NTPC Limited
(A Government of India Enterprise)
Talcher Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
Procurement of IP based CCTV system for Surveillance of TSTPS.
(Domestic Competitive Bidding)
NIT No: 40069681 |
Date:17.03.2017 |
1.0NTPC invites
2.0Brief Details
NIT No. |
40069681 |
NIT Date |
17.03.2017 |
Document Sale Commencement Date & Time |
17.03.2017 20:35:00 |
Document Sale Close Date & Time |
31.03.2017 17:00:00 |
Source of IFB/NIT |
Talcher Super Thermal Power |
Contract Classification |
Services |
Last Date and Time for Bid submission |
17.04.2017 15:30:00 |
Technical Opening Date & Time |
17.04.2017 16:00:00 |
Bid Opening Date & Time |
18.04.2017 16:00:00 |
Cost of Bidding Documents in INR |
2,250.00 |
EMD in INR |
813000.00 |
|
|
Last Query Date (if any) |
05.04.2017 |
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
4.0A complete set of Bidding Documents may be downloaded by any interested Bidder on payment
5.0Brief Scope of Work & other specific detail
Name of Work: Procurement of IP based CCTV system for Surveillance of TSTPS.
Introduction :
NTPC Kaniha (Talcher Super Thermal Power Station) is located in Kaniha block under Talcher subdivision of Angul District of Odisha.
Nearest Town # Talcher (30 Km)
Nearest Railway Station # Talcher (32 Km)
Nearest Airport # Bhubaneswar (180 Km)
Installed Capacity :
Stage # I : 2 X 500 MW
Stage # II : 4 X 500 MW
GENERAL REQUIREMENTS:
#The intent of the specification is to define the functional & design requirements for the CCTV System meant for gathering video information from Main Plant Entry/Exit gates, Boundary locations, Township Entry/exit gates, 2MW and
8MW Solar power plant Area of |
|
|
|
|
|||||
#The Agency shall be responsible for selection, |
design, manufacture, testing at manufacturer#s works/site, |
installation |
of |
||||||
all the equipments supplied as covered in this |
specification |
and commissioning of the system |
meeting |
the |
intent |
& |
|||
functional |
requirements |
of the |
specification. |
|
|
|
|
|
|
#All the |
cables, power |
packs, |
erection hardware |
(viz. junction |
boxes, brackets glands, |
conduits |
etc.) |
are also |
included in Agency#s scope.
#The total job shall be awarded to one agency for execution. Job shall not be divided between multiple agencies.
#The Central CISF control room for the entire CCTV System will be at Plant Main Entry Gate (Pragati Dwar). The CISF Control Room shall have six numbers large sized LED monitors connected to three or more individual workstations
which can be operated separately. |
The video management software shall support flexible 1/2/4/8 windows split screen |
display mode or scroll mode on the |
display monitors for viewing live video. |
#The main server room shall be at |
IT building where the central switch is installed and output of all the cameras shall |
be connected to this switch through |
respective workgroup switches. In this location, the Network Attached Storage (NAS), |
Servers with software#s shall be installed. Besides this the server should have storage capability for at least Two months (60 Days) data of all cameras before putting it into the
#The cameras are proposed to be 30x Optical zoom IP IR Full HD PTZ dome type and IP IR Full HD Fixed Bullet Cameras. The camera shall enable to cover the wide range coverage and resolution. The cameras shall be mounted at suitable height by the Vendor through GI poles/Tower to avoid easy accessibility by any intruder.
#The cameras shall have the day and night vision capability and are required to be able to withstand the outdoor industrial environment condition at Talcher Super Thermal Power Station plant area.
#Wireless connectivity is envisaged for cameras at offsite locations viz. Raw water pump house area and a redundant link for 8 MW solar power plant area from Main plant area.
