NTPC
TAMIL NADU ENERGY COMPANY
LTD
(A Joint Venture of NTPC Ltd. and TANGEDCO)
VALLUR THERMAL POWER PROJECT
CONTRACTS & MATERIALS DEPARTMENT
BIDDING DOCUMENT
FOR
SUPPLY,INSTALLATION,COMMISSIONING &
MAINTENANCE OF IP BASED CCTV SURVEILLANCE
SYSTEM IN PLANT & TOWNSHIP OF VTPS
Bidding Document No: NTECL / C&M /OT/ CS 3826
(This document is meant for the exclusive purpose of bidding against this Bid Document
No. / Specification only and shall not be transferred, reproduced or otherwise used for
purposes other than that for which it is specifically issued)
NTPC Tamilnadu Energy Company Limited
BID DOCUMENT NO :NTECL/C&M/OT/CS-3826 Dated 17.05.2019
SUPPLY,INSTALLATION,COMMISSIONING &
MAINTENANCE OF IP BASED CCTV SURVEILLANCE
SYSTEM IN PLANT & TOWNSHIP OF VTPS
I N D E X
Si.No.
ITEM
DESCRIPTION
PAGE NO
1.
SECTION I
Notice Inviting Tender
(NIT)
1 to 07
2.
SECTION II
Price Schedule / Bill of Quantities
/ Schedule of Items.
1 to 10
3.
SECTION III
Scope of Work
&
Terms and Conditions
1 to 60
4.
SECTION IV
Important Information, Instructions
to Bidders (ITB), Commercial
Conditions, General Terms
1 to 24
5.
SECTION V
List of schedule
1 to 18
6.
7.
8.
SECTION - I
Ref. NTECL/C&M/OT/CS-3826 Date: 17.05.2019
NTPC Tamilnadu Energy Company Limited (NTECL), a JV of NTPC & TANGEDCO invites
sealed bids for its 2 X 500 MW + 1 X 500 MW Thermal Power Project at Vellivoyal Chavadi
Post, Ponneri Taluk, Thiruvallur Distt., Chennai, Tamilnadu from eligible bidders who fulfill the
Qualifying Requirements stipulated below, for the following package:
Description of work
Bid Security(EMD)
Contract period
Supply, Installation, Commissioning
& Maintenance of IP Based CCTV
Surveillance System in Plant &
Township of VTPS
Rs.2,00,000/-
06 (Six) Years
06 Months
BRIEF SCOPE OF WORK:
The scope of the subject package envisages “Supply, Installation, Commissioning & Maintenance of
IP Based CCTV Surveillance System in Plant & Township of VTPS”.
QUALIFYING REQUIREMENTS:
(a) The bidder must be a Manufacturer of CCTV Cameras or an authorized CCTV system
Integrator of the Manufacturer of CCTV Cameras.
(b) The offered combination of camera types and video management software for CCTV
system must be in satisfactory operation in industries, for at least one year as on the bid
opening date.
(c) The average annual turnover of the bidder in the last 03 financial years ending
31/03/2019 should not be less than Rs. 227.91 Lakhs (Rupees two hundred twenty seven
lakhs and ninety one thousand).
(d) The bidder in the last seven years prior to BOD (Bid Opening Date) must have
supplied and installed and commissioned CCTV system in industries like power plants,
cement plants, petroleum refinery, steel plants or coal mine with
(i) Single (01) order, of executed value not less than Rs. 182.33 Lakhs
OR
(ii) Two (02) orders, each of executed value not less than Rs. 113.95 Lakhs
OR
(iii) Three (03) orders, each of executed value not less than Rs. 91.16 Lakhs
(e) The bidder should have Provident Fund code (PF code) number allotted by concerned
Regional Provident Fund Authority.
(f) The bidder should have GSTIN number/provisional registration number issued by concerned
authorites.
NTECL/C&M/OT/CS-3826 Date: 17.05.2019
Page 2 of 7 Signature & Seal of Bidder
Note :- The work “executed” means that the bidder should have achieved the progress specified in
the QR even if the total contract is not completed / closed. The same shall be supported by
documentary evidence issued by concerned authority.
Also the bidder/s should have the following and should submit copy of these documents
along with QR Documents (in Envelope - I) as statutory requirement:
(i) Employees State Insurance Code (ESI Code) as having registered with ESI authorities. If
the same is not available, then the bidder should register with concerned authorities before
the commencement of contract.
(ii) Income Tax Permanent Account Number (PAN).
