Page 6

NTPC LIMITED

(A Govt. of India Enterprise)

FARAKKA SUPER THERMAL POWER STATION

NOTICE INVITING TENDER

Nature of work : Works Contracts

NIT TYPE : DOMESTIC

NIT NO:-CS/16-17/03 E-Tender / BIN NO.40054801


NTPC- Farakka Super Thermal Power Station is interested in getting the following works executed through reputed agencies having experience in the relevant field. Interested agencies are requested to apply for the tender documents with requisite application money in form of Demand Draft.. The qualifying requirements and brief work details for the jobs are indicated below:

Sl

No

NIT No

Description of Package/works

Estimated Cost [Rs. In Lacs]

Sale Start Date/Close Date

Last Date & Time for receipt of Bid

Bid Opening Date

01

CS/16-17/ 03

( 1683/11 )

Maintenance of Guest House/Field Hostel Complex/ GM Pantry of NTPC-Katwa.


--------

29.04.2016

TO

20.05.2016


04.06.2016

at

14.30 hrs.

04.06.2016

at

15.00 hrs.

NOTES :

  1. The tendering is being done through e-tender.

  2. The EMD & Technical Bid shall be submitted in 02 separate envelopes: one for Technical Bid & the other for EMD and letter of Undertaking. EMD & Technical bids shall be opened on Bid Opening Date (BOD). Date of Price Bid opening shall be intimated later on. Price Bid to be submitted online.

  3. For detailed IFB/NIT and bidding documents, please visit at www.ntpctender.com (through link of e-tender site) or www.ntpc.co.in or may contract AGM (Contracts), Ph. & Fax No. 03512.226813 or DGM (Contracts) Ph. No. 03512-226801, Farakka Super Thermal Power Station, P.O.- Nabarun, Dist.- Murshidabad, West Bengal, PIN- 742236.

  4. MANDATORY INFORMATION

PROJECT NAME

NTPC FARAKKA

NIT NO. / BIN NO.

40054801

DATE OF NIT ISSUE

29.04.2016

SHORT DESCRIPTION OF NIT

Maintenance of Guest House/Field Hostel Complex/ GM Pantry of NTPC-Katwa.

DOCUMENT SALE CLOSING DATE

20.05.2016


DIRATION OF CONTRACT

12 (TWELVE) MONTHS


SOURCE OF NIT/CONTRACT CLASSIFICATION

NTPC FARAKKA/WORKS CONTRACT

RECEIPT OF BID & BID OPENING DATE

FOR EMD+QR+TECHNICAL& LOU: 04.06.2016

PACKAGE IN-CHARGE’S MAIL-ID

akpoit@ntpc.co.in

ALTERMATE CO-ORDINATOR’S MAIL-ID

COST OF TENDER DOCUMENT

RS. 1,125.00 (Non-refundable)




MODE OF PAYMENT

DEMAND DRAFT INFVAOUR OF NTPC LTD., PAYABLE AT SBI, ANDUA (CODE : 7099) OR ONLINE PAYMENT THROUGH GATEWAY.

EMD VALUE

RS.17,,000.00


SOURCE OF NIT/ PUBLISHED IN NEWSPAPER.

Millennium Post-Delhi, Times of India-Kolkata, Bartaman (Bengali) & Prabhat Khabar (Hindi)-Deoghar on 29.04.2016


Sl

Qualifying Requirement

1.0

The bidder shall be a proprietary firm, Partnership firm, Limited company, Registered Co-operative Society, Corporate body legally constituted possessing the required licenses, registrations etc. as per law at least valid for 12 months from date of opening of tender.

2.0

The bidder must have experience of Running, Maintenance and catering Services of Guest House/Transit Camp/ Management Training Institute of Central Govt. Department or Autonomous Bodies/ PSUs/ 2 Star (or above) Hotels for last 03 years as on bid opening date.

3.0

Average Annual Financial Turnover during last three Financial years, should be at least Rs.8.22 Lakhs.

AND

3.1

Experience of having successfully completed similar works during last seven (07) years ending last day of month previous to the one in which applications are invited should be either of following :-


i

Three similar completed works, each costing not less than an amount of Rs.3.29 Lakhs,


OR

ii

Two similar completed works, each costing not less than an amount of Rs.4.11 Lakhs,


OR

iii

One similar completed works costing not less than an amount of Rs.6.57 Lakhs,


Similar completed works” means “Running, Maintenance and Catering Services of Guest House/ Transit Camp/ Training Institute of Central Govt. Deptt./PSUs/2 Star (or above) Hotels having minimum 19 Nos. of rooms”.


NOTE


  1. 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 shall be summarily rejected.

  2. It is also to be noted that lowest bidder has to produce original documents for verification before award of the work.

  3. Other income shall not be considered for arriving annual turnover.

  4. In cases where audited results for the preceding financial years are not available as on date, certification of financial statement from a practicing Chattered Accountant shall also be considered acceptable. In case, bidder is not able to submit the certificates from practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial years shall be considered for evaluating the financial parameters.






5.0 The bidder shall submit attested copies of original documents defining the constitution or legal status of the firm/company, place of registration, and principle place of business; written power of attorney of the signatory of the Bid to bind the Bidder; along with bid.


6.0 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 recognized University technical Board or Ministry of Government of India would be taken cognizance of.


