NTPC Limited

(A Government of India Enterprise)

Faridabad Gas Power Station

NOTICE INVITING TENDER (NIT)

FOR

Running and maintenance of Arawali Guest house at NTPC Faridabad

(Domestic Competitive Bidding)

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

3.0Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0A 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 Faridabad or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). 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 alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0Brief Scope of Work & other specific detail

Running and maintenance of Arawali Guest house at NTPC Faridabad. Detail scope of work is attached in C-folder

6.0Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

1. GENERAL REQUIREMENTS:

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 House / Transit Camp / Management Training Institute of Central Govt. Deptts/ PSUs/Large Organizations of repute/ 2 Star (or above star) Hotels for last 3 years ending 31st March 2016.

1.3Average Annual financial turnover during the last 3 years, ending 31st March of the previous financial year, should be at least Rs. 8.31 Lakh .

AND

1.4The bidder should have experience of having Executed Annually above type of works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following:

a) three similar completed works, each costing not less than Rs. 11.08 Lakh

OR

b)two similar completed works, each costing not less than Rs. 13.85 Lakh

OR

c)one similar completed work costing not less than Rs. 22.16 Lakh

"Similar Completed Works' means "Running, Maintenance and catering Services of Guest House / Transit Camp / Training Institute of Central Govt. Deptts/ PSUs/Large

Organizations of repute/ 2 Star (or above star) Hotels having minimum 12 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 certificates for verification before award of the work.

1.5Bidder 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 /Guesthouse 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:

2.1Experience 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 results 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 NTPC, 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 min 3 years of experience Or

Graduate with min 7 years of experience Or

12th pass with min 10 years of experience.

Supervisor- Graduate and min 2 years of experience Or

12th pass and min 5 years of experience

Cook- 8th Pass and min five years experience

Bearer-8th Pass and min 2 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. Deptts/ 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. NOTE:-

a.Other income shall not be considered for arriving annual turn over

b.In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing chartered accountant shall also 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.

c.Bidder has to submit all documentary evidence in support of the above requirements

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 case of more than one such MSE, the supply will be shared proportionately (to tendered quantity).

For the procurement of services or supplies where splitting of quantity is not possible, the award shall be made as follows:

a)Award shall be given to L1 bidder if L1 bidder is a MSE

b)in case L1 bidder is not a MSE, then all the MSE vendor(s) who have quoted with in the range of L1 +15%, shall be given the opportunity in order of their ranking (starting with the lowest quoted MSE bidder and so on) to bring down its price to match with L1 bidder. Award for full quantity shall be placed on the MSE vendor who matches its price with L1 bidder at the price quoted by L1 bidder.

c)If no MSE vendor who has quoted with in range of L1 +15% accepts the price of L1 bidder then ward shall be made to the L1 bidder.

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.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0NTPC 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.

10.0Address for Communication Mail address

Sr Mgr(C&M),NTPC Limited,Faridabad gas power station,Village-MUjedi,P.O:Nimka,Faridabad-121004

Contact Persons:-

1.D.C Goyal Sr. Mgr(CS) M-9650994334 Mail:dineshgoyal@ntpc.co.in

2.Srutimala

Dy Mgr(CS) M-9650999032 Mail:srutimala@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in