NTECL/C&M/OT/CS-3826 Date: 17.05.2019
Page 3 of 7 Signature & Seal of Bidder
BRIEF DETAILS
Bid Document No.
NTECL/C&M/OT/CS-3826 Date 17.05.2019
Description of Work
Supply, Installation, Commissioning &
Maintenance of IP Based CCTV Surveillance
System in Plant & Township of VTPS
Bid Document Sale Period
From 18.05.2019 to 31.05.2019
Cost of Bidding document
Rs.2250/- Non-Refundable)
Last Query date (Queries shall be
entertained up to this date only)
03.06.2019
Pre-bid meeting
04.06.2019
Submission of Bids (Both Techno-
Commercial Bid and Price Bid) i.e.
Envelope I & II together.
21.06.2019 Up to 14:30 Hours.
Techno Commercial Bid
Opening (Envelope I)
21.06.2019 at 15:00 Hours.
EMD
Rs.2,00,000/-
The date of opening of Price Bid (Envelope - II) shall be intimated separately.
Address for bid submission of Bids
Addl. General Manager (C&M),
Contracts and Materials Dept.,
NTPC Tamilnadu Energy Company Ltd,
Vallur Thermal Power Project,
Site Office: Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District
Chennai - 600103, Tamilnadu.
Location of Tender box in NTECL
Site office premises
Contracts & Materials Dept. Hall,
NTECL Office Complex. (Site Office)
Contact Persons.
Mr.A.S Rao
Sr. Manager (C&M), NTECL
Mob. No : 9445869040
Email: asrao02@ntpc.co.in
(OR)
Mr. Rajesh Kumar T
Addl.General Manager (C&M), NTECL
Mob. No : 9445869131
Email: rajeshkumart@ntpc.co.in
NTECL/C&M/OT/CS-3826 Date: 17.05.2019
Page 4 of 7 Signature & Seal of Bidder
OTHER TERMS AND CONDITIONS:
1. Detailed specifications, Scope of work, Terms & conditions etc., are given in the bidding
documents. Bid documents can be downloaded from NTECL website,
www.ntpcntecljv.co.in/tenders.htm, against online payment or can be obtained on request with
cost of Bid document in the form of DD in favour of ‘NTECL’ payable at Chennai or
documentary evidence to the effect that the bidder is exempted from submission of EMD
(Please refer clause 8 (d)).
2. It is deemed that bidder shall accept all the terms and conditions mentioned in the tender
documents without any deviation. For that the bidders are requested to accept the no
deviation certificate for fulfillment of technical/commercial compliance. NO
DEVIATION IS ACCEPTABLE TO NTECL.
Any Clarification related to the scope, terms & conditions of contract may please be
sought before 03.06.2019. Clarifications received after 03.06.2019 from the agencies will
not be entertained. Suitable reply will be given to agencies based on their clarification
before scheduled BOD. After this stage, no deviation is acceptable to NTECL.
3. The bids shall be received up to due date & time of bid opening at the Site Office of NTECL
and shall be opened on the date and time as stipulated above in the presence of bidders who
wish to be present. Only one authorized representative of the bidder shall be allowed for
attending the tender opening.
4. The bidding documents shall be issued to all bidders upon their depositing the requisite cost of
bidding documents along with request letter without prima-facie examination of qualification
status. However, such issue of tender documents will not automatically mean that the bidders
are considered qualified.
5. The qualification status shall be examined by NTECL during the process of evaluation and
the decision of NTECL in this regard shall be final.
6. For fulfilling the Qualifying Requirements, intending bidder shall be required to submit the
following documents along with their bid ( duly attested at least by authorized signatory of
the tenderer ) :
a. Income Tax Assessment order / Up to date copy of Profit & Loss Account and
Balance Sheet of last three financial years ending 31P
st
P March 2018 duly audited by
Chartered Accountant. 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 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.
b. Copies of Work Orders / Award Letters covering awarded value, detailed scope of work
/ terms and conditions / bill of quantities along with proof of execution such as
completion certificate clearly showing the value of work executed during the period
of contract, Bill Copy, Final Deviation Copy etc. in support of above Qualifying
requirements. The bidder shall also provide the reference list of the organizations with
contact address and phone numbers.
c. Copy of Permanent Account Number (PAN) issued by Income Tax authorities.
d. Copy of GSTIN Number issued by concerned authorities.
e. No Deviation Statement (As per Schedule-A)
NTECL/C&M/OT/CS-3826 Date: 17.05.2019
Page 5 of 7 Signature & Seal of Bidder
7. BID SUBMISSION & OPENING:
The bids are invited for aforesaid work/s under “Single Stage Two Envelope” Bidding
system. The bid documents signed and stamped in all pages are to be submitted in two (02)
separate sealed envelopes as detailed below:
A. ENVELOPEU: I (Techno - Commercial Bid)
a. Bid security / Earnest Money Deposit (EMD) in separate envelope.
