INVITATION FOR BIDS
INTEGRATED SECURITY SYSTEM PACKAGE
FOR
NTPC BONGAIGAON, GADARWARA, KHARGONE, MOUDA & SOLAPUR
BIDDING DOCUMENT NO.
CS-0011-412 (2A)-9
SECTION - I (IFB)
Page 1 of 5
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CO
RPORATE CONTRACTS, NOIDA
I
NVITATION FOR BIDS (IFB)
FOR
INTEGRATED SECURITY SYSTEM PACKAGE
FOR
NTPC BONGAIGAON, GADARWARA, KHARGONE, MOUDA & SOLAPUR
LOCATED IN
BONGAIGAON
PO Salakati,
Distt. - Kokrajhar, Assam
GADARWARA
Village-Chichli,
Thesil-Gadarwara,
Distt. -Narsinghpur, M.P.
KHARGONE
Village-Selda,
Post-Khedi Bujurg,
Distt. -Khargone, M.P.
MOUDA
Village-Lapka & Kumbhari,
Thesil-Mouda,
Distt. -Nagpur, Maharashtra
SOLAPUR
Antrolekar Nahgar-I, Hotgi Road,
Distt. -Solapur, Maharashtra
(Domestic Competitive Bidding)
IFB No.: 40088203
Date: 31.07.2020
B
idding Document No.: CS-0011-412 (2A)-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 Integrated Security System envisaged for the 5 projects shall consist of the following components:
a) Perimeter Intrusion Detection System (PIDS)PIDS to be installed on a boundary wall as fence
mounted as well as buried application & RADAR.
b) CCTV system: including Fixed Cameras, PTZ Cameras, Illuminator, CCTV Management Software,
Video Analytics Software, Drone etc.
c) Access Control System (ACS): Access Controllers, Access Control Software, Smart Card Readers,
Biometric Readers, Under Vehicle Scanning System (UVSS), ANPR, Physical Security devices e.g.
Boom Barriers, Turnstiles, Bollards etc., Visitor Management System, Long Range RFID system for
vehicular entry etc.
d) HMI hardware and software e.g. Servers, Workstations, Network devices e.g. Network switches,
Firewall, Data Storage, LED panels with suitable mounting arrangements / stand and other associated
accessories), Furniture for Security Operation Centre & Control room design.
e) Power Supply including UPS of suitable backup, Cables & Junction boxes.
f) Command & Control System in Local Security Operation Centre (LSOC) and its integration wit
h
C
entral Security Operation Centre (CSOC).
The S
cope of Work includes 3 years AMS period after completion of Defect Liability Period.
INVITATION FOR BIDS
INTEGRATED SECURITY SYSTEM PACKAGE
FOR
NTPC BONGAIGAON, GADARWARA, KHARGONE, MOUDA & SOLAPUR
BIDDING DOCUMENT NO.
CS-0011-412 (2A)-9
SECTION - I (IFB)
Page 2 of 5
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings / Own
sources.
4.0 D
etailed 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:
Is
suance of IFB
31.07.2020
Bidding Document Sale Date & Time
From 31.07.2020 to 11.08.2020 up to 1730 Hrs. (IST)
Pre-Bid Conference and Last Date for
receipt of queries from bidders (if any)*
18.08.2020
Bid Receipt Date & Time
Up to 09.09.2020 by 1445 Hrs. (IST)
Bid Opening Date & Time for Techno-
Commercial Bid
09.09.2020 at 1500 Hrs. (IST)
Price Bid Opening Date & Time Shall be intimated separately by NTPC.
Cost of Bidding Document INR 22,250/- (Indian Rupees Twenty Two Thousand
Two Hundred Fifty only)
* No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the last
date of receipt of Queries as specified above.
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 Q
UALIFYING REQUIREMENTS FOR BIDDERS
In addi
tion 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:
Bi
dder 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.
Not
es for clause 6.1.0 Technical Criterion:
The In
tegrated Security system in the reference site must be an Integrated solution comprising
of any Three (3) the following sub-systems as a minimum:
i. Com
mand & 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
INTEGRATED SECURITY SYSTEM PACKAGE
FOR
NTPC BONGAIGAON, GADARWARA, KHARGONE, MOUDA & SOLAPUR
BIDDING DOCUMENT NO.
CS-0011-412 (2A)-9
SECTION - I (IFB)
Page 3 of 5
6.2.0 Financial criteria:
6.2.1 The average annual turnover of the bidder, in the preceding three (3) financial years as on the
date of opening of bid, should not be less than 120 Crores (Indian Rupees One Twenty 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 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:
(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 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.
INVITATION FOR BIDS
INTEGRATED SECURITY SYSTEM PACKAGE
FOR
NTPC BONGAIGAON, GADARWARA, KHARGONE, MOUDA & SOLAPUR
BIDDING DOCUMENT NO.
CS-0011-412 (2A)-9
SECTION - I (IFB)
Page 4 of 5
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 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 form
enclosed at Annexure-I with supporting documents 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, Deed of Joint Undertaking / Joint Venture / Consortium Agreement / Integrity Pact (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:
DGM (CS) / AGM (CS)
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. +91-120-4948676/ 4946671
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
INVITATION FOR BIDS
INTEGRATED SECURITY SYSTEM PACKAGE
FOR
NTPC BONGAIGAON, GADARWARA, KHARGONE, MOUDA & SOLAPUR
BIDDING DOCUMENT NO.
CS-0011-412 (2A)-9
SECTION - I (IFB)
Page 5 of 5
13.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in
ANNEXURE NO. 1
Request for Login ID on NTPC e-Tender
If you are not a supplier of NTPC and interested in participating in E-tenders
in NTPC, please fill in the following:
Name
Address
City
State
Country
PIN
Telephone No. with
Extension
Fax No.
Email ID
Your Company’s Bank
Name
Account No.
Branch
Address
PAN NO.
GSTN NO.
Registered Address
Contact Person’s Name
Designation
Email ID
Mob. No.
Bid Invitation No.
interested in
DD details as tender fee
Issuing Bank
DD No.
Date of Issue
Amount
Valid till
Note:
1.Please download, print and submit dully filled form along with supporting
documents (copy of PAN, GSTN, EFT form/ Cancelled Cheque) to the
package in-charge/ Contact person as mentioned in the Bid Invitation along
with DD of required amount.
2.DD should be in favour of “NTPC Limited” and should be payable at the
ordering location mentioned in the Bid Invitation.