NTPC Limited

(A Government of India Enterprise)

EOC Noida Office

INVITATION FOR BIDS (IFB)

FOR

Supply, installation and commissioning of UAV/ UAS, Thermal Imaging, LiDAR, Photogrammetry/ Imaging Sensors and required Software Tools for Aerial Solar PV Inspection and Terrain Mapping at NTPC Stations (International Competitive Bidding)

IFB No: 40063946

Date:06.10.2016

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

IFB No.

40063946

IFB Date

06.10.2016

Document Sale Commencement Date & Time

06.10.2016 15:52:57

Document Sale Close Date & Time

28.10.2016 18:00:00

Source of IFB/NIT

EOC Noida Office

Contract Classification

Equipment Supply & Erection

Last Date and Time for Bid submission

10.11.2016 00:00:00

Technical Opening Date & Time

10.11.2016 15:00:00

Bid Opening Date & Time

30.11.2016 00:00:00

Cost of Bidding Documents in INR

2,250.00

EMD in INR

260000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

03.11.2016

EMD in USD

3930.00

Cost of Bidding Documents in USD for foreign bidder

50.00

Funding Source

Internal Resources

3.0Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0A 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/sap/bc/gui/sap/its/bbpstart). 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 alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail

The brief scope of work includes assembly, quality check, packing, supply, transportation, transit insurance, local delivery, receipt, unloading, handling, storage at site, installation, testing & commissioning, system integration, documentation, One (1) year Warranty, One (1) year AMC and Training of Owner#s personnel for the said system, as per the technical specifications.

6.0Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

7.0Qualifying Requirements For Bidders : In addition to the requirements stipulated under section Instructions to bidder (ITB), the bidder should also meet the qualifying requirements stipulated hereunder in clause 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

Route 1 : UAV/UAS* Manufacturing Firm/ Authorized Dealer / Channel Partner

The Bidder should be manufacturer of UAV/UAS OR an Authorized Dealer / Channel Partner of UAV/UAS as on the date of techno-commercial bid opening

AND

The Bidder should have supplied UAV/UAS with Thermal Imaging Sensor OR LiDAR Sensor OR Photogrammetry Sensor which should have been operated prior to the date of techno-commercial bid opening

AND

The Bidder should have experience in Aerial Thermal Imaging OR Aerial LiDAR based Survey OR Aerial Photogrammetry based survey as on the date of techno-commercial bid opening.

7.1.2

Route 2 : Consortium

7.1.2.1Manufacturer of UAV/UAS OR An Authorized Dealer / Channel Partner of UAV/UAS can also participate provided it forms a consortium of maximum three (3) firms such that the consortium meets all the requirements stipulated at clause 7.1.1 above.

7.1.2.2In case of bidding by such a Consortium, the bidder shall necessarily identify the #leader# of the Consortium and clearly specify the scope of work of each firm in this contract. The bidder shall along with its Techno-Commercial bid, furnish legally enforceable Consortium Agreement, as per format enclosed in the bidding documents in which the partners are jointly and severally liable to the Employer for successful performance of the Contract, failing which the Bidder shall be disqualified and its bid shall be rejected.

7.1.3

Route 3 : Technology License Agreement with UAV Manufacturing Firm

7.1.3.1The Bidder should have experience in Aerial Thermal Imaging OR Aerial LiDAR based Survey OR Aerial Photogrammetry based survey as on the date of techno-commercial bid opening.

7.1.3.2The Bidder who fulfills the requirements at clause 7.1.3.1 above can also participate provided it has a valid Technology Licensing Agreement as on date of techno commercial bid opening with a Firm who should be manufacturer of UAV/UAS AND should have supplied UAV/UAS with Thermal Imaging Sensor or LiDAR Sensor or Photogrammetry Sensor which should have been operated prior to the date of techno-commercial bid opening

7.1.3.3In such case, the Bidder should furnish a Deed of Joint Undertaking (DJU) executed by the Bidder and the UAV/UAS Manufacturing Firm as per the format enclosed in the bidding documents, in which the Manufacturing Firm and the Bidder are jointly and severally liable to the Employer to perform all the contractual obligations including the technical guarantees for this package. The DJU should be submitted along with the Techno-Commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.

7.1.3.4In case of award, the UAV/UAS Manufacturing Firm shall be required to furnish an on demand bank guarantee as per the format enclosed with the bidding documents for a value equal to 2.5% (two and half percent) of the contract price of this package in addition to the contract performance security to be furnished by the Bidder.

Notes:

a. *An Unmanned Aerial System (UAS) shall comprise of atleast aircraft (often referred to as UAV or unmanned aerial vehicle or Drone), payload, control station, communication system.

b. Work executed by the Bidder and/or 100% holding company and/or the wholly owned subsidiaries of the Bidder / Technology Licensor shall also be considered for experience.

In such a case, the company from which experience is being borrowed shall necessarily be part of the DJU being submitted by the bidder.

c.In case the award for the reference works has been received by the Bidder either directly from owner of organization or any other intermediary organization, a certificate from such owner of organization 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 of QR.

d. In case of consortium, the bid security and in the event of award, the Performance Bank Guarantee shall be in the name of both the partners of the consortium.

7.2.0Financial Criteria

7.2.1Financial Criteria for the 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 INR 1.29 Crores (Indian Rupees One Crore Twenty Nine Lakhs 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 does not meet 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. 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. For Consortium , the Net worth of all consortium members in combined manner should not be less than 100% (hundred percent) of their 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 7.2.0:

i. #Holding Company# and #Subsidiary# shall have the meaning ascribed to them as per Companies Act, 2013, in vogue.

ii. Net worth means the sum total of the paid up share capital and free reserves. Free reserves 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.

iii. Other income shall not be considered for arriving at annual turnover.

iv. For turnover indicated in foreign currency, the exchange rate as on 7 days prior to the date of techno commercial bid opening shall be used.

v. In case of a bid submitted by consortium, the turnover shall be considered on a combined manner for the consortium.

vi.In case of consortium, the clause 7.2.1 (a), 7.2.1 (b) & clause 7.2.1 (c) above shall be applicable to individual consortium partners.

vii.For the purpose of compliance to the stipulated turnover criteria given in the clause no 7.2.1 (a), the turnover from consortium in proportion to Bidder#s proposed consortium share as declared in the consortium agreement, shall be considered.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation For Bids (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.

10.0Address for Communication Address for Communication Manager (C&M), NTPC Ltd Room No. 203, R&D Building Engg. Office Complex,

Plot A-8A, Sector -24, Noida - 201 301 (UP) - India Phone:- 0120 # 4947246

E-mail: spsrawat@ntpc.co.in Address for Communication AGM (C&M), NTPC Ltd

Room No. 203, R&D Building Engg. Office Complex,

Plot A-8A, Sector -24, Noida - 201 301 (UP) - India Phone:- 0120 - 4947224, 2410886

E-mail: glkanojia@ntpc.co.in Alternative Address GM (C&M), NTPC Limited,

Room No. 204, R&D Building Engg. Office Complex, 6th Floor Plot A - 8A, Sector - 24,

Noida - 201 301 (UP) - India Phone:- 0120 - 4947906, 2410897 E-mail: nmgupta@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in