INVITATION FOR BID
RAMMAM HPP (3X40 MW)
BIDDING DOCUMENT NO.:
1056/HRHQ/C&M/RC004
Procurement, Installation, Commissioning and Maintenance of IP Cameras
with Networking arrangement at Site locations for Construction Monitoring
SECTION-I (IFB)
PAGE
1 OF 6
NTPC Limited
(A GOVT. OF INDIA ENTERPRISE)
HYDRO REGION HEADQUARTER
4
th
FLOOR, DDPM TOWER,
AJABPUR KHURD, HARIDWAR BYEPASS ROAD
DEHRADUN-UTTARAKHAND-248001
INVITATION FOR BIDS (IFB)
FOR
Procurement, Installation, Commissioning and Maintenance of IP Cameras with Networking
arrangement at Site locations for Construction Monitoring
FOR
RAMMAM HPP (3X40 MW), DISTT. DARJEELING, WEST BENGAL
(Domestic Competitive Bidding)
Tender Ref. No.: NTPC/HR HQ/9900165202 Date: 01.10.2018
BIDDING DOCUMENT No.: 1056/HRHQ/C&M/RC004
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
“Procurement, Installation, Commissioning and Maintenance of IP Cameras with
Networking arrangement at Site locations for Construction Monitoring” for Rammam
HPP(3X40 MW), in district Darjeeling, State of West Bengal, India, as per the Scope of
Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The brief scope of work under this package includes “Procurement, Installation,
Commissioning and Maintenance of IP Cameras with Networking arrangement at Site
locations for Construction Monitoring” for Rammam HPP(3X40 MW)” as detailed in the
Scope of work, Terms and Conditions and BOQ given in the Bidding Documents
3.0 Employer intends to finance the subject package through internal resources.
4.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available on-line (www.eprocurentpc.nic.in) as per the following
schedule:
Tender Ref. No.
NTPC/HR HQ/99001
65202
NIT Date
Source of IFB/NIT
Hydro Region Headquarter, Dehradun
Document Download Start Date & Time 01.10.2018, 17:00:00 (IST)
Cost of Tender Documents (Tender Fee) Rs. 1328.00
INVITATION FOR BID
RAMMAM HPP (3X40 MW)
BIDDING DOCUMENT NO.:
1056/HRHQ/C&M/RC004
Procurement, Installation, Commissioning and Maintenance of IP Cameras
with Networking arrangement at Site locations for Construction Monitoring
SECTION-I (IFB)
PAGE
2 OF 6
Clarification Start Date
, 17:30:00 (IST)
Clarification End Date 05.10.2018, 17:00 Hrs.(IST)
Pre-Bid Conference Not Applicable
Last Date and Time for Bid submission
08.10.2018, 17:00 Hrs.(IST)
Date and Time for Opening of Techno-
commercial Bid
09.10.2018, 16:00 Hrs. (IST)
Estimated cost in Lakh INR 47.38 (excl. GST)
Completion / Contract Period Five (5) months
EMD
Rs. 1,00,000.00
Benefits to MSEs Applicable
5.0 Tender Fee and EMD/Bid Security shall be submitted in a sealed envelope separately
offline by the stipulated bid submission closing date and time at the address given below.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE TENDER FEE AND EMD/BID
SECURITY IN A SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE
EMPLOYER AS BEING NON-RESPONSIVE AND RETURNED TO THE BIDDER
WITHOUT BEING OPENED.
6.0 Qualification Requirements for Bidders.
A. Work Criteria (Similar Work):
1. The Bidder should be an OEM of IP based CCTV camera.
OR
Bidder should be an authorized System Integrator of OEM of IP based CCTV Camera.
OR
Bidder should be an authorized representative/authorized dealer/channel partner of
OEM of IP based CCTV Camera.
Note: Authorized System Integrator/ Authorized Representative/ Authorized Dealer/
Channel Partner of OEM has to furnish tender specific authority letter from OEM
of IP based CCTV camera along with the Techno Commercial Bid.
