NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 1 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
NIT / Tender Ref No.
RGPPL/C&M/CS-2902/OT-144 dtd. 30/10/2020
Design, Supply, Installation, Commissioning and O&M of
130 KWp (DC)/100 kW(AC) ground mounted Solar PV
Plant at RGPPL
Last date of bid submission: 24/11/2020 15:00 Hrs
Bid Opening on: 24/11/2020, 15:30 Hrs
at RGPPL Site, Anjanwel, Ratnagiri, MH - 415634
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 2 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Dear Bidders,
Please find enclosed one complete set of Tender Document for the cited work in the following
order, with a request to submit your Bid after necessary compliance:
Sections
Contents
General Guidelines
Section-I
Instruction to Bidders & Terms and conditions
Section-II
Forms and Annexures
Section-III
Qualifying requirement
Section-IV
Scope of work, Technical specifications and Special terms & conditions
Section-V
Price schedule/BOQ/SOR
[
Bidding
System
Single Stage Bidding (02 Envelope Systems)
A complete set of bidding documents may be downloaded from NTPC website www.ntpctender.com &
RGPPL web site www.rgppl.com and submit the same by utilizing the downloaded document, along- with
required non-refundable tender fee.
If tender document fees amount is paid online, then bidder must sent /submit / copy of documentary
evidence as proof of submission of tender fees in the envelope of Tender Fees. If bidder fails to submit the
same his/her offer may not be considered.
The EMD shall be made payable without any condition to RGPPL, the EMD shall be valid for the
period of seven (7) calendar months from the date set for the opening of the technical bids .
EMD of the bidder shall stand forfeited if he/she revokes or cancels his tender after submission or vary
any terms thereof without the consent of RGPPL within validity period of offer (07 months).
Any bid not accompanied by an acceptable security in a separate sealed envelope shall be
rejected by RGPPL as being non-responsive and returned to the bidder without being
opened
No interest will be payable by RGPPL on the EMD.
Details of
RGPPL’s bank
account
Name of account Holder: - RATNAGIRI GAS & POWER PVT LTD
Name of Bank: - STATE BANK OF INDIA
Account Number: - 11285480852 (Current Account)
Branch: - Chiplun (Maharashtra)
IFS Code: - SBIN0000350
MICR Code: - 415002865
Tender
Opening
details:
Envelope-I
It must consists of following:
a. EMD
b. Tender document Fee and
c. Supporting documents as per PQR mentioned in
tender document, viz license /
certificate(s)/reports (if any), Letter of
Undertaking, Certificate on important conditions
of bidding, technical offer, duly signed &
stamped our tender document and other
necessary documents as per tender document
etc.
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 3 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Envelope-II Shall
consist of Price Bid
only
Date of opening of price bid shall be informed
separately to qualified bidders after evaluation of
technical bid.
Envelope &
Dispatch
The outside of the envelope should clearly indicate the Envelope no I or II, Name of
the Bidder and his Address. In addition, the left-hand corner of the envelope or
container should indicate the Name of the work, tender number, bid opening date
and time.
The Bidder has the option of sending the bid by Speed/Registered Post, in person
only. Bids sent through any other media may not reach us within the schedule time.
RGPPL takes no responsibility for delay, loss or non-receipt of tender documents
within the stipulated date & time. Bids submitted by any other mode may not be
accepted.
Tender
document fee
Rs. 1,328/- (Rs. One Thousand three Hundred twenty eight only)
(inclusive of GST@18%) when downloaded from website mentioned above in the
form of a Demand Draft in favour of Ratnagiri Gas and Power Private
Limitedpayable at Chiplun (Maharashtra) or online transfer in RGPPL’s bank
account as mentioned above.
Earnest Money
Deposit (EMD)/
Bid Security
Rs. 1,00,000/- (Rs. One lakh Only)
Acceptable
form of EMD
Crossed Demand Draft (preferably from SBI) / Banker’s cheque / Banker’s Pay Order
(from Nationalized Indian Bank, as per list enclosed) drawn in favour of ‘Ratnagiri Gas and
Power Private Limited’, payable at Chiplun (Maharashtra).
OR
Bidder may submit EMD amount through E-payment by Credit card / Debit / Net
Banking/BG (if EMD amount is above INR 50,000-Format enclosed) etc.
If EMD amount is paid online then bidder must sent /submit / copy of documentary
evidence as proof of submission of EMD in the envelope of EMD.
