NTPC Limited

PAKRI BARWADIH

(A Govt. of India Enterprise)

PAKRI BARWADIH COAL MINING PROJECT

Ujjwal Complex, Pugmil Road

Dist. Hazaribag, Jharkhand-825301

Phone No- 06546-270808/267808

Fax No- 06546-270808

Email: akmohanty02@ntpc.co.in /chandrashekhar51@ntpc.co.in / rabitudu@ntpc.co.in

Ref: No.: 1040/C&M/PB/HR/14-15/40031568

Date: 31.12.2014

(DOMESTIC COMPETITIVE BIDDING)

NTPC Limited invites online bids from eligible bidders for the following work:

NIT Subject

Running & Maintenance contract for NTPC

 

guest house at Ranchi & Hazaribag

NIT No.

40031568

 

 

Estimated Cost (INR)

34,91,594.07

 

 

Completion Period

Two Years(24 months)

 

 

Earnest Money Deposit (INR)

70,000.00

 

 

Cost of Tender Documents (INR)

1,026.00

 

 

Bid Document Sale Start Date

06.01.2015

 

 

Bid Document Sale Close Date

28.01.2015

 

 

Last Date & Time for Receipt of Bids

14.02.2015 & 15:00:00 Hrs

 

 

Technical Bid Opening Date & Time

14.02.2015 & 15:30:00 Hrs

 

 

Price Bid Opening Date & Time

Shall be intimated separately by NTPC

 

 

QUALIFYING REQUIREMENTS for Running & Maintenance contract for NTPC guest house at Ranchi & Hazaribag.”

PRE-QUALIFYING REQUIREMENTS:

1) GENERAL REQUIREMENT:

1.1The bidder may be a proprietary firm, Partnership firm, Limited Company, Registered Cooperative society, corporate body legally constituted possessing the required licenses, registrations etc as per law valid at least for 12 months from the date of the opening of tender.

1.2The bidder must have experience of Running, Maintenance and catering services of Guest Houses/Transit Camp/Management Training Institute of Central Govt

Deptts/PSUs/Large Organization of repute/2 Star(or above star) hotels for last 03 years ending 31st March 2014.

1.3Average annual financial turnover during the last 3 years, ending 31st march of the previous financial year, should be at least Rs.12, 05, 878.00

AND

1.4Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which application are invited should be either of the following:

a)Three similar completed works, each costing not less than the amount equal to Rs.16, 07, 838.00 or

b)Two similar works, each costing not less than the amount equal to Rs.20, 09, 797.00 or

c) One similar completed work costing not less than the amount equal to Rs.32, 15, 675.00

“Similar Completed Works” means ”Running, Maintenance and catering services of Guest House/Transit Camp/Training Institute of Central Govt. depts./PSUs/Large Organization of repute/2 Star(or above star)Hotels having minimum 10 nos. of rooms during the last seven years.”

Note:

Further, for completed similar works, agency shall submit copies of work-order along with successful completion certificate,(TDS if applicable) as a documentary proof, otherwise bid may be summarily rejected.

The completed cost of the work may be updated @ 8% compounded for each completed year ending March 31.

Bidders should attach self attested certificates along with tender on the date of the submission for assessing pre-qualification.

The bidder should submit documentary proof related to minimum requirements as stated above in separate envelop along with the bid.

It may also be noted that lowest bidder has to produce original certificated for verification before award of the work.

1.5Bidder shall provided documentary evidence of Service Tax, VAT registration, PF registration ,ESIC registration (wherever applicable) and power of attorney at the time of bidding. Necessary registration with local bodies under Shops & Establishment Act or other applicable acts of State/Central Govt. authorities for providing Catering/Guest house related activities, if applicable, shall be obtained by the agency before commencement of work and submitted to EIC for verification.

1.6Bidders shall provide such evidence of their continued eligibility, satisfactory to the Company, as the Company shall reasonably demand any time within the currency of the contract.

1.7The bidder shall submit attested copies of original documents defining the constitution or legal status, place of registration and principal place of business, written power of attorney of the signatory of the bid to commit the Bidder along with the bid.

2.CONTRACT ELIGIBILITY CRITERIA:

Further, the contract eligibility includes the following:

2.1Experiences on similar completed works executed during the last seven years and details like monetary value, clients, proof of successful completion.

