NTPC Limited

(A Govt of India Enterprise)

Talcher Super Thermal Power Station

Notice Inviting Tender

For

The Job of “Job Contract for Catering and Housekeeping work of Gangotri Guest House, NTPC, TSTPS”.

NIT No: 40031838

I. NTPC invites on-line (e-tender) bids from eligible bidders for aforesaid package, as per the scope of work briefly mentioned here in after.

II. Brief Details

Bid Invitation Number

40031838

Name of the Job

Job Contract for Catering and Housekeeping work of Gangotri Guest House, NTPC, TSTPS.

Estimated Cost in INR

26.15 Lakhs

Document sale Commencement Date

16.01.2015

Document sale Close Date

30.01.2015

Source NIT

Talcher Super Thermal Power station

Contract Classification

Services

Last Date for Bid Submission

13.02.2015

Bid Opening Date (Technical)

13.02.2015

Price Bid Opening Date & Time

Shall be communicated to the qualified bidders separately

Cost of bid document in INR

1125/-

EMD in INR

63,000/-

III. Initial Steps for participation in our e-tender is as per the table mentioned below

Type of Vendor

Required Document for viewing our tender document

Vendors already having SRM login id and Password

1) Before download/viewing our tender document, party has to pay requisite tender fee either through payment gate way by clicking on “pay tender fee” after login in our SRM site or send Crossed Demand Draft/Pay Order/Bankers Cheque in favour of NTPC Limited payable at SBI, Telesingha (code-6257) or UCO Bank Kaniha (code-0909) or UCO Bank Deepshikha (code-1889) of requisite amount directly to us, which should reach us at least one working day prior to Last Date of document sale period.

Vendors already having SAP vendor code, but does not have SRM login id and Password

1. Duly Filled Annexure-1 (format given below) should reach us at least four working days prior to Last Date of document sale period.

2. Before download/viewing our tender document, party has to pay requisite tender fee either through payment gate way by clicking on “pay tender fee” after login in our SRM site or send Crossed Demand Draft/Pay Order/Bankers Cheque in favour of NTPC Limited payable at SBI, Telesingha (code-6257) or UCO Bank Kaniha (code-0909) or UCO Bank Deepshikha (code-1889) of requisite amount directly to us, which should reach us at least four working days prior to Last Date of document sale period with Duly Filled Annexure-1.


New Vendor neither having any vendor code in SAP nor any SRM login id and Password

1. Duly Filled Annexure-2 (format given below) and scanned/ photo copy of PAN card (self Attested) along with the detailed address and EFT form (Annexure-2A) with certification from the banker should reach us at least seven working days prior to Last Date of document sale period.

2. Before download/viewing our tender document, party has to pay requisite tender fee either through payment gate way by clicking on “pay tender fee” after login in our SRM site or send Crossed Demand Draft/Pay Order/Bankers Cheque in favour of NTPC Limited payable at SBI, Telesingha (code-6257) or UCO Bank Kaniha (code-0909) or UCO Bank Deepsikha (code-1889) of requisite amount directly to us, which should reach us at least seven working days prior to Last Date of document sale period with Duly Filled Annexure-2.

Note:

· The agency can login e-tender site (SRM login site) for participation in our tendering after complying to above. The agency can reach our e-tender site SRM login site directly through below mentioned address.

https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart

They can also access our e-tender site (SRM login site) through www.ntpctender.com and clicking on Login (e-Tender).

· Small Scale Industries registered with NSIC/OSIDC shall be exempted from payment of cost of tender document. This shall be subject to submission of a self certified legible copy of valid registration certificate giving details, such as ‘items / services for which registered, validity, monetary limits etc’.

· NTPC takes no responsibility for any loss/delay/non-receipt of applications/ documents/ EMD sent by post.

· Dealing executive details :

Renu Raj, Dy.Manager(CS) (Or) Sreekumar V, AGM(CS)

Ph No – 06760 247261 Ph.No-06760 247253

renuraj@ntpc.co.in sreekumarv@ntpc.co.in

IV. Earnest money deposit (EMD):

A. Bid Security/EMD and LOU shall be submitted in a sealed envelope, which should be superscribed Job Contract for Catering and Housekeeping work of Gangotri Guest House, NTPC, TSTPS”, NIT ref no.40031838 due on date: 13.02.2015 from ____________________________ (Name and Address of bidder).” , separately offline by the stipulated bid opening date and time at the address given below. Any bid without an acceptable Bid Security (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

B. The EMD offered shall, at bidders option, be in the form of (i) A Crossed Demand Draft/Pay Order/Bankers Cheque in favour of NTPC Limited payable at SBI, Telesingha (code-6257) or UCO Bank Kaniha (code-0909) or UCO Bank Deepshikha (code-1889). 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.

