1
NTPC Limited
(A Government of India Enterprise)
SR SSC, Simhadri, PO-NTPC Simhadri,
Visakhapatnam, Andhra Pradesh
NOTICE INVITING TENDER (NIT)
(Domestic Competitive Bidding through GeM)
Tender Ref No: NTPC/SSC-SR-Simahdri/GEM/2020/B/930995 Date: 31.12.2020
1.0 NTPC Limited invites online bids on Single Stage Two Envelope bidding basis (Through Government
e-Marketplace https://gem.gov.in/) from eligible bidders for Supply of 224 No. IP Cameras for
CCTV System for Simhadri as per the scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Supply of 224 No. IP Cameras for CCTV System for Simhadri
3.0 Detailed specifications, scope of work and terms & conditions are given in the bidding documents
and can be viewed in Govt e Martket place (GeM) Portal https://gem.gov.in/
4.0 Brief Details:
GeM Bid No.
GEM/2020/B/930995
dated: 31.12.2020
Source of IFB/ NIT
SR SSC (C&M), Simhadri
Contract Classification (Supply/ Contract)
Supply of 224 No. IP Cameras for CCTV
System for Simhadri
Last Date and Time for Bid Submission
15.01.2021 till 16:00 Hrs.
Price Bid Opening Date & Time
To be intimated through GeM portal
only.
EMD/ Bid Security in INR
Rs 1,68,134/- (Rupees One Lakh Sixty
Eight Thousand One Hundred and
Thirty Four Only)
Pre-Bid Conference date & Time (if any)
Nil
Reverse Auction
Not Applicable.
As per provisions of bidding documents, the bidders shall submit “Techno-Commercial Proposal”
and Price Proposal” online (at Government e-Marketplace https://gem.gov.in/), within the bid
submission date and time as mentioned above. Only Techno-Commercial proposals will be opened on
the date and time mentioned on GeM portal.
5.0 The date of opening of Price Proposal shall be intimated through GeM portal only after completion
of evaluation of Techno-Commercial Proposal.
2
6.0 Qualifying Requirements:
1.0 Technical Criteria:
1.1 The bidder should be either a Manufacturer of CCTV Cameras, having their after sale service
facilities in India. or should be an authorized agent/ representative/ dealer of such manufacturer.
1.2. The bidder should have “ Supplied CCTV Cameras” during last seven (7) years; reckoned as on
the date of techno-commercial bid opening with the Order values as below:
a) Single order with executed value not less than Rs. 60.93 Lakhs.
OR
b) Two orders with executed value not less than Rs. 38.08 Lakhs each.
OR
c) Three orders with executed value not less than Rs. 30.46 Lakhs each.
2.0 Financial Criteria:
2.1 The average annual turnover of the bidder, in the preceding three (03) financial years, reckoned as
on the date of techno-commercial bid opening shall not be less than Rs 76.16 Lakhs (Rupees Seventy Six
Lakhs and Sixteen thousand only)
3.0 Notes:
a. In case 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. For the purpose of arriving at the supplied value of work specified above at 1.2, basic amount only shall be
considered. In case of a contract inclusive of Taxes, agency has to provide the break-up of basic value and tax.
c. Other income shall not be considered for arriving at annual turnover.
d. The value of the work/supply completed in the preceding seven (07) years, reckoned as on date of techno-
commercial bid opening, even if it has been started earlier, will only be considered for establishing the
qualifying requirements.
e. The word “executed” above at 1.2 means; bidder should have achieved the criteria specified in above QR even if
the total contract is not completed / closed.
f. In case the bidder is authorized agent/ representative/ dealer of such manufacturer then they
should submit tender specific valid authorization from their principals/ manufacturers and in such
case the bidder can furnish their own document or document of principal/manufacturer as
documentary proof for qualifying requirement.
g. The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and
2.0 above.
3
h. ATC corrigendum points:
1. Bids validity to be given for 120 days from date of techno commercial bids opening on GeM
portal.
2. All the document copies towards qualification with respect to below QR criteria to be
submitted along with online bid without fail
3. Payment term:- 90% after receipt of material and acceptance within 10 days from date of
CRAC and balance 10% payment after receipt and confirmation of PBG.