2.2Documentary evidence of adequate financial standing, certified by Bankers, Audited Profit & Loss A/c and Balance Sheet, annual turnover in last three years, access to adequate working capital. In case where audited result of last (preceding) financial year is not available, certificate of financial statement from a Chartered Accountant shall also be considered acceptable.

2.3On the Guest House contract works of NPTC, the agency shall deploy its own regular employees and no subcontracting, in any form is allowed. Key personnel available and proposed to be engaged for management and supervision of the Guest House/Transit Camp, their qualifications and experience-valid certificates by a recognized University, Technical board or Ministry of Government of India would only be taken cognizance of.

2.4The minimum qualification and experience* of the personnel proposed to be engaged may be as under-

Manager-

Diploma in Hospitality Management or Hotel Management with minimum 03 years of experience

Or

Graduate with minimum 07 years of experience.

Or

12th pass with minimum 10 years of experience.

Supervision-

Graduate and minimum 02 years of experience. Or

12th pass and minimum 05 years of experience.

Cook-

8th pass and minimum 05 years experience

Bearer-

8th pass and minimum 02 years of experience.

Sweeper/Cleaner/Housekeeping staff-

Literate (at least should be able to speak and read local languages)

*Experience should be in Guest House/Transit Camp/Management Training Institute of Central Govt. depts./PSUs/Large Organizations of repute/2 star (or above star) Hotels.

Further, the character and antecedent report of the personnel proposed to be engaged should be clean. It shall be the responsibility of the agency to submit to NTPC, such verification report in respect of the staff proposed to be engaged from a statutory authority before deployment of the person on the work.

2.5Information regarding projects in hand, current litigation, orders regarding exclusion/expulsion or black listing if any

SAILENT TECHNICAL FEATURES:

Salient Technical features of the services covered in NIT No.40031568 are mentioned below. These salient technical features are mentioned only to facilitate the prospective bidders to prima facie understand the requirements under and shall not in any way limit or alter the scope of work and services covered in the Bidding Documents. Detailed provisions in regard of scope of work and technical features/specification of services, contained in the Bidding Documents shall be final and binding.

The Guest House at Ranchi consists of 4 AC Rooms, 02 office Rooms, 01 Kitchen, 1 Dining Hall,1 Verandah, 1 Conference Hall, 1 Balcony and other common areas having approx. 4160 sqft area situated at Vishnu Villa, Kilburn Colony, Hinoo, Ranchi.

The Guest House at Hazaribag consists of 06 AC Rooms, 01 Store Room, 01 staff room, 02 Hall and open corridor/space, total built up area approx. 4825 Sqft situated at Zulu Park, Hazaribag.

The scope includes the following Activities:-

Provision of Caretaking of above Guest Houses including reception, facilitating accommodation and allied services for comfortable stay of employees/guests of NTPC Limited and catering are the main activities of this contract. The job includes briefly following activities:

1.Reception Services: Manage the Reception counter by a professional and experienced person to attend the guest(s) and attend the telephone calls / enquiries with decent and hospitable manner etc.

2.Maintenance /Operation: Regular maintenance and cleaning of area are under the scope of this contract by using proper tools, tackles & equipments and catering are the parts of this contract and other related works.

3.Readiness of room for guests: The agency shall be responsible to keep room/s ready in all respect within 01 hr. of the vacation of the room/s by the guest/s and other related works.

4.Special Events Arrangements: There may be special arrangements organized besides regular activities in which the agency may be asked to provide the services.

5.Catering Services: It is prime responsibility of the Service Provider to provide excellent catering services as per the details provided.

6.Cleaning Services: Cleaning of kitchen, Guest House rooms and all the toilets at Guest House/ Transit Camp, washbasins in Dining hall, store and equipments used by agency will be the responsibility of the agency. The following jobs are to be carried out under Cleaning Service:

i.Daily Cleaning

ii.Weekly Cleaning

iii.Monthly Cleaning

7.Washing/dry cleaning of linen

The agency shall be responsible for washing/dry cleaning of linen including curtains/blankets and other related items

8.Provision of toiletries:

The agency will provide toiletries as per standard check list at its own cost.

GENERAL CONDITIONS:

1.0Tender documents shall be issued to intending bidders on request. However such issue of tender documents shall not construe that the bidders are considered qualified. Pre qualification will be reviewed at the time of bid evaluation.

2.0Work Order / Award letter / Purchase Order with Value along with relevant proof of execution /

Completion Certificate, Scope of Work and Bill of Quantity are to be submitted along with Technical Bid in support of meeting the qualifying requirement.

