DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A(R)-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 1 of 5
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
LOCATED AT DISTRICT MURSHIDABAD, STATE OF WEST BENGAL, INDIA
(Domestic Competitive Bidding)
IFB No.: 40088164 Date: 27.04.2020
Bidding Document No.: CS-4130-215A(R)-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 33KV standalone
panels & 6.6 kV HT Switchgear having around Fifty(50) 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.,
e) Fire protection of 10MVA transformers( 2nos) by Nitrogen injection method with necessary
modifications.
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
27.04.2020
Documents Sale Dates & Timings
29.04.2020 to 06.05.2020 (up to 1500 hrs. IST)
Last Date for receipt of queries for
clarification from prospective Bidders
13.05.2020
Bid receipt date & time for Envelope-I
27.05.2020 upto 1500 hrs (IST)
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A(R)-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 2 of 5
(TechnoCommercial) bid
Date & Time for opening of Envelope-I
(TechnoCommercial) bid
27.05.2020 at 1530 hrs (IST)
Envelope-II (Price) Bid opening Date &
Time
Shall be intimated separately by NTPC after opening of
Stage-I (Techno-Commercial) Bid
Cost of Bidding Document
INR 4500/- (Rupees Two Thousand Two Hundred and
Fifty only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 10 Lakhs only in the form as
stipulated in the Bidding documents .However, in case of Bidders opting for Bank Guarantee as Bid
Security but unable to send the Original Bank Guarantee in physical form at the tender opening
location, following shall be applicable:
(i) The issuing bank shall intimate through their own official e-mail id to Sr. Manager(CS-II) /DGM(CS-
II) in the email address provided at Sl. No. 13.0 of this NIT, with a copy to Bidder regarding issuance
/ extension of BG along with following documents:-
(a) The scanned copy of the BG.
(b) SFMS message acknowledgement copy sent to NTPC banker stating the date of sending.
(c) An undertaking through official e-mail id of bank as per format enclosed at Annexure-A SFMS
message must be sent to the Employer’s bank whose details are mentioned in Bidding
documents.
Bidders shall be required to upload the scanned copy of the BG on e-tendering portal.
The aforementioned stopgap arrangement is a temporary measure and shall be effective till fifteen
days beyond the end of the lock-down period notified by Central Government / respective State
Governments / any other Government Authority. Any bid not accompanied by an acceptable Bid
Security as per aforementioned arrangement, 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 6.1.1 & 6.1.2.
6.1.0 Technical Criteria
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 5 nos. vertical switchgear panels prior to the date of Techno commercial bid
opening.
Note for clause 6.1.1:
(i) Bidder who have not supplied but have installed, tested & commissioned the 33KV class or above
transformer, 33 KV or above cables shall also be considered if they fulfill the other criteria specified at
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A(R)-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 3 of 5
clause 6.1.1
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 91 Million (Indian Rupees
Ninety One Million only) or in equivalent foreign currency.
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.
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 share capital 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
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A(R)-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 4 of 5
(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.
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 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 as
mentioned at para 5.0 above and Power of Attorney (through email to concerned executive of NTPC)
separately as detailed in Bidding Documents by the stipulated bid submission closing date and time.
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
DETAILED INVITATION FOR BIDS
FARAKKA STPS, Stage-II (2X500MW)
Bidding Document No. CS-4130-215A(R)-9
ELECTRICAL WORKS FOR SUBMERSIBLE PUMPS
SECTION - I (IFB)
Page 5 of 5
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in