7.0 The minimum qualification and experience of the personnel proposed to be engaged, or which undertaking in this regard shall be given by the bidder, may be as under:


SUPERVISIOR:

Graduate and Minimum two years of experience or 12th pass and minimum five (05) years of experience.


COOK:


8th pass and minimum five (05) years of experience.


BEARER :

8th pass and minimum two (02) years of experience

Experience should be in Guest House/Transit Camp/ Management Training Institute/ Central Government/ PSUs/ 2 Star ( or above star) Hotels.
























TERMS & CONDITIONS :


  1. All the documentary evidence like Possession of P.F.Code, Service Tax Registration Number, concerned work order copies / completion certificate, supporting documents, documents of annual turnover e.g. balance sheet or profit & loss account sheet etc. are to be enclosed with the Technical Bid to fulfill all the above mentioned Q.R.


  1. NTPC shall not responsible for any delay in receipt or non-receipt of applications caused due to postal delay or any other reasons.


  1. The bidder has to submit application along with DEMAND DRAFT (Non-refundable) for application fee (Tender cost/Application Money as per Point No. 02 above) in favour of NTPC LIMITED., FSTPS, payable at SBI, Andua (Branch Code-7099) with all documents as mentioned in the above format.


  1. The application envelope must be super scribed with tender Ref.No. & Name of the work. In case a bidder desires to participate in more than one tender, separate application is required to be made against each work accompanying a separate DEMAND DRAFT as mentioned above.


  1. Tender documents shall be issued to all the agencies, which have applied with relevant Application Money. However, issuance of tender documents shall not automatically construe qualification of the firm for award of work, which will actually be determined during evaluation of qualification requirement documents for each tender as specified and bid evaluation after receiving of completed Tender documents from the agencies.


  1. The EMD value for each tender as specified should be given in the tender documents, which is to be submitted along with Technical & Price Bid.


  1. The Bid Opening date (Technical Bid & EMD) is stated in the above with individual work details and will also be mentioned in the tender documents. The Price Bid opening date shall be intimated to the agency, which has qualified after scrutiny of the Technical Bid.


  1. The above specification is only indicative and details will be available in the tender documents. However, interested parties are advised to visit the site and familiarize themselves with actual site conditions, wherever applicable.


  1. If last date of receipt of application is a closed holiday for NTPC-Farakka, then the date shall be shifted to the next working day.


  1. NTPC reserves the right to assess the capacity and capability of bidders after scrutiny of the applications and reserves the right to reject any or all applications.


  1. Application with all relevant documents should reach in the office of Senior Manager (CS) as per above mentioned individual job detail. (Last date receipt of request for issue of tender documents)


  1. Address for communication: AGM (C&M) [Ph. No. 03512-226813]/DGM/Sr. Manager (CS), NTPC LIMITED, Farakka Super Thermal Power Station, P.O. Nabarun, Dist. Murshidabad, Pin. 742 236, West Bengal. (Phone No. 03512-226801/6803 /03512-226813/Fax No.03485-251901/03512-226811/224214).


GENERAL TERMS & CONDITIONS OF CONTRACT - TENDER ENQUIRY


NTPC GENERAL CONDITIONS OF CONTRACT (GCC) FOR CIVIL WORK SHALL BE APPLICABLE FOR THIS WORK. THE SPECIAL CONDITIONS OF CONTRACT WILL FORM PART OF THE TENDER DOCUMENT AND SUPERCEDE PROVISIONS OF GCC WHEREVER APPLICABLE.

Details of Earnest Money Deposit:

1. Earnest money shall be submitted in one of the following forms:

  1. Crossed Demand Draft,

  2. Pay Order.

  3. Banker’s Cheque ;

  4. An irrevocable Bank Guarantee in our format as in annexure (B.G. as EMD shall only be acceptable if the EMD value exceeds Rs.50,000.00.)


All the above financial/bank documents shall be drawn in favour of NTPC LIMITED from any Nationalized or Scheduled Banks payable at SBI, Andua (Code No. 7099)/ UBI, Khejuria (Code No. C/69)


2. EMD shall accompany with Letter Of Undertaking on non-judicial stamp paper of appropriate value in our format.


3. Earnest Money shall be made payable to NTPC `On Demand’ without any condition/demure to the owner. The bid guarantee shall be valid for a period of Six calendar months from the bid opening date, however for bid security in the form of bank guarantee, validity of the security shall be for Seven months. If the bid opening date is on 1st January, then bid guarantee shall be valid upto and inclusive of following 31st July of the year for bank guarantee.


4. The EMD/ Bid guarantee of all unsuccessful tenders will be returned within 30 days after the award of the contract, on production of a certificate to our department that all tender document have been returned to us by the tenderer.


5. No interest will payable for the EMD/ Bid guarantee amount. EMD of successful bidders will be converted to Security Deposit after Award of Contract.


6. The earnest money shall be forfeited on the following grounds:

  1. On revocation of the tender OR

  2. On refusal to enter into a contract after award to a contractor OR

  3. If the work is not commenced after the work is awarded to a contractor.



7. In case successful bidder submits Bank Guarantee (B.G.) against Earnest Money Deposit (EMD), bidder has to furnish Contract Performance Security for 10% value of contract within 21 days from issue date of Letter of Award, covering the entire period of contract.




OT-16-17/OT-02 Katwa GH QR PR NO.-400025598