2. The bidder should have completed/executed “Works of supply, installation and
commissioning of IP based CCTV camera” during last seven years from the date of
Techno-commercial bid opening for Govt. Organization or for any public/private sector
organization.
B. Financial Criteria of Bidder
1. The bidder should have completed/executed any of the following similar works (as
mentioned at Cl. A .1 & Cl. A.2):
i) Single work order valuing not less than ₹ 42.11 lakhs.
OR
INVITATION FOR BID
RAMMAM HPP (3X40 MW)
BIDDING DOCUMENT NO.:
1056/HRHQ/C&M/RC004
Procurement, Installation, Commissioning and Maintenance of IP Cameras
with Networking arrangement at Site locations for Construction Monitoring
SECTION-I (IFB)
PAGE
3 OF 6
ii) Two work orders each valuing not less than ₹ 26.32 lakhs.
OR
iii) Three work orders each valuing not less than ₹ 21.05 lakhs.
2. The average annual turnover of the bidder in the preceding three (03) financial years
as on the date of Techno-commercial bid opening, shall not be less than Rs 52.64
Lakhs (Indian Rupees Fifty Two Lakh and Sixty Four Thousand only).
3. In case bidder does not satisfy the financial criteria, stipulated at Cl. B (2) above on its
own, its holding company would be required to meet the stipulated turnover
requirements at Cl. B (2) 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, bidder would be
required to furnish along with its bid, a letter of Undertaking from its holding company,
supported by Board resolution of the Holding company, as per the format enclosed in
the bidding documents, pledging unconditional and irrevocable financial support for the
execution of the Contract by the bidder in case of award.
4. 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 practicing Chartered accountant, certifying its financial
parameters, the audited results of the 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 certificates from the practicing
Chartered Accountant certifying the financial parameters are not available.
5. In case the bidder is not able to furnish it’s audited financial statements on standalone
entity basis, the un-audited unconsolidated financial statements of the bidder can be
considered acceptable provided the bidder further furnishes the following documents
for substantiation of its qualification.
a. Copies of the un-audited unconsolidated financial statements of the bidder
along with copies of the audited consolidated financial statements of the
holding company.
b. A certificate from the CEO/ CFO of the Holding Company, as per the format
enclosed in the bidding documents, stating that the un-audited unconsolidated
financial statements from part of the Consolidated Financial Statements of the
Holding Company.
6. The bidder should have a separate valid PF Registration with Regional Provident
Fund Commissioner, GST registration number and PAN Number.
INVITATION FOR BID
RAMMAM HPP (3X40 MW)
BIDDING DOCUMENT NO.:
1056/HRHQ/C&M/RC004
Procurement, Installation, Commissioning and Maintenance of IP Cameras
with Networking arrangement at Site locations for Construction Monitoring
SECTION-I (IFB)
PAGE
4 OF 6
Notes:
1. Other income shall not be considered for arriving at annual turnover.
2. Holding company and Subsidiary Company shall have the meaning
ascribed to them as per Companies Act of India.
3. Net worth means the sum total of the paid up share capital and free
reserves. Free reserves means all reserves credited out of the profit and
share premium account but does not include reserves credited out of the
revaluation of assets, write back of depreciation provisions 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.
7.0 Notwithstanding anything stated above, the Employer reserves the right to assess the
capabilities and capacity of the Bidder/ his collaborators / associates/ subsidiaries/ group
companies to perform the contract, should the circumstances warrant such assessment in
the overall interest of the Employer.
8.0 Employer 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.
9.0 A Complete Set of Bidding Documents are available on NTPC e-tender site at
http://eprocurentpc.nic.in. Bidders are required to have GePNIC User ID and Password for
downloading Tender Documents, by registering themselves on GePNIC Site
(http://eprocurentpc.nic.in). Tender Documents may be downloaded by any interested
bidder free of cost.
For access in GePNIC site, a valid Class III digital signature of the authorized person
of the agency is a pre-requisite.
