INVITATION FOR BIDS
SMART TOWNSHIP FOR SOLAPUR &
KHARGONE PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-819S-9
IT INFRASTRUCTURE PACKAGE
SECTION - I (IFB)
Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
IT INFRASTRUCTURE PACKAGE
FOR
SMART TOWNSHIP FOR SOLAPUR & KHARGONE PROJECTS
LOCATED AT
SOLAPUR
KHARGONE
Village: Fatatewadi & Aherwadi,
District: Solapur, Maharashtra
Village : Selda,
District : Khargone, Madhya Pradesh
(Domestic Competitive Bidding)
IFB No.: 40087925 Date: 15.01.2019
Bidding Document No.: CS-9571/9578-819S-9
1.0.0 NTPC invites online Bids on 'Single Stage Two Envelope' bidding basis (Envelope-I:
Techno-Commercial Bid & Envelope-II: Price Bid) from eligible bidders for aforesaid Package
as per the scope of work briefly mentioned hereinafter:
2.0.0 BRIEF SCOPE OF WORK
The Scope of Work by the Bidders shall be to supply, installation and related services and
configuration for all Equipments, and application as per technical specifications for
implementation of wireless network requirement at NTPC’s office. The Scope includes:
a) Supply, transportation, delivery at site, insurance (storage & transit) till date of handing
over, cabling and termination, erection & Installation of GPON, FTTH and Wireless
network along with IT security system complying with the BoQ & technical specifications
enclosed herewith, along with required software, cables, accessories, power cords and
necessary documents/ manuals.
b) Laying and erection of passive network and testing of the same as per technical
specifications
c) Configuration of the Firewalls, Switches, ONTs, OLT, wireless Controllers, APs, and
other allied applications and equipment as per requirement and implementation of the
solution as a whole.
d) Laying of campus wide armored optical Fibre cable using trenchless digging method
defined in Technical Specifications. In case Trenchless digging is not feasible at few
local / stretch, the bidder may lay fibre optic cable in HDPE pipes buried at nominal
depth(Conventional Trench)
e) Labeling & Dressing of all cables at different racks.
f) Providing Training to owner’s personnel
g) Submission of solution documentation
h) Completion of comprehensive on-site warranty services
i) Providing CMS services after the completion of warranty period
INVITATION FOR BIDS
SMART TOWNSHIP FOR SOLAPUR &
KHARGONE PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-819S-9
IT INFRASTRUCTURE PACKAGE
SECTION - I (IFB)
Page 2 of 5
The bidder shall also provide all required equipments which may not be specifically
stated herein but are required to meet the intent of ensuring completeness,
maintainability & reliability of the total system, covered under the specification.
3.0.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
4.0.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the Bidding
Documents, which are available for examination and Sale at the address given below at para
12.0.0 and as per the following schedule:
Issuance of IFB
15.01.2019
Bidding Document Sale Date & Time
From 16.01.2019 to 28.01.2019 up to 1730
Hrs. (IST)
Pre Bid Conference and Last Date for
receipt of queries from bidders (if any)
04.02.2019
Bid Receipt Date & Time
up to 15.02 2019 by 1500 Hrs. (IST)
Bid Opening Date & Time for Techno-
Commercial Bid
15.02 2019 at 1530 Hrs. (IST)
Price Bid Opening Date & Time
Shall be intimated separately by NTPC.
Cost of Bidding Document
INR 3,375/- (Indian Rupees Three
Thousand Three Hundred Seventy Five
only)
5.0.0 All bids must be accompanied by Bid Security for an amount of INR 10,00,000/- (Indian
Rupees Ten Lakh only) in the form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE
AND SHALL NOT BE OPENED.
6.0.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
In addition to the requirements stipulated in section Instruction to Bidder (ITB), the Bidder
should also meet the qualifying requirements stipulated under clause 6.1.0 and 6.2.0 indicated
below.
6.1.0 Technical Criteria for Qualification:
6.1.1 The bidder should satisfy all following conditions on the date of opening of Techno-
Commercial Bid :
a. The Bidder should be a manufacturer of Passive networking Components or FTTH
equipment or Wireless Wi-Fi System
OR
b. The Bidder should be a System Integrator /Subsidiary of manufacturer of Passive
networking Components or FTTH equipment or Wireless Wi-Fi System The bidder
should be duly authorized by the manufacturer as above for this tender.
AND
6.1.2 The bidder should have executed any one of the following work in India which includes supply
INVITATION FOR BIDS
SMART TOWNSHIP FOR SOLAPUR &
KHARGONE PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-819S-9
IT INFRASTRUCTURE PACKAGE
SECTION - I (IFB)
Page 3 of 5
and installation of GPON / FTTH equipment / Wi-Fi System / LAN Switches or Routers in the
preceding seven years as on date of opening of Techno-Commercial Bid
a) At least one work having minimum total contract Value of 5.54 Crores.
Or
b) At least two works, each having minimum total contract value of 3.46 Crores.
Or
c) At least three works, each having minimum total contract value of 2.77 Crores.
NOTES for clause 6.1.2 above:
The word “executed” means the bidder should have achieved the criteria specified even if
the total contract is not completed / closed. However, supply and installation of GPON /
FTTH equipment / Wi-Fi System / LAN Switches or Routers must be included in the work
executed.
In case of orders under execution, the value of work executed till the date of bid opening
as certified by the client shall be considered. However, supply and installation of GPON /
FTTH equipment / Wi-Fi System / LAN Switches or Routers must be included in the work
executed
6.2.0 Financial Criteria for Qualification:
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 69.30 Millions (Sixty Nine Millions
and Three Hundred Thousand).
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 requirement 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 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% (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.
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:
INVITATION FOR BIDS
SMART TOWNSHIP FOR SOLAPUR &
KHARGONE PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-819S-9
IT INFRASTRUCTURE PACKAGE
SECTION - I (IFB)
Page 4 of 5
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 6.2.0
i) Net worth means the sum total of the paid up share capital and free reserve. 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.
ii) Other income shall not be considered for arriving at annual turnover.
iii) "Holding Company" and "Subsidiary Company" shall have the meaning ascribed to them as
per Companies Act of India.
7.0.0 NTPC 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.
8.0.0 A 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). 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
along with duly filled in questionnaire for issue of vendor code and SRM user id/password.
Note: No hard copy of Bidding Documents shall be issued.
9.0.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to
be qualified. Bids shall be submitted online and opened at the address given below in the
presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall
furnish Bid Security, Integrity Pact, Joint Deed of Undertaking (if applicable) and Power of
INVITATION FOR BIDS
SMART TOWNSHIP FOR SOLAPUR &
KHARGONE PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-819S-9
IT INFRASTRUCTURE PACKAGE
SECTION - I (IFB)
Page 5 of 5
Attorney separately offline as detailed in Bidding Documents by the stipulated bid submission
closing date and time at the address given below.
10.0.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
11.0.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from
local suppliers as defined in the bidding documents. The bidders may apprise themselves of
the relevant provisions of bidding documents in this regard before submission of their bids.
12.0.0 Address for communication:
Manager (Contracts & Materials) / AGM (Contracts & Materials)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-3778674/ 3778606
e-mail: jagmohan01@ntpc.co.in / snmallick01@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in