C. The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested.

D. ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND BID SHALL NOT BE OPENED.

E. Benefits to 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.

Further, in tender, participating MSEs quoting price within price band of L1 + 15 percent shall also be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation where L1 price is from someone other than a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 20 percent of total tendered value. In cases of more than one such MSE, the supply will be shared proportionately (to tendered quantity). However, for procurement of services or supplies where splitting of quantity is not possible, the award shall be given to L1 bidder only.

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 a 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.

V. SCOPE OF WORK

Job Contract for Catering and Housekeeping work of Gangotri Guest House, NTPC, TSTPS.

SALIENT TECHNICAL FEATURES:

Salient technical features of the equipment/ systems/ services covered in above NIT are mentioned in Annexure-A (attached herewith). These salient technical features as mentioned in Annexure-A is only to facilitate the prospective bidders to prima-facie understand the requirements under the tender and shall not in any way limit or alter the scope of work and technical features/ specification of equipment/ systems/ services covered in the bidding documents. Detailed provisions with regard to scope of work and technical features/ specification of equipment/ systems/ services, contained in the bidding document shall be final and binding.

VI. GENERAL REQUIREMENTS

1.1

The bidder may be 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.

1.2

The Bidder must have experience of Running, Maintenance and catering Services of Guest House/ Transit Camp/ Management Training, Institute of Central Govt. Dept/ PSUs/ Large Organizations of repute/ 2 Star (or above star) Hotels for last 3 financial years.

1.3

Average Annual Financial Turnover of the bidder during the last 3 financial years, as on the date of bid opening, should not be less than Rs.9.43 lakhs.

1.4

The bidder must have similar completed works during the last seven (7) years as on the date of bid opening as below :

(a)

At least three works, each of value not less than Rs.12.58 Lakhs.

OR

(b)

At least two works, each of value not less than Rs.15.73 Lakhs.

OR

(c)

At least one work of value not less than Rs.25.16 Lakhs

Similar Completed Works means: “Running, Maintenance and catering, Services of Guest House/ Transit Camp/ Training Institute of Central Govt. Depts./ PSUs/ Large Organisation of repute / 2 Star (or above star) Hotels having minimum 8 no. of rooms during the last seven years”.

NOTE :

· Further, for completed similar works, agency shall submit copies of work order along with successful completion certificates, (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 March31.

· 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 envelope along with the bid.

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

1.5

Bidder shall provide 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.

1.6

Bidder 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.

1.7

The 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.

VII. GENERAL TERMS AND CONDITIONS

1. DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID:

Legible copies of the following documents duly signed by the authorised representative of the bidder are to be submitted in support of the qualifying requirement along with technical bid.

  1. Award letter / Work Order / Purchase Order with bill of quantities (ii) proof of value of work executed as mentioned at (B) below
  2. Documentary evidence issued by the employer as proof of value of work executed clearly indicating (i) the executed value of the work and (ii) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate / final deviation order / copies of measurement book (R/A bills). An employer means Government / Large Industrial Organisations / Public Sector Enterprises.
  3. Audited balance sheet and profit & loss account of preceding three (3) financial years as on date of bid opening (2011-2012, 2012-13 & 2013-14).
  4. Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of association etc with latest changes, if any.
  5. Copy of Power of Attorney of Authorized Signatory (if applicable)
  6. The bidder should have independent P.F. code number allotted by Regional Provident Fund Commissioner. Copy of PF code allotted by RPFC must be submitted with technical bid.
  7. Copy of Sales Tax registration/TIN, Service Tax registration & PAN.
  8. In addition to the above the bidders have to fill in the enclosed check list and submit along with the bid.

NTPC if so desire may verify the performance of the bidder from their respective clients.

2. Bids should be submitted by 3.30 pm on the scheduled date of opening (After 3.30PM system will not allow) of technical bid and shall be opened online at 4.00 pm, in presence of bidders or their authorised representative who wish to be present.

3. If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.

4. First EMD envelope shall be opened. Technical Bids of bidders who have submitted EMD in acceptable form to NTPC shall be opened online next. If the bidder qualifies as per the QR and terms and conditions of NIT, their price bid shall be opened on the scheduled date as notified in NIT or on the date to be intimated after evaluation of technical bids.

5. No deviation will be allowed on price basis, period of completion, deduction of security deposit and other statutory deductions. Bids with such deviation shall be considered as non-responsive.

6. NTPC takes no responsibility for any loss/ delay/ non-receipt of tenders sent by post. Offers received late/ incomplete are liable for rejection. Sealed bids must be sent at the ‘address for communication’ only.