If bidder fails to submit the same his/her offer may not be considered.
Special
Privileges to
MSE’s
Not Applicable
IIM’s/IIT’s/NIT’s/IISC/CBRI/CPRI/GSI/CWPRS/CWC and other Govt Institutes/agencies (excluding
PSU) are exempted from submitting EMD.
Contract Period
Supply, installation & commissioning within 08 months from LoA
O&M 24 months (details in Section-IV)
LD For delay
Applicable as per GCC-O&M.
Security Deposit
Applicable as per GCC-O&M (details in Section-IV)
Defect liability
period
24 months (details in Section-IV)
Integrity Pact
Not applicable
Applicable GCC
GCC O&M
Any revision, clarification, addendum, corrigendum, time extension, etc. to the above tender will be
hosted on the www.rgppl.com & www.ntpctender.com websites only and no separate notification
shall be issued in the press. Bidders are requested to visit the website regularly to keep themselves
updated.
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 4 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
A prospective bidder requiring any clarification (s) of the bidding documents may notify RGPPL in
writing or by fax or email at RGPPL's mailing address indicated in the bid document not later than 05
(five) days prior to bid opening date. RGPPL reserves the right to ignore the bidders request for
clarification if received after the aforesaid period. RGPPL may respond in writing to the request for
clarification. RGPPL's response including an explanation of the query, but without identifying the source
of the query will be communicated to prospective bidders through e-mail.
For any queries, bidders may contact following personnel:
i. Shweta Verma, Manager (C&M)
Ph. No.: 02359-241134
e-mail: amrita.sharma@site.rgppl.com
ii. Dipak Patil, DGM (C&M),
Ph. No.:02359-241134
e-mail: dipak.patil@site.rgppl.com
Offer consisting of any deviations with respect to any term & conditions of bid document shall be
liable to be treated as NON-RESPONSIVE and may be rejected.
Any other condition specifically mentioned in the tender document elsewhere that non-compliance
of the clause lead to rejection of bid
This is a NIL Deviation Tender
Tender Document must be sent through Speed / registered post / In person only. Submission of
tender document in any other shall liable for rejection.
Bidder should submit signed and stamped copy of complete tender document along with
the clarification/addendum/corrigendum (if any) along with the technical proposal as
an acceptance of all the terms and conditions of the tender document.
Yours faithfully,
For & on behalf of RGPPL
Encl: As above Manager (C&M)
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 5 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
Section-I
INSTRUCTIONS TO BIDDERS
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 6 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
INSTRUCTIONS TO BIDDERS (ITB)
PART A - GENERAL
1. INTRODUCTION:
1.1 About the RGPPL: Ratnagiri Gas and Power Pvt. Ltd (RGPPL) is a joint venture Company
promoted by NTPC Ltd & GAIL (India) Ltd., 1967 MW gas-based power generation plant.
Ratnagiri Gas & Power Project is situated at village Anjanwel, Taluka Guhagar, Dist.
Ratnagiri (Maharashtra). The project site is located at a distance of approx. 10 KMs North of
Guhagar Town & 50 kms from Chiplun City (On Mumbai-Goa highway).
Nearest Airport: Mumbai at a distance of 300 kms. by road.
Nearest Railway Station: Chiplun station (MumbaiMadgaon Route, KONKAN
Railways) at a distance of about 50 km from the site.
1.2 RGPPL, (hereinafter called “RGPPL” or “Employer”), wishes to receive bids for the Package
named in NIT/IFB/Tender Enquiry.
1.3 Throughout these Bidding Documents, the term “Bid” and “Tender” and their derivatives
(Bidder/Tenderer, Bidding/Tendering, Bidding Document/Tender Document, etc.); Bill of
Quantity / Schedule of Quantity / Schedule of Quantities/ Bill of Quantities; Employer /
RGPPL; Bid Security / Earnest Money Deposit; Security Deposit / Performance Security/
Performance Guarantee; Engineer-in-Charge / Engineer; Amendment/Corrigendum;
Schedule of Quantity/Bill of Quantity (BOQ), appearing anywhere in the Bidding Documents
shall have the same meaning and are synonymous to each other.
2. SOURCE OF FUNDS: Expenditure under this package is intended to be funded from
internal resources and/ or borrowings by the Employer.
3. CONFLICT OF INTEREST:
3.1 Each Bidder shall submit only one bid either by himself, or as a partner in a joint venture or
consortium, if so permitted in the Bidding Documents. A Bidder who submits or participates
in more than one bid in this bidding will be disqualified from the bidding.