b. Other documents as follow shall be submitted in a separate envelope :-
i. Relevant Documents to meet Qualifying Requirements (QR) of the subject tender.
ii. Authorization / Power of attorney on the person signing the bid, Copy of
iii. GSTIN Registration, Permanent Account Number (PAN).
iv. Provident Fund Code (PF Code) Number allotted by concerned Regional Provident
Fund Commissioner (RPFC).
v. Employees State Insurance Code (ESI Code) as having registered with ESI
authorities.
vi. All tender documents signed with name & designation and stamped on
each page.
vii. No Deviation Certificate. (As per Schedule-A )
B. UENVELOPE: II (PRICE BID)
a. Price Bid
C. IT SHOULD BE CLEARLY INDICATED ON THE ENVELOPE WHETHER IT IS
ENVELOPE - I OR ENVELOPE II. THE CONTENT OF THE ENVELOPE/S
SHOULD ALSO BE CLEARLY SUPERSCRIBED ON EACH ENVELOPE WITH
THE NAME OF WORK, NAME OF BIDDER, BIDDERS ADDRESS & CONTACT
NUMBERS,BID REFERENCE, CONTENTS AND DATE OF OPENING ETC.
All the above two sealed envelopes
may be placed in another main envelope, the
top of the main envelope must
indicate, say >>>>>>>>>>>
ENVELOPE - I
(Techno - Commercial
Bid)
Shall be opened at 15:00 hours on the day set for
submission of Bids.
ENVELOPE - II
(PRICE BID)
The date of opening of Price Bids shall be intimated
separately.
8. Earnest Money Deposit :-
ENVELOPE - I and ENVELOPE - II
ARE AVAILABLE INSIDE
NTECL/C&M/OT/CS-3826 Date: 17.05.2019
Page 6 of 7 Signature & Seal of Bidder
A. The EMD offered shall, at bidders option, be in the form of (i) Demand Draft/Pay
Order/Bankers Cheque in favour of NTECL payable at Chennai 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.
B. The bid security shall remain valid for a period of Two Hundred Twenty Five (225) days from bid
opening date (i.e 180 days BG validity period + 45 days claim period)
C. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE 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.
D. EMD/Tender Fees Exemption for 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 an 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.
9. THE PRICE BID/S OF ONLY THOSE BIDDERS SHALL BE OPENED WHO MEETS
THE QUALIFYING REQUIREMENTS.
10. The Bidder or duly authorized representative/s of the Bidder/s, who are present during Bid
opening shall sign in the Bid opening register. Only one authorized representative of the
bidder shall be allowed for attending the tender opening.
11. NTECL shall not be responsible for any postal delays resulting in non-receipt of request for
tender documents/ original tender documents, bids etc. sent by post / courier.
12. Notwithstanding anything stated above, NTECL reserves the right to assess bidder’s capability
and capacity to perform the contract, should the circumstances warrant such assessment in the
overall interest of NTECL and decision of NTECL in this regard shall be final.
13. NTECL reserves the right to accept / reject any or all bids or Cancel / withdraw the Notice
Inviting Tender (NIT) without assigning any reason whatsoever and in such case no bidder /
intending bidder shall have any claim arising out of such action.
NTECL/C&M/OT/CS-3826 Date: 17.05.2019
Page 7 of 7 Signature & Seal of Bidder
14. Tender documents are not transferable.
15. NTECL reserves the right to extend the date for submission & opening of bids at its Sole
discretion.
16. Any change in Bidder’s company name, address etc should be communicated separately to
NTECL with proof of change, reference etc well before the due date for submission of tender.
17. The laws applicable to the contract shall be the law in force in India. The courts of Chennai
alone shall have the exclusive jurisdiction in all matters arising under the contract.
U
Address for Communication:
General Manager (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600 103.
Tel. No.044 - 65351052 Fax: 044
27966033 / 65
OR
Sh.A.S.Rao,
Sr.Manager (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600 103
Mob # 9445869040
Sh.Rajesh Kumar.T.,
AGM (C&M)
Contracts & Materials Dept,
NTPC Tamilnadu Energy Company Ltd
Vallur Thermal Power Project
Vellivoyal Chavadi Post,
Ponneri Taluk, Thiruvallur District,
Chennai - 600 103.
Mob # 9445869131