4. Minimum local content specified for Class I local bidder is 40% & above and Class II local
bidder is 20% & above but less than 40%. Declaration to be submitted in this regard by
bidders along with their online bid as per format available on Department of
Telecommunications, Ministry of Communications DoT PMA/PMI Policy dtd 29.08.2018.
5. Class I and Class II local bidders are eligible to participate in present tender. Order
preference shall be given for Class I bidder for 100% qty as per the instruction mentioned on
the GeM Tender.
7.0. Bidders are requested to submit the bid after publication GeM ATC corrigendum points for General
and QR only on GeM portal. Bidders also requested to check any corrigendum issued against subject
GeM tender till bid submission end date and opening.
8.0 Notwithstanding anything stated above, the Employer reserves the right to undertake a
physical assessment of the capacity and capabilities including financial capacity and capability of
the Bidder / his Collaborator(s) / Associate(s) / Subsidiary(ies) / Group Company(ies) to perform
the Contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
The physical assessment shall include but not be limited to the assessment of the office/
facilities/banker’s/reference works by the Employer. A negative determination of such assessment of
capacity and capabilities may result in the rejection of the Bid.
The above right to undertake the physical assessment shall be applicable for the qualifying
requirements stipulated above.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package
without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any
claim arising out of such action.
10.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
11.0 Participation in the tender does not automatically mean that the bidders are considered
qualified. NTPC shall evaluate the qualifying requirements of each bidder as per NIT after opening
of Technical Commercial bids and the bids of the bidder who is not meeting the qualifying
requirement shall be treated as non-responsive.
12.0 Address for Communication:
4
AGM(C&M),
SR SSC (Simhadri), Saavyas Buidling,
NTPC Limited., Simhadri Super Thermal Power Station,
Via Parawada, P.O. NTPC Simhadri,
Visakhapatnam, A.P. - 531020. E mail: gvbrao@ntpc.co.in /
tvvsubrahmanyam@ntpc.co.in
13.0 Continued on next page EFT form for submission by bidders for online payment / to return EMD
amount as applicable. New bidders who are not registered with NTPC Limited are requested to submit
their firm EFT details strictly as per format along with a copy of cancelled cheque with their online
bid. Existing bidders with NTPC Limited receiving EFT payments not required to submit the same again.
5
E.F.T. Form ANNEXURE 1
To,
SR. MANAGER(PURCHASE)
NTPC LIMITED, SR SSC Simhadri
P.O. NTPC Simhadri, Visakhapatnam, A.P. - 531020.
We, hereby authorise NTPC Ltd., Scope Complex, Lodi Road, New Delhi to make all our payments through Electronic
Fund Transfer System. The details for facilitating the payments are given below:
1. NAME OF THE BENEFICIARY
2. ADDRESS
PIN CODE
3. TELEPHONE NO. (WITH STD CODE)
4. BANK PARTICULARS: A. BANK NAME
B. BRANCH ADDRESS
PIN CODE
C. 9 DIGIT MICR CODE OF THE BANK BRANCH
D. 11 DIGIT IFSC CODE OF BENEFICIARY BRANCH
E. BANK ACCOUNT NUMBER ( MENTIONE TYPE OF ACCOUNT CA/SA/…. )
5. PERMANENT ACCOUNT NUMBER ( PAN )
6. E-MAIL Address for intimation regarding release of payments
I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is
not effected at all for reasons of incomplete or incorrect information, I / We would not hold the Company responsible.
(SIGNATURE OF AUTHORISED SIGNATORY)
--------------------------------------------------------------------------------------------------------------------------------------------------------------
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds a bank account no. ……………………………………………….. with our
branch and the Bank particulars mentioned above are correct.
SIGNATURE
DATE
(AUTHORISED SIGNATORY)
Authorization No.………….
OFFICIAL STAMP
Note: Please Email the scan copy of Filled in form , PAN card and cancel cheque to gvbrao@ntpc.co.in for advance
action AND FORWARD Filled EFT form verified by Banker and to be submitted with hard copy of a Cancelled cheque,
Photo copy of PAN card.