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

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

Pre-Bid Conference Date & Time (if any)

 

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 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 Not Given. 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

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 NTPC-Talcher Super Thermal Power Station.

 

 

 

 

#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, nut-bolts,

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 back-up system meant for long duration storage.

#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 techno-commercial bid opening as below :

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 Techno-Commercial bid opening, shall not be less than Rs.406.00.Lac (Rupees four Crores & Six Lacs only).

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 Techno-commercial

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 Techno-commercial bid opening in

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 : 06760-247244

FAX : 06760-243912/243232

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 : 06760-247253/244397

FAX : 06760-243232/243912

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 e-tender site (SRM login site) for participation in our tendering after complying to above. The

agency can reach our e-tender site SRM login site directly through below mentioned address. #https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart#

They can also access our e-tender site (SRM login site) through www.ntpctender.com and clicking on Login (e-Tender).

#NTPC takes no responsibility for any loss/delay/non-receipt of applications/ documents/ EMD sent by post. Earnest money deposit (EMD):

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

non-responsive by the employer and shall not be opened.

 

 

 

 

 

 

 

 

 

 

 

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 (code-6257)

or UCO Bank Kaniha (code-0909)

or

UCO Bank

Deepshikha (code-1889). or (ii) an unconditional and irrevocable

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 NON-RESPONSIVE AND BID SHALL NOT BE OPENED.

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/ non-receipt of tender document fees/EMD sent by post. Sealed bids must be sent at the #address for communication# only.

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