3.2 Bidders should not be associated, or have been associated in the past, directly or indirectly,
with a firm or any of its affiliates that has been engaged by the Employer to provide
consultancy services for the preparation of the design, specifications, and other documents
to be used for the execution of Works under this Invitation for Bids.
4. BIDDER’S SITE VISIT: The Bidders are advised to visit the Site to familiarize themselves
with the nature and quantum of work and site condition and obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
his tender. No extra charges consequent on any misunderstanding or otherwise shall be
allowed.
PART B - BIDDING DOCUMENTS
5. CONTENT OF BIDDING DOCUMENTS:
5.1 The set of Bidding Documents issued for the purpose of bidding includes one set of the
following, which should be read in conjunction with amendments, if any, issued.
A. Invitation for Bids (IFB)/Tender Enquiry/Notice Inviting Tender (NIT)
B. Instructions to Bidders (ITB)
C. Special Conditions of Contract (SCC)
D. Technical Specifications and Bid Drawings
E. Schedule of Quantities (SOQ) / Bill of Quantities (BOQ)
F. Forms and Procedures
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 7 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
5.2 The Bidder is expected to examine all instructions, forms, terms, conditions and
specifications in the Bidding Documents, before submission of his bid. Failure to furnish all
information or documentation required by the Bidding Documents may result in the
rejection of such bid.
5.3 Qualifying Requirements, if applicable. The qualifying requirements for the tender are
specified in the NIT/Tender enquiry.
5.4 Documents in support of meeting Qualifying Requirements
Bidders are required to submit documents to satisfactorily establish their meeting the
Qualifying Requirements stipulated in the tender.
Bidders are required to furnish the details of the past experience like authentic Work
Orders/Purchase Orders/Letter of Awards/Contract Agreements, client certificates,
completion certificate, etc. in support of meeting the Qualifying Requirements based on
which selection is to be made as per format. These references shall only be considered
to ascertain the bidder’s compliance to Qualifying Requirement (QR). No claims
without supporting documents shall be accepted in this regard. Bidders wishing to provide
additional Work Orders/Purchase Orders/Letter of Awards/Contract Agreements are required
to declare the same in similar format which shall be additionally attached in the offer.
5.5 Bid Drawings: The Bidder is requested to refer the Technical Specifications for the
provisions in this regard.
5.6 CLARIFICATION OF BIDDING DOCUMENTS: A prospective Bidder requiring any
clarification of the Bidding Document shall email the query to the concerned executive at
least five days prior to the BOD. EMPLOYER will respond to any request for clarification or
modification of the bidding documents that it receives within the time line specified.
EMPLOYER will upload the Clarifications on www.rgppl.com & www.ntpctender.com website.
Bidders can view these clarifications.
Bidders are advised to regularly check under Clarification/Corrigendum tab regarding
posting of clarification, if any.
Bidders must check the Clarifications issued before submission of Bid. Should the Employer
deem it necessary to amend the Bidding Document as a result of a clarification, it shall do
so and upload the amendments in the tender on the www.rgppl.com & www.ntpctender.com
website.
6. PRE-BID CONFERENCE (If specified in the NIT/Tender Enquiry)
6.1 Employer at its discretion may organize a pre-bid conference with the prospective Bidders.
The purpose of the conference will be to clarify the package related issues and to respond
to the Bidder’s queries, which may arise from the Bidding Documents, site visit etc. The
Employer will give a notice of the pre-bid conference to the Bidders at least seven (7)
days prior to the said pre-bid conference unless otherwise fixed or informed in the
IFB/NIT.
6.2 The Bidders are required to submit their questions/ clarifications/queries etc. in writing
including by way of email from the registered email Id so as to reach the Employer at
least three days before the pre-bid conference. It may not be practicable at the
conference to answer the questions which are received late.
6.3 Record notes of the pre-bid conference including the Employer’s response to the queries
raised by the Bidders in writing may be prepared and transmitted to all the prospective
Bidders by the Employer. Further, any modification to the Bidding Documents which may
become necessary as a result of the pre-bid conference shall be made by the Employer
exclusively through an amendment to the Bidding Documents. The record notes of the
pre-bid conference shall not be treated as amendment to the Bidding Documents.
6.4 Non-attendance of the pre-bid conference will not be a cause for disqualification of a
Bidder or his bid.