#Since all the cameras are IP based dome/Box type video and control signals from all the Cameras are in the form of IP
signals shall be |
brought to centralized location without compromising the |
quality and performance of |
the |
system. |
Dome/box type IP |
based camera should be an integrated unit and no external converters with normal dome |
camera shall |
||
be accepted. The |
main server room shall be at IT building where the central |
switch is installed and output of |
all the |
cameras shall be connected to this switch through respective workgroup switches. In this location, the Network Video Recording System (NVRS) with the required software and data storage facility shall be installed. Simultaneously the monitoring on a 04 no#s 55# LED monitor screens of all / selected cameras shall be available with the help of PC/Workstation at Main CISF Control room. The total CCTV network and NTPC LAN will be a separate network. The Client locations at DC Office, HOP Office, AC Office, 8MW Solar Power Plant will be installed with licensed software
in the PC#s/Workstations. All cameras will be powered through 1KVA Online UPS power with 30 Minutes battery backup, 2KVA UPS at Zone Areas with 30 Minutes battery backup and 3KVA UPS at IT building Server room with 60 Minutes battery backup. All cameras shall be powered through their respective zone UPS with help of 3 core armoured power cable from local NTPC Power Source. As mentioned earlier all cameras shall be mounted on GI pole/Tower. Details of GI pole/Tower and its erection details are given in the document. The cameras shall be mounted on the top end of the pole/Tower. On the same pole just below camera a junction box shall be mounted. This junction box should comply IP 66 Standard. If camera is powered by DC voltage then AC to DC converter of suitable voltage and current capacity should be provided in the junction box. So the size of junction box should be suitable to 1KVA UPS & Power Adaptor. The proper cooling provision should be there to avoid the heating. The camera and junction box at each pole is to be grounded through GI wire by providing earth pit near each camera
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:
TECHNICAL CRITERIA :
1.1The Bidder should have executed/completed order for supply, erection & commissioning of IP based CCTV system during last seven (07) years prior to the date of
a)At least one order of value not less than Rs.325 Lacs
OR
b)Two orders, each of value not less than Rs.203 Lacs
OR
c)Three orders, each of value not less than Rs.162 Lacs
The word #executed# means that the bidder should have achieved the progress specified in the above para even if the total contract/order is not completed/closed. The same shall be supported by documentary evidence issued by the owner.
2.0FINANCIAL CRITERIA :
2.1The Average Annual Turnover of the bidder, in the preceding three (3) financial years as on the date of
2.2The Net Worth of the bidder as on the last day of the preceding financial year should not be less than 100% of its 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% of |
their |
total |
paid |
up |
||||
share capital. However individually, their Net worth should not be less than 75% |
of |
their respective |
paid |
up share |
||||||||||
capital. For |
Consortiums/ joint |
Ventures, |
wherever applicable, the Net |
worth of all |
consortiums/joint Venture |
members |
in combined manner should not be less than 100% of their paid up share capital however individually, their Net worth
should not be less than |
75% of their |
respective paid up |
share capital. |
|
||
2.3 In case the bidder |
is not able to furnish its audited financial statement on standalone entity basis ,the |
unaudited |
||||
unconsolidated financial |
statement |
of |
the |
bidder can be |
considered acceptable provided the bidder furnished the |
following |
further documents on substantiation |
of |
its |
qualification. |
|
|
a)Copies of unaudited unconsolidated financial statement of the bidder along with copies of audited consolidated financial statements of the Holding Company.
b)A certificate from the CEO/CFO of the Holding Company, as per format enclosed in the bid documents, stating that the unaudited unconsolidated financial statements form part of the consolidated Annual Report of the 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 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
bid opening and the certificate from |
the |
practicing |
chartered Accountant |
certifying |
the financial parameters |
is |
not |
||||||||
available. |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
2.4 In case a bidder does not satisfy |
the financial criteria, |
stipulated at para 2.1 and /or |
para 2.2 |
above on |
its |
own, |
the |
||||||||
Holding Company would be required |
to meet the stipulated turnover requirements |
at para 2.1 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 bid, a letter of Undertaking |
from the Holding company, supported by |
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. |
|
|
|
|
|
|
|
|
|
|
|
|
|
||
NOTES |
: |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
1.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. |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
2.Other income shall not be considered for arriving at annual turnover.