7. Notwithstanding anything stated above, NTPC reserve the right to assess bidder’s capability and capacity to perform the contract, should the circumstance warrant such assessment in overall interest of the owner.

8. NTPC reserve the right to reject or accept any tender without assigning any reasons thereof.

9. Above details are only indicative. Other detailed terms and conditions shall be as per our tender documents. Interested bidders are advised to visit the site and familiarize themselves with the site conditions.

10. Parties blacklisted / banned by any NTPC Unit / Corporate Centre as well as other Public Sector / Government Agencies are NOT eligible to participate.

ADDRESS FOR COMMUNICATION:

THE ADDL.GENERAL MANAGER (CS)

NTPC LIMITED

TALCHER SUPER THERMAL POWER STATION,

P.O. : DEEPSHIKHA - 759 147,

DISTRICT : ANGUL,(ODISHA)

DIAL : 06760-247244

FAX : 06760-243912/243232

WEBSITE: ntpctender.com OR ntpc.co.in

OR

THE DGM (CS)

NTPC LIMITED

TALCHER SUPER THERMAL POWER STATION,

P.O. : DEEPSHIKHA - 759 147,

DISTRICT: ANGUL,(ORISSA)

DIAL : 06760-247243/244397

FAX : 06760-243232/243912

WEBSITE: ntpctender.com OR ntpc.co.in

Annexure No 1

Request for Login ID on NTPC e-Tender.

If you are already a supplier/contractor of NTPC, and interested in participating in e-tenders of NTPC, please fill in the following form.

Form B

For Existing Venders:

Existing Vender Code with NTPC: _______________

Phone Number: ____________________ Extn: _________________

Email ID:_______________________________________________________

Contact Person’s Name: ___________________________________________

Designation: _______________________________________________

Bid Invitation number interested in: _________

DD/BC/Pay Order details as tender fee: Issuing Bank: _____________________________

No: _____________ Date of Issue: __________

Amount: _________ DD/BC/Pay Order Valid till: __________

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: ____________________________________________

_____ ______________________________________

Note: Tender fee payment can be given through DD/BC/Pay Order or payment Gateway. In case the option of DD/BC/Pay Order is opted should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid invitation.

Request for Login may be sent through E-mail or manually sent to Package in charge / Contact person as mentioned in the Bid Invitation.

Annexure No 2

Request for Login ID on NTPC e-Tender.

If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill in the following.

Form A

New Vender (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: _____________________________________________

Bid Invitation number interested in: __________________

DD/BC/Pay Order details as tender fee: Issuing Bank: _____________________________

No: _____________ Date of Issue: __________

Amount: _________ DD Valid till:__________

Note: Please download, print and fill up this form. Submit it to the Package in charge/ Contact person as mentioned in the Bid Invitation along with the DD/BC/Pay Order of required amount.

DD/BC/Pay Order should be in favor of “NTPC Ltd” payable at the ordering location mentioned in the Bid Invitation.

The following documents to be submitted along with this annexure

1) Service Tax Registration Copy

2) PAN copy

3) Duly filled EFT form

4) A cancelled Banker Cheque

Request for Login may be sent to Package in charge / Contact person as mentioned in the Bid Invitation.


E.F.T. Form

(TO BE RETURNED TO THE COMPANY)

To,

Addl. General Manager (F & A),

Talcher Super Thermal Power Project,

NTPC Ltd., At/PO: Deepshikha,

Dist.: Angul, Orissa.

Dear Sir,

Ref.: AUTHORISATION OF ALL OUR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM.

We, hereby authorize NTPC Ltd., Talcher Super Thermal Power Project, At/PO: Deepshikha, Dist. Angul, Orissa 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 CODE :

3. TELEPHONE NO. WITH STD CODE / MOB. NO. :
4. BANK PARTICULARS

A) BANK NAME :

B) BANK TELEPHONE NO. WITH STD CODE :

C) BRANCH ADDRESS :

PIN CODE :

D) BANK FAX NO. WITH STD CODE :

E) 9 DIGIT MICR CODE OF THE BANK BRANCH

(ENCLOSE COPY OF A CANCELLED CHEQUE)

F) BANK ACCOUNT NUMBER

G) BANK ACCOUNT TYPE (TICK ONE) : SAVING CURRENT LOAN CASH CREDIT OTHERS

H) IFSC CODE

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 No…………………………………………. with our branch and the Bank particulars mentioned above are correct.

DATE SIGNATURE

(AUTHORISED SIGNATORY)

Authorisation No.: …………………….

Name :

OFFICIAL SEAL