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 8 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
7. ADDENDA/ CORRIGENDA/ AMENDMENTS TO BIDDING DOCUMENTS: At any time
prior to the deadline for submission of bids, EMPLOYER may, for any reason, whether at its
own initiative, or in response to a clarification requested by a prospective Bidder, amend the
bidding documents.
The corrigendum/amendment will be posted in the tender on the websites only for viewing
by the Bidder. The amendments will be binding on Bidders and it will be assumed that the
information contained therein will have been taken into account by the Bidder in its bid.
Bidders are advised to regularly check the tender regarding posting of Amendments, if any.
To give prospective Bidders reasonable time to take the amendment into account in
preparing their bid, EMPLOYER may, at its discretion, extend the deadline for the
submission of bids.
PART C - PREPARATION OF BID
8. COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and
submission of his bid and the Employer will in no case be responsible or liable for these
costs, regardless of the conduct or outcome of the bidding process.
9. LANGUAGE OF BID AND UNITS OF MEASURE:
9.1 The bid and all correspondence and documents relating thereto exchanged by the Bidder
and the Employer shall be written in English. Supporting documents and printed literature
furnished by the Bidder may be in another language provided they are accompanied by an
appropriate translation of pertinent passages into English, in which case, for the purpose
of interpretation of the bid such translations shall govern.
9.2 The units of measurement shall be metric system of measures, unless otherwise specified
elsewhere.
10. DOCUMENTS COMPRISING THE BID:
10.1 The bid submitted by the Bidder shall interalia comprise of the following documents:
(a) Tender Document duly completed and signed & stamped by the Bidder,
together with all Attachments as required in the tender document.
(b) BOQ duly completed and signed & stamped.
10.2 Bidding procedure shall be as specified in the NIT/SCC.
10.3 Each Bidder shall submit with his bid the following attachments:
A. TECHNO-COMMERCIAL BID
(a) Earnest Money Deposit (If specified in the NIT/Tender Enquiry): Earnest Money
Deposit shall be furnished in separate sealed envelope. Bid not accompanied by the
requisite Earnest Money Deposit in a separate sealed envelope, or bid accompanied by
Earnest Money Deposit of insufficient value, shall not be entertained and in such case,
the bid shall not be opened and rejected.
(b) Tender Fees (If specified in the NIT/Tender Enquiry): If tender is not purchased
from RGPPL C&M department, then tender fees as per the prescribed format is to be
submitted along with the bid in separate sealed envelope. Bid not accompanied by the
requisite tender fee in a separate sealed envelope, or bid accompanied by tender fee of
insufficient value, shall not be entertained and in such case, the bid shall not be opened
and rejected.
(c) Authority to Sign the bid
The Bidder shall furnish the following to check that the person(s) signing the bid
has/have the authority to sign the bid and thus establish that the bid is binding upon
the Bidder during the full period of its validity.
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 9 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
i) In case of Sole Proprietorship Concern/Partnership Firm, Specimen signature of the
Proprietor/all the partners duly attested by a scheduled Bank or First Class
Magistrate.
ii) In case of Private Limited Companies, Copy of Power of Attorney issued by
Competent Officer under the common seal of the Company, authorising the person
to sign the bid/ execute contracts/agreements etc duly notarised
iii) In case of Public Limited Companies and Statutory Corporations, Board resolution
authorising the Executive to sign the bid/ contracts/agreements and affix common
seal thereon in accordance with the provisions of Article of Association of the
Company OR Power of Attorney issued by Competent Officer under the common
seal of the Company authorising the person to sign the bid/ execute
contracts/agreements etc.
iv) In case of Joint Venture/Consortium, Satisfactory evidence of authority of the
person signing on behalf of the Bidder shall be furnished with the bid.
(c) Bidder’s Qualifications: Documentary evidence establishing that the Bidder
meets the Qualifying Requirements stipulated in the NIT/IFB including the following
shall be furnished along with the bid:
(A) Legal Status of the Company
1. In case of Sole Proprietorship Concern
i) The full name of an individual proprietor, his/her parentage,
documentary proof of his/her age, permanent address and present
postal address/ contact details.
ii) A deed of declaration by the Proprietor, that no other individual or
company has any share in the concern.
2. In case of Partnership Firm
i) Certified photocopy of the Partnership Deed, with upto date
amendments (if any).
ii) Registration certificate issued by the Registrar of Companies
concerned, if any.
iii) In case of change in the constitution of the firm due to retirement or
death or addition of an incoming partner, photocopy of Deed of
Dissolution, fresh registration Certificate and the fresh / extant
Partnership Deed, as applicable.
