundred & twenty five
(225) nos. draw out type Air Circuit Breaker Panels and / or draw out type Motor Control Centre
Panels with fault rating of at least 45kA for 1 second and 105kA peak under a single order and
these panels should have been in successful operation for a period of not less than two (2) years
prior to the date of Techno-Commercial bid opening.
1.2.2 Bidder should have manufactured and supplied at least seventy five (75) nos. of draw out type
Air Circuit Breaker panels having fault rating of at least 45kA for 1 second and 105kA peak,
which should have been in successful operation for a period of not less than two (2) years prior
to the date of Techno-Commercial bid opening.
1.2.3 Bidder shall associate/collaborate with a manufacturer who meets the requirements stipulated
in Route 1 for sourcing of Air Circuit Breakers.
NOTE FOR CLAUSE 1.0:
1. Each Single Front Panel shall be counted as one (1) Panel, Double Front Panel as one (1)
Panel and Air Circuit Breaker Panel as one (1) Panel.
2. A Bidder can submit its Bid under only one Route of the Qualifying Requirements i.e. Route
1 or Route 2. Further, an Agency can either participate as a Bidder or as a Collaborator in
the above package. In case, an Agency/Bidder flouts the aforesaid criteria, then all the bids
involving such Agency (as a Bidder or as a Collaborator) shall be summarily rejected.
2.0 Financial Criteria:
2.1 Financial Criteria for Bidder
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 52 Million (Indian Rupees
Fifty two 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 Bidder’s Techno-
DETAILED INVITATION FOR BIDS
BIDDING DOCUMENT NO. CS-1420(R&M-MG)-206A(R2)-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 4 of 6
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.
b) Net worth of the Bidder as on the last day of the preceding financial year should not be less than
100% (hundred percent) of its 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 company wherever
applicable. In such a case, however 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 stand-alone 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 in the bid
documents, stating that the unaudited unconsolidated financial statements form part of the
consolidated annual financial statements of the Holding Company.
In case 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
practicing Chartered Accountant certifying its financial parameters, the audited results of the
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 bid documents stating that the financial results of the Company
DETAILED INVITATION FOR BIDS
BIDDING DOCUMENT NO. CS-1420(R&M-MG)-206A(R2)-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 5 of 6
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.
2.2 Financial Criteria for Collaborator/Associate
Financial Criteria for Collaborator/Associate shall be same as those for the Bidder.
NOTES FOR CLAUSE 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.
(iv) For annual 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 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.
9.0 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, Integrity Pact 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.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
DETAILED INVITATION FOR BIDS
BIDDING DOCUMENT NO. CS-1420(R&M-MG)-206A(R2)-9
REPLACEMENT OF LT MCC PACKAGE
SECTION - I (IFB)
Page 6 of 6
11.0 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.
12.0 Address for communication:
Manager (Contract Services) / AGM (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: +91-120-2410284/ 2410011
Tele. No. +91-120-4948607/ 4946654
e-mail: kavishminocha@ntpc.co.in/ nirupampaul@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in