3.Provenness criteria to be incorporated in the Specification |
|
|
|
|
|
|
|
||||
The IP based CCTV system |
and associated |
video management |
software |
executed |
by |
the |
bidder shall |
have at |
least one |
||
year satisfactory |
operation prior to the |
date |
of |
a |
large |
commercial |
or office |
building |
|||
or industrial set |
up etc having |
minimum |
installation of total forty |
(40) Nos |
Camera. |
|
|
|
|
|
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 NIT 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
THE ADDL.GENERAL MANAGER (CS)
NTPC LIMITED
TALCHER SUPER THERMAL POWER STATION,
P.O. : DEEPSHIKHA - 759 147,
DISTRICT : ANGUL,(ODISHA)
DIAL :
FAX :
WEBSITE: ntpctender.com OR ntpc.co.in
OR
THE SR. MANAGER (CS)
NTPC LIMITED
TALCHER SUPER THERMAL POWER STATION,
P.O. : DEEPSHIKHA - 759 147,
DISTRICT: ANGUL,(ORISSA)
DIAL :
FAX :
WEBSITE: ntpctender.com OR ntpc.co.in pratapsahoo@ntpc.co.in
or pratapsahoo@ntpc.co.in
INFORMATION TO THE BIDDER :-
Note:
#The agency can login
agency can reach our
They can also access our
#NTPC takes no responsibility for any
A. Bid Security/EMD shall be submitted in a sealed envelope, which should be superscribed #Procurement of IP based
CCTV system for Surveillance of TSTPS.#, NIT ref no. |
40069681 |
Due |
on |
date: |
from |
|||||||||||||
_________________________ |
(Name |
and |
Address of bidder).# , |
separately |
offline |
by |
the stipulated |
bid opening date |
and |
|||||||||
time |
at |
the |
address |
given |
below. |
Any |
bid without an acceptable |
Bid |
Security |
(if |
applicable) |
shall |
be |
treated |
as |
|||
|
|
|
|
|
|
|
|
|
|
|
||||||||
B.The |
EMD |
offered |
shall, at bidders option, be in the form of |
(i) A |
Crossed Demand Draft/Pay Order/Bankers Cheque |
|||||||||||||
in favour |
of |
NTPC |
Limited payable at SBI, Telesingha |
or UCO Bank Kaniha |
or |
UCO Bank |
||||||||||||
Deepshikha |
Bank |
Guarantee (BG) |
from |
any of |
the banks |
specified in |
the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the #Proforma for BG# included in the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or equal to Rs.50,000.00 shall not be accepted in the form of bank guarantee. EMD shall not be accepted in any other form.
C.The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested
D.ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING
E.Benefits to MSEs : Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006, for goods produced and services rendered, shall be issued the bidding documents free of cost and shall be exempted from paying Earnest Money Deposit. The benefit as above to MSEs shall be available only for goods / services produced & provided by MSEs for which they are registered. MSEs seeking exemption and benefits should enclose a attested / self certified copy of valid registration certificate, giving details such as
validity, stores/ services |
etc. failing which they run |
the risk of their bid being passed over as ineligible for the |
benefits |
applicable to MSEs. |
|
|
|
Award shall be given to L1 bidder if L1 bidder is a MSE. |
|
||
Incase L1 bidder is not |
a MSE, then all the MSE |
vendor(s) who have quoted within the range of L1+15%, |
shall be |
given the opportunity in |
the order of their ranking |
(starting with the lowest quoted MSE bidder and so on) |
to bring |
down its price to match |
with L1 bidder. Award for all quantity shall be placed on the MSE vendor who matches it#s |
||
price with L1 bidder at the price quoted by L1 bidder. |
|
||
If no MSE vendor has |
quoted within the range of |
L1+15%, accepts the price of L1 bidder then the award |
shall be |
made to L1 bidder. |
|
|
|
GENERAL INFORMATION TO BIDDER :
A.The bidder should have independent P.F. code number allotted by Regional Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.
B.Copy of Sales Tax registration/TIN, Service Tax registration & PAN.
C.In addition to the above the bidders have to fill in the enclosed check list and submit along with the bid.NTPC if so desire may verify the performance of the bidder from their respective clients.
D.NTPC takes no responsibility for any loss/ delay/
E. Notwithstanding anything stated above, NTPC reserve the right to assess bidder#s capability and capacity to perform the contract, should the circumstance warrant such assessment in overall interest of the owner.
F. The detailed terms and conditions shall be as per our tender documents. Interested bidders are advised to visit the site and familiarize themselves with the site conditions.
G. Parties blacklisted / banned by any NTPC Unit / Corporate Centre as well as other Public Sector / Government Agencies are NOT eligible to participate.
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in