INVITATION FOR BIDS
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM,
VINDHYACHAL & KAWAS
BIDDING DOCUMNET NO.:CS-0011-820(2)-9
INTEGRATED SMART TOWNSHIP SYSTEM
PHASE-II
SECTION - I (IFB)
PAGE 1 OF 6
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
INTEGRATED SMART TOWNSHIP SYSTEM PHASE-II
FOR
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM, VINDHYACHAL &
KAWAS
LOCATED AT
MAUDA
KUDGI
Village
:
Lapka and Kumbhari of
Mauda Tehsil
District
: Nagpur
, Maharashtra
District : Bijapur, Karnataka
LARA
GADARWARA
Village: Lara
District : Raigarh, Chhatishgarh
Village :
Chichli in Gadarwara Tehsil
District : Narsinghpur, Madhya Pradesh
DADRI
KOLDAM
Town : Dadri,
District : GB Nagar, Uttar Pradesh
District : Bilaspur, Himachal Pradesh
VINDHYACHAL
KAWAS
District : Singrauli, Madhya Pradesh
Village : Mora
District : Surat, Gujarat
Date: 27.05.2020
(Domestic Competitive Bidding)
IFB No.: 40088165
Bidding Document No.: CS-0011-820(2)-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 envisaged for the each project under initiative of smart township
Phase-II shall consist of following components:
a) CCTV system: including Fixed Cameras, PTZ Cameras, Illuminator, Video
Management Software including Video Analytics etc.
INVITATION FOR BIDS
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM,
VINDHYACHAL & KAWAS
BIDDING DOCUMNET NO.:CS-0011-820(2)-9
INTEGRATED SMART TOWNSHIP SYSTEM
PHASE-II
SECTION - I (IFB)
PAGE 2 OF 6
b) Access Control System (ACS): Under Vehicle Scanning System (UVSS),
Boom Barriers, Turnstiles, Smart Cards, Card Readers, Biometric Readers,
Controllers, Door Locks, 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, X-ray Baggage
Scanner, Guard Tour Management System etc.
c) OFC based Perimeter Intrusion Detection System (PIDS)
d) LED Panels (in 3X1 configuration) with suitable mounting arrangements/stand
and other associated accessories), Furniture for SMART TOWNSHIP
SYSTEM
e) Supply, Installation & Commissioning of GPON (Gigabit Passive Optical
Network), FTTH (Fibre to the home) and wireless (Wi-Fi) Infrastructure and
Management setup along with LAN switches and passive networking / cabling.
f) Smart Energy Management Supply, Installation & Commissioning of
Advanced Metering Infrastructure (AMI) comprising of Smart Energy Metering
along with Communication/network hardware & other Hardware & software.
g) Complete Water Management system including below mentioned
components:
Supply, Installation & Commissioning of Water Meters
,Ultrasonic/Electromagnetic Flow meters , Ultrasonic/Radar Level transmitters
,Tank Overflow Detection, Leakage Detection in external network, Solenoids
for auto start & shut down of main Potable Water Pumps ,analyzers (PH,
BOD, COD, Turbidity, Chlorine and TDS) at STP outlet , chlorine and turbidity
analyzer at UGT inlet, Communication Hardware ,hardware & software for
Water SCADA
h) Variable display boards, Power Supply including UPS of suitable backup.
i) GPS based system to Track Vehicles
j) Command & Control System including integration of above mentioned
subsystems and Employer’s Existing/Future sub-systems as defined in tech
specifications.
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 para 13.0 and as per the following schedule:
Issuance of IFB
27.05.2020*
Bidding Document Sale Date & Time
From 29.05.2020* to 05.06.2020* up
to 1730 Hrs. (IST)
INVITATION FOR BIDS
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM,
VINDHYACHAL & KAWAS
BIDDING DOCUMNET NO.:CS-0011-820(2)-9
INTEGRATED SMART TOWNSHIP SYSTEM
PHASE-II
SECTION - I (IFB)
PAGE 3 OF 6
Pre-Bid Conference and Last Date for
receipt of queries from bidders (if any)
11.06.2020*
Bid Receipt Date & Time
up to 26.06.2020* by 1500 Hrs. (IST)
Bid Opening Date & Time for Techno-
Commercial Bid
26.06.2020* at 1530 Hrs. (IST)
Price Bid Opening Date & Time Shall be intimated separately by NTPC.
Cost of Bidding Document
INR 22,500/- (Rupees Twenty Two
Thousand Five Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,00,00,000/-
(Indian
Rupees Two Crore 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:
Bidder should have supplied, installed & commissioned “Integrated 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, Defence, Sea port, Airport or in Smart City (or City Surveillance or Safe City)
project.
Notes for clause 6.1.0 Technical Criterion:
The Integrated Security 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.
INVITATION FOR BIDS
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM,
VINDHYACHAL & KAWAS
BIDDING DOCUMNET NO.:CS-0011-820(2)-9
INTEGRATED SMART TOWNSHIP SYSTEM
PHASE-II
SECTION - I (IFB)
PAGE 4 OF 6
6.2.0 Financial criteria :
6.2.1 The average annual turnover of the bidder in the preceding three financial years as on
the date of opening of bid should not be less than Rs.79.0 Crores/- (Rupees Seventy
Nine Crores).
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.
6.2.2 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.
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.
6.2.3 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
INVITATION FOR BIDS
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM,
VINDHYACHAL & KAWAS
BIDDING DOCUMNET NO.:CS-0011-820(2)-9
INTEGRATED SMART TOWNSHIP SYSTEM
PHASE-II
SECTION - I (IFB)
PAGE 5 OF 6
from a practicing Chartered 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 :
a) While computing the turnover other income shall not be considered.
b) 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
c) In case where audited results for the last preceding financial year are not
available certification of financial statements from a practicing Chartered
Accountant shall be considered acceptable.
7.0 Bidders are required to quote the price in Price Bid for the commercial, contractual
and technical obligations outlined in the bidding documents separately for each of
the eight projects Bids.
7.1 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
No Queries from Bidders, whatsoever, shall be entertained by the Employer
beyond the
last date of receipt of Queries/ Pre-Bid Conference (if applicable) as
specified above.
9.0 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.
10.0 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
INVITATION FOR BIDS
MAUDA, KUDGI, LARA, GADARWARA, DADRI, KOLDAM,
VINDHYACHAL & KAWAS
BIDDING DOCUMNET NO.:CS-0011-820(2)-9
INTEGRATED SMART TOWNSHIP SYSTEM
PHASE-II
SECTION - I (IFB)
PAGE 6 OF 6
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.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 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.
Tender Fee and Bid Security shall not be waived off in any case. Further, MSE
benefits shall not be applicable for subject package.
13.0 Address for communication:
DGM (Contract Services) / Manager (Contract Services),
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. +91-120-4948616/4946641
e-mail: arvindkumar01@ntpc.co.in / kumaribabita@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com 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. Website: www.ntpc.co.in