9.1 First time users not allotted any vendor code are required to approach NTPC at least three
working days prior to last date of bid submission and submit following details:
(a) For creation of vendor code:
i) Company/ Firm registration copy, GST registration copy, PAN detail copy
ii) Valid email ID, Contact No.
iii) Address Proof
iv) Cancelled cheque & EFT form (to be verified by bank)
(b) For registration in GePNIC (Govt. e-Procurement National Informatics Centre) portal
i) Go to site: https://eprocurentpc.nic.in/nicgep/app
ii) Click on online bidder enrolment & fill up your details
iii) Send the copy of registration acknowledgement to dealing officer of case.
INVITATION FOR BID
RAMMAM HPP (3X40 MW)
BIDDING DOCUMENT NO.:
1056/HRHQ/C&M/RC004
Procurement, Installation, Commissioning and Maintenance of IP Cameras
with Networking arrangement at Site locations for Construction Monitoring
SECTION-I (IFB)
PAGE
5 OF 6
10.0 Issuance of Bidding Documents to any Bidder shall not construe that such Bidder is
considered to be qualified.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 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 bid documents
free of cost and shall be exempted from paying Earnest Money Deposit.
Further, in case of tenders where splitting of quantity is possible, participating MSEs
quoting price within price band of L1 + 15 percent shall also be allowed to supply a portion
of requirement by bringing down their price to L1 price in a situation where L1 price is from
someone other than a Micro and Small Enterprise and such Micro and Small Enterprise
shall be allowed to supply up to 20 percent of total tendered value. In case of more than
one such MSE, the supply will be shared proportionately (to tendered quantity).
However, in case of tenders where splitting of quantity is not possible, participating MSEs
quoting price within price band of L1 + 15 percent shall be allowed to execute the package
by bringing down their price to L1 price in a situation where L1 price is from someone other
than a Micro and Small Enterprise. The award shall be made as follows:
a) Award shall be given to L1 bidder if L1 bidder is a MSE.
b) In case 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 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 full quantity shall be placed on the MSE vendor who
matches its price with L1 Bidder at the price quoted by L1 bidder.
c) If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1
bidder then the award shall be made to the L1 bidder.
The benefit as above to MSEs shall be available only for Goods/Services produced &
provided by MSEs. As per answer to FAQ no. 18 circulated vide Office Memorandum F. No.
22(1)/2012-MA dated 24.10.2016 Policy is meant for procurement of goods produced and
services rendered by MSEs. However, traders are excluded from the purview of Public
Procurement Policy.”
MSEs seeking exemption and benefits should enclose a attested/self-certified copy of valid
registration certificate as a part of his bid, giving details such as stores/services, validity (if
INVITATION FOR BID
RAMMAM HPP (3X40 MW)
BIDDING DOCUMENT NO.:
1056/HRHQ/C&M/RC004
Procurement, Installation, Commissioning and Maintenance of IP Cameras
with Networking arrangement at Site locations for Construction Monitoring
SECTION-I (IFB)
PAGE
6 OF 6
applicable) etc. failing which they run the risk of their bid being passed over as ineligible for
the benefits applicable to MSEs.
Note: Generally, in tenders having Item-wise evaluation, splitting is allowed unless otherwise
specified in the Special Conditions of Contract (SCC). Further, in tenders having Package
wise evaluation (Lump sum) generally splitting is not allowed.
13.0 Address for Communication:
Sr. Manager (C&M),
NTPC LIMITED,
HYDRO REGION HEADQUARTER,
4
th
FLOOR, DDPM TOWER,
AJABPUR KHURD, HARIDWAR BYEPASS ROAD
DEHRADUN-UTTARAKHAND-248001
Mobile No. : 9650996791/7500240390
Email id: keshavjha@ntpc.co.in ; rishikshukla@ntpc.co.in
NTPC Websites for reference: https://eprocurentpc.nic.in or www.ntpc.co.in
14.0 Registered Office:
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number:L40101DL1975GOI007966