I.Balance sheet, Profit and Loss account for previous 03 financial years.

II.Necessary documents in support of other QR Criteria.

3.0Tender documents are available on NTPC e-Tender site. Bidders are required to have a User ID and password for accessing NTPC e-Tender site (vendor may change the password subsequently). To obtain the User ID & password, the bidders are supposed to have a SRM vendor code allotted by NTPC. Any prospective bidder who is not a service provider of NTPC and interested in participating in e-Tenders in NTPC may submit completely filled-in Form A along with following

documents to the Package- in-charge/Contact person as mentioned in the Bid Invitation:

i.copy of PAN card,

ii.Vendor details and EFT form completely filled in as per the format enclosed

iii.A cancelled cheque.

Subsequently, after creation of SRM vendor code, the agency will be intimated its User ID & password over through the e-mail as provided. Moreover, any prospective bidder who is already a service provider of NTPC but does not have SRM vendor code and interested in participating in e-Tenders of NTPC are required to submit Form B to the Package- in-charge/Contact person as mentioned in the Bid Invitation.

4.0 To obtain the tender documents, tender fee(i.e. cost of bid document) can be paid through online payment gateway or through DEMAND DRAFT/PAY ORDER/BANKER’S CHEQUE drawn in favour of “NTPC Ltd.” payable at STATE BANK OF INDIA, HAZARIBAG (Br. Code No. 00090) or any other Public Sector Banks at Hazaribag. The tender fee in the form of demand draft/pay order/banker’s cheque (as the case may be) shall be accompanying other documents as mentioned at cl. 3.0 above if the prospective bidder has to obtain the necessary SRM vendor code.

5.0 Eligible Micro and Small Enterprises (MSEs) registered with National Small Scale industries Corporation. (NSSIC) or Units registered With JHARKHAND SSIDC are exempted from payment towards cost of bidding documents and EMD subject to their producing valid documentary evidence with regard to eligibility.

6.0Tender shall be received up to 3.00 PM and opened at 3.30 PM on Scheduled Bid Opening Date in the presence of bidders or their representatives, who may like to be present. NTPC

takes no responsibility for delay, loss or non-receipt of documents sent by post/courier.

7.0Original Earnest Money Deposit(Bid Security) along with Letter of Undertaking in line with proforma enclosed in Bidding Documents shall be submitted separately off-line in a sealed envelope which will be superscripted on top as under:

“Earnest Money Deposit” and “Letter of Undertaking” for___________ (Name of Package)

for_______(Name of Project) NIT No: ________________ BOD due on : ________________

From : ________________(Name of company) before techno-commercial bid submission date at the address given below. However, the said envelope should reach NTPC office at least 4 hours prior to the deadline for techno-commercial bid submission date and time i.e. by 11:00 hrs on scheduled BOD. IN CASE OF NON-RECEIPT OF AN ACCEPTABLE BID

SECURITY (EMD) IN A SEALED ENVELOPE AS ABOVE, THE BID SHALL BE REJECTED BY

THE EMPLOYER AS BEING NON-RESPONSIVE.

8.0 The bidder along with its associate / collaborators / sub-contractors / sub-vendors / consultants / service providers shall strictly adhere to the Fraud Prevention Policy of NTPC displayed on its tender website htpp://www.ntpctender.com and shall immediately apprise the Employer about any fraud or suspected fraud as soon as it comes to their notice. A certificate to this effect shall be furnished by the bidder along with his bid. If in terms of above policy it is established that the bidder / his representatives have committed any fraud while competing for this contract then the bid security of the bidder shall be forfeited.

9.0NTPC reserves the right to reject or accept or split any or all offers without assigning any reason whatsoever.

10.0 First time users who have not been allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close Date as explained in the tender documents.

11.0 Any request/communication shall be made to Addl. General Manager (C&M) at the address given as under.

ADDRESS FOR COMMUNICATION

Addl. General Manager (C&M) NTPC Limited.

PAKRI BARWADIH COAL MINING PROJECT, UJJWAL COMPLEX, PUGMIL ROAD, HAZARIBAG – 825 301, (JHARKHAND) PHONE: 06546 – 270808/267808

FAX: 06546 – 270744 / 270808,

Email: akmohanty02@ntpc.co.in /chandrashekhar51@ntpc.co.in/ rabitudu@ntpc.co.in

Request for Login ID on NTPC e-Tender.

If you are interested in participating in e-Tenders in NTPC, please fill in the following.