3. In case of Private Limited Companies
i) Certified to be true and upto date amended copy of Memorandum and
Articles of Association of the Company.
ii) Certificate of incorporation of the Company.
4. In case of Public Limited Companies and Statutory Corporations.
i) Certified to be true copy of Memorandum and Articles of Association of
the Company and/or the relevant Statute/Act.
ii) Certificate of Incorporation of the company - In case of public limited
Co. only.
iii) Certificate of Commencement of Business - In case of public limited
Co. only.
5. In case of Consortium/ Joint Venture bid
NIT No.: RGPPL/C&M/CS-2902/OT-144
Sub: Design, Supply, Installation, Commissioning and O&M of 130 KWp (DC)/100 kW
(AC) ground mounted Solar PV Plant at RGPPL.
Corporate Identification Number: U40105DL2005 PTC138458 Page 10 of 121
Registered Office : NTPC Bhawan, Core-7, SCOPE Complex 7, Institutional Area, Lodi Road, New Delhi 110003
Noida Office : The Landmark, Second Floor, Plot No. A35, Sector 2, Noida-201301 (U.P), Tel: 0120- 4148900, Fax: 0120-4148913
Mumbai Office : Samruddhi Venture Park, 5th Floor, MIDC, Marol, Andheri (E), Mumbai - 400093. Tel: 022- 28216613, Fax: 022-28269057
Project Site : PO RGPPL Anjanwel, Taluka Guhagar, Distt. Ratnagiri (Maharashtra) 415634, Tel: 02359- 241073, Fax: 02359- 241118
Email : cs@rgppl.com (Noida Office), pr@rgppl.com (Mumbai Office), site.rgppl@gmail.com (Site office), Web Site: www.rgppl.com
i) The information listed in Qualifying Requirements in NIT/IFB/Tender
Enquiry shall be submitted for each Joint Venture or Consortium
partner.
ii) The bid, shall be signed so as to be legally binding on all partners;
iii) One of the partners shall be nominated as being in charge and shall
be designated as leader; this authorisation shall be evidenced by
submitting with bid, a power of attorney signed by legally authorised
signatories of all the partners;
iv) An authorisation authorising the leader to incur liabilities and receive
instructions for and on behalf of any and all partners of the Joint
Venture or Consortium and the entire execution of the Contract
including payment to be done exclusively with the leader;
v) All partners of the Joint Venture shall be liable jointly and severally
for the execution of the Contract in accordance with the Contract
terms, and a relevant statement to this effect shall be included in the
authorisation mentioned under (iii) above as well as in the Bid Form
and in the Agreement (in the case of a successful bid);
vi) Joint Venture / Consortium Agreement entered into by the Joint
Venture or Consortium partners shall be submitted with the bid. The
Joint Venture or consortium Agreement shall clearly specify the work
and responsibility of each partner or a notarised copy.
vii) A copy of the Partnership Deed/Memorandum & Articles of
Association/Certificate of incorporation as the case may be of the
prime bidder and all the Partners of Joint Venture / Consortium shall
also be enclosed.
(B) Financial Status
In support of meeting the Financial criteria specified in the Qualifying
Requirements stipulated in the NIT/IFB/Tender Enquiry, the following documents
shall be furnished with the bid:
1. Audited financial results of preceding 3 financial years or Balance
Sheet and Profit & Loss account statement of preceding 3 financial
years duly certified by a Chartered Accountant.
2. Solvency Certificate from Bankers, issued not earlier than fifteen
(15) days prior to the scheduled date of bid opening of the Package,
if asked for in the NIT/Tender Enquiry.
(C) Proof of Execution of Works
In support of meeting the work execution requirements specified in the
Qualifying Requirements stipulated in the NIT/IFB/Tender enquiry, the
following documents shall be furnished with the bid
i) Copies of the Letter of Award/Purchase orders/Contracts
ii) Certificate(s) from the Client(s) for successful execution of the
assignment with value and period of execution.
(D) Other requirements specified in the Qualifying Requirements.
In support of meeting the other requirements specified in the Qualifying
Requirements stipulated in the NIT/IFB/Tender enquiry, the documents
specified in the SCC shall be furnished with the bid.
Notwithstanding anything stated above, the Employer reserves the right to
undertake a physical assessment of the capacity and capabilities including financial