INVITATION FOR BIDS
SECURITY AND SURVEILLANCE, SYSTEM INTEGRATION,
COMMAND AND CONTROL CENTRE (C&CC) PACKAGE
FOR SMART TOWNSHIP OF SOLAPUR & KHARGONE
PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-412S-9
SECTION - I (IFB)
Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
SECURITY AND SURVEILLANCE, SYSTEM INTEGRATION, COMMAND AND CONTROL
CENTRE (C&CC) PACKAGE FOR SMART TOWNSHIP OF SOLAPUR & KHARGONE PROJECTS
LOCATED IN
SOLAPUR KHARGONE
Village: Fatatewadi & Aherwadi,
District: Solapur, Maharashtra
Village : Selda,
District : Khargone, Madhya Pradesh
(Domestic Competitive Bidding)
IFB No.: 40087926 Date: 17.01.2019
Bidding Document No.: CS-9571/9578-412S-9
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 aforesaid Package
as per the scope of work briefly mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The Smart Township System envisaged for the projects shall consist of the following
components:
a) Perimeter Intrusion Detection System (PIDS) –PIDS to be installed on a boundary wall
of height 3 m (approx.) having concertina coil (700mm dia with Y angle).
b) CCTV system: including Fixed Cameras, PTZ Cameras, Illuminator, CCTV Management
Software, Video Analytics Software, etc.
c) Access Control System (ACS): Under Vehicle Scanning System (UVSS), Boom
Barriers, Turnstiles, Smart Cards, Card Readers, Biometric Readers, Controllers, Door
Locks, Bollards, Crash Barrier/Anti-Terror Barrier, Spike Barrier, Flap Barrier, Automatic
Number Plate Recognition, DFMD (Door Frame Metal Detector), Biometric Enrolment
Unit, Smart Card Enrolment Unit, Visitor Management System, Egress Switch, Long
Range RFID system with readers & stickers for vehicular entry, Portable X-ray Baggage
Scanner, etc.
d) LED Panels (80 inches in size in 3X1 configuration with suitable mounting
arrangements/stand and other associated accessories) ,Furniture for SMART
TOWNSHIP SYSTEM
e) Variable display boards, Power Supply including UPS of suitable backup.
f) Command & Control System for integration with systems mentioned at a,b,c, d & e
above & below mentioned employer’s systems
I. Smart Water management System
II. Smart Energy management system
III. GPS based system to Track Vehicles
IV. Guard Tour Management System
V. Waste management system
VI. Solar & Wind Power
INVITATION FOR BIDS
SECURITY AND SURVEILLANCE, SYSTEM INTEGRATION,
COMMAND AND CONTROL CENTRE (C&CC) PACKAGE
FOR SMART TOWNSHIP OF SOLAPUR & KHARGONE
PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-412S-9
SECTION - I (IFB)
Page 2 of 5
VII. Smart Irrigation management system
VIII. Smart Poles
IX. Smart Lighting system
X. Smart Kiosk
XI. FTTH/GPON
XII. Wi-Fi zones
XIII. EV charging Station
XIV. Messaging System
XV. E-governance /Online Complaint Management System
XVI. Smart Bicycles
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings/Own
sources.
4.0 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 12.0
and as per the following schedule:
Issuance of IFB 17.01.2019
Bidding Document Sale Date & Time
From 17.01.2019* to 25.01.2019 up to 1730
Hrs. (IST)
Pre Bid Conference and Last Date for
receipt of queries from bidders (if any)
01.02.2019
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 6,750/- (Indian Rupees Six Thousand
Seven Hundred Fifty only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 20, 00,000/- (Indian
Rupees Twenty 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 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:
a) Bidder should have supplied, Installed & Commissioned “Integrated Smart Township Security
system” which should have been in successful operation for a period of not less than one (1)
year prior to the date of bid opening for a large establishment in India VIZ Power, Oil & Gas,
Refinery, Atomic Energy and Space, Steel, Fertilizer, Chemical, Mine, Ordinance Factory, Sea
port, Airport or in Smart City project.
Notes for clause 6.1.0 Technical Criterion:
INVITATION FOR BIDS
SECURITY AND SURVEILLANCE, SYSTEM INTEGRATION,
COMMAND AND CONTROL CENTRE (C&CC) PACKAGE
FOR SMART TOWNSHIP OF SOLAPUR & KHARGONE
PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-412S-9
SECTION - I (IFB)
Page 3 of 5
1. The Integrated Smart Township system in the reference site must be an Integrated solution
comprising of any Three (3) the following sub-systems as a minimum.
i. Command & Control system
ii. CCTV System along with Video Management Software.
iii. Access control system (ACS)
iv. Perimeter Intrusion Detection System (PIDS) which means Smart fence system(other
than video analytics from cameras )based on any one of the technologies viz. Power
fencing, Fibre Optic sensing based Fence, Vibration sensors based Fence, Taut wire,
Microwave Fence, Infrared.
6.2.0 Financial criteria :
a) The average annual turnover of the bidder in the preceding three financial years as on the
date of opening of bid shall not be less than Rs. 170.35 Millions (Rupees One Hundred and
Seventy Millions and Three Hundred Fifty Thousand).
In case the 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 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) The Net Worth of the bidder as on the last day of the preceding financial year should not be
less than 100% (hundred percent) of its paid-up share capital. In case the Bidder does not satisfy
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.
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 stand alone 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:
a) Copies of the unaudited unconsolidated financial statements of the bidder along with copies
of the audited consolidated financial statements of its 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 unaudited unconsolidated financial statements form part
of the consolidated annual financial statements of the Holding Company.
In case where audited results for the last financial year as on the date of 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
INVITATION FOR BIDS
SECURITY AND SURVEILLANCE, SYSTEM INTEGRATION,
COMMAND AND CONTROL CENTRE (C&CC) PACKAGE
FOR SMART TOWNSHIP OF SOLAPUR & KHARGONE
PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-412S-9
SECTION - I (IFB)
Page 4 of 5
Accountant certifying its financial parameters, the audited results for 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 bid 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.
Notes for clause 6.2.0:
(i) 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
(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.
For annual turnover indicated in foreign currency, the exchange rate as on seven(7) days prior
to the date of bid opening shall be used.
7.0 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 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 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 Attorney
separately offline as detailed in Bidding Documents by the stipulated bid submission closing
date and time at the address given below.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not permissible.
11.0 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 Address for communication:
Sr. Manager (C&M) / AGM (C&M)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
INVITATION FOR BIDS
SECURITY AND SURVEILLANCE, SYSTEM INTEGRATION,
COMMAND AND CONTROL CENTRE (C&CC) PACKAGE
FOR SMART TOWNSHIP OF SOLAPUR & KHARGONE
PROJECTS
BIDDING DOCUMENT NO. CS-9571/9578-412S-9
SECTION - I (IFB)
Page 5 of 5
Plot A-8A, Sector-24, NOIDA,
Distt.- Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-3778676/ 3776671
e-mail: ramgopal01@ntpc.co.in / ashokkumar06@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in
13.0 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