Form A

New Vendor (prospective)

Name: ___________________________________________________

Address: ___________________________________________________

___________________________________________________

___________________________________________________

State:

_________________

City: _______________________

Country:

______________

 

Pin:

_________________

 

Telephone NO: _______________

Extn: ________

Fax Number:

_______________

 

Email ID:

___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: ____________________________________________

_____________________________________________

PAN number: ___________________________________________________

CST number: ____________________________________________________

Excise Regn Number: _____________________________________________

SSI Number: ____________________________________________________

Contact Person’s Name: ___________________________________________

Designation: _____________________________________________

Mob _______________________________________________

Bid Invitation number interested in: _________

DD details as tender fee: Issuing Bank: _______________________________

No: _____________ Date of Issue: __________

Amount: _________ DD Valid till:__________

Form B

For Existing Venders:

Existing Vender Code with NTPC: ________________

Phone Number: ____________________ Extn: _________________

Email ID: _______________________________________________________

Contact Person’s Name: ____________________________________________

Designation: _______________________________________________

Mob No_________________________________________________________

Address and other detail (Only in case of change)

Name: ___________________________________________________

Address:

___________________________________________________

 

___________________________________________________

 

___________________________________________________

State:

_________________

City: _______________________

Country:

______________

 

Pin:

_________________

 

Telephone NO: _______________

Extn: ________

Fax Number:

_______________

 

Email ID:

___________________________________________________

Your Company’s Bank Name _______________________________________

Account Number: ____________________________________

Branch: _____________________________________________

Address: ____________________________________________

_____________________________________________

FORMAT FOR VENDOR DETAILS

NAME OF THE VENDOR

POSTAL ADDRESS IN FULL

PIN CODE

TELEPHONE NUMBERS

FAX NUMBERS

E-MAIL ID

CONTACT PERSONS

WHETHER SSI (Yes / No)

If Yes Please give SSI Registration Number, Certificate No. and

Certificate Date (Attach copy of Certificate)

Whether Registered Under Micro, Small and Medium

Enterprises Development Act 2006

Service Tax

Please give Service Tax Registration Number, Certificate No. and Certificate

Date (Attach copy of Certificate / Application for registration)

P.F. CODE

Please give PF Registration Number / Certificate No. and Certificate

Date (Attach copy of Certificate / Application for registration)

NATURE OF SUPPLIER / BUSINESS

Specify Manufacturer / Dealer etc.

Specify the Nature of Firm, whether -

Company

Sole Proprietorship

Partnership Firm (If Yes Please Provide the Copy of the Partnership deed)

Other – Co-Operative Society, Individual, HUF, Association of

CENTRAL EXCISE REGISTRATION DETAILS

Excise Control Code (ECC No.)

Excise Registration Number

FOR SALES TAX / VAT REGISTRATION

Local Sales Tax / TIN No. & Date

Central Sales Tax / TIN No. & Date

INCOME TAX DETAILS

PAN Number

(Please Attach Photocopy of PAN Card)

BANK ACCOUNT DETAILS

Vendor’s Banker

Banker’s Full Address

Banker’s Branch Name

Vendor’s Bank Account Number

(Signature) :

Name :

E.F.T. Form

(TO BE RETURNED TO THE COMPANY)

To,

NTPC Ltd., (Address of Unit)

………………..

Dear Sir,

REF: AUTHORISATION OF ALL OUR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM

We, hereby authorize NTPC Ltd., PBCMP, Hazaribag to make all our payments through Electronic Fund Transfer System. The details for facilitating the payments are given below.

(TO BE FILLED IN CAPITAL LETTERS)

1.NAME OF THE BENEFICIARY

2.ADDRESS

PIN

3.TELEPHONE NO. (WITH STD CODE)

4.BANK PARTICULARS

A)BANK NAME

B)BANK TELEPHONE NO. (WITH STD CODE)

C)BRANCH ADDRESS

PIN

D)BANK FAX NO. (WITH STD CODE)

E)BRANCH CODE

F)9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)

G)11 DIGIT IFSC CODE OF THE BANK BRANCH

H)BANK ACCOUNT NUMBER

I)BANK ACCOUNT TYPE (TICK ONE)

SAVING

CURRENT

LOAN

CASH CREDIT

OTHERS

IF OTHERS,

SPECIFY

 

 

 

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

DATE

(AUTHORISED SIGNATORY)

Name:

OFFICIAL STAMP:

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.: ……………………………….

Name: