NTPC DADRI
CONTRACTS & MATERIALS DEPARTMENT
INVITATION FOR BIDS (IFB)
FOR
“RUNNING & MAINTENANCE OF VIDYUT BHAWAN GUEST HOUSE AT NCPS DADRI”.
LOCATED AT
GAUTAMBUDHNAGAR, UTTAR PRADESH
DETAILS OF NIT/BID NO.
NIT No: 9900161474
Subject: “Running & Maintenance of Vidyut Bhawan Guest House at NCPS Dadri”.
1. NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work
briefly mentioned hereinafter:
2. Brief Details:
Bid Security (i.e. Tender Fee-Rs. 2700 in the form of DD/BC & EMD-Rs 2,00,000 in form of
DD/BC/BG) shall be submitted in a sealed envelope separately offline by the stipulated bid
submission closing date and time at the address given below. Any bid without an acceptable
Bid Security shall be treated as non-responsive by the employer and shall not be opened.
Bidders submitting MSE certificates in lieu of Tender Fee and EMD shall be required to upload
the required document in the respective cover of the bid only.
Note:
I. Bidders who have valid MSME certificate, are not required to submit Tender Fee &
EMD, such bidders are to submit/upload MSME certificate online and digitally signed.
II. Letter of undertaking and nil deviation Certificate as per tender documents are to be
accepted as provided in GTE.
3. A complete set of Bidding Documents may be downloaded by any interested Bidder by paying
(non-refundable) cost of the documents as mentioned above in the form of a crossed account
Payee DD or BC in favour of NTPC Ltd., Payable at Vidyut Nagar or Ghaziabad or directly
upload MSE certificate at our GEPNIC Site (https://eprocurentpc.nic.in/nicgep/app)
4. First time users not allotted any NTPC vendor code are required to submit the following
documents along-with their tender fee and EMD.
a) For creation of vendor code:
I. Copy of GST Registration, PAN no.,
II. Valid email ID
III. Address Proof
IV. Cancelled cheque & E.F.T(to be verified by bank)
Note: Format of E.F.T (Electronic Fund Transfer) is attached along with tender documents.
b) For registration in GEPNIC(Govt Eprocurement National Informatics Centre)
I. Go to site: https://eprocurentpc.nic.in/nicgep/app
II. Click on Online bidder enrollment & fillup your details
III. Send the copy of registration in GePNIC at address mentioned in the NIT.
5. Brief Scope of Work & other specific detail of Running & Maintenance of Vidyut Bhawan
Guest House at NCPS Dadri. (Attached in tender).
NIT No. 9900161474
Document Sale Commencement Date & Time
As per Web NIT
Contract Classification services
Last Date and Time for Bid Submission As per Web NIT
Technical Bid Opening Date & Time As per Web NIT
Price Bid Opening Date & Time Shall be Intimated later
Cost of Bidding Document in INR As per Web NIT
EMD in INR As per Web NIT
Last Query Date (if any) As per Web NIT
6. Qualifying Requirements for Bidders:
1. GENERAL REQUIREMENTS:
1.1 The 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.
1.2 The 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
2018.
1.3 Average Annual financial turnover during the last 3 years, ending 31
st
March of the previous
financial year, should be at least Rs. 50.58 Lakh
AND
1.4 Experience of having successfully completed similar 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 the amount equal to Rs.
20.23 Lakh
or
b) Two similar completed works, each costing not less the amount equal to Rs. 25.29
Lakh
or
c) One similar completed work costing not less than the amount equal to Rs. 40.46
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 50 nos. of rooms”
Note:
Further, for completed similar works, agency shall submit copies of work-order along-
with satisfactory 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 alongwith tender on the date of the
submission for assessing pre-qualification.
The Bidder should submit Documentary proof related to minimum requirements as
stated above online in Technical cover.
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 GST 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.
1.6 Bidders 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; alongwith the bid.
2. CONTRACT ELIGIBILITY CRITERIA: Further, the contract eligibility includes the following:
2.1 Experience on similar completed works executed during the last seven years; and details like
monetary value, clients, proof of satisfactory completion.
2.2 Documentary 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.
2.3 Key personnel available and proposed to be engaged for management and supervision of
the Project, their qualifications and experience. Valid certificates by a recognized University,
technical Board or Ministry of Government of India would only be taken cognizance of.
2.4 The requisite qualification and experience* of the personnel proposed to be engaged may be
as under-
SN
Designation
Proposed
i.
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.
ii.
Receptionist- cum-
supervisor
- Graduate and min 2 years of experience OR
-
12th pass and min 5 years of experience.
iii.
Cook
- 12th Pass and min five years’ experience.
iv.
Kitchen Helper - 8
th
Pass and min 5 years of experience.
v.
Bearer
- 8
th
Pass and min 2 years of experience.
vi.
Cleaning Staff/
- Preferably Literate; At least should be able to speak
and read Hindi
*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.
2.5 Information regarding projects in hand, current litigation, orders regarding exclusion/expulsion
or black listing, if any.
Note: Requisite details as above may please be filled in the format as provided hereafter.
INFORMATION REGARDING QUALIFICATION OF BIDDERS
The information to be filled in by the Bidder in the following pages will be used for purposes of Pre-
qualification as provided above.
1. For Individual Bidders (format for clause 1.7 of Prequalification Requirement (PQR)
Constitution or legal status of Bidder (Attach Copy
)
Place of registration:____________________________________________
Principal place of business: ______________________________________
(Power of attorney of signatory of Bid)
2. Value of work Completed during the last seven years (
in Rs. Lacs) {clause 1.4}
Quantities of work executed as agency in the last seven years. (Format for clause 1.4 of PQR)
Year
Description
of item of
work
Quantity of work performed
Remarks
----------
-------------
----------
-----------
Indicate
contract
Reference
-
2016-2017
-
2014-2015
2013-2014
2012-2013
2011-2012
3. Financial reports for the last three years: balance sheets, profit and loss statements, auditors
reports (in case of companies / corporation) etc. List them below and attach copies. (Format
for clause 1.3 and 2.2 of PQR) :
Year
Annual
Turnover in
Rs.
Balance sheet
*
Profit & loss
status *
Auditor
report *
Reference
Annexure
No.
2017-2018
2016-2017
2015-2016
* Please mark (Y) if enclosed and (N) if not enclosed
5. Work executed as contractor on works of a similar
nature over the last seven years. (format
for clause 1.4 and 2.1 of PQR)
Particular
Year
Value
Total value of Work Executed in the last
seven years Immediately preceding
the financial year in which bids are
received. Attach certificate from
Chartered Accountant
2017-2018
2016-2017
2015-2016
2014-2015
-
2012-2013
2011-2012
* Attach completion certificate(s) from the Engineer-in-charge or his representative(s) in-
charge.
6. Qualifications and experience of key personnel proposed to be deployed for administration
and execution of the Contract. Attach biographical data with copies of requisite qualification
and experience. {clause 2.4 of PQR}
Position
Name
Qualification
Years of Experience
(general)
Years of experience in
the proposed position
*
*
*
*
*
*
*
*
*
7. Evidence of access to financial resources to meet the qualification requirements: cash in
hand, lines of credit, etc. List them below and attach copies of support documents.
1.
2.
3.
7.1 Specify proposed sources of financing net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts.
Source of financing Amount (INR equivalent)
1.
2.
3.
4.
8. Information on litigation history in which the Bidder is involved (format for clause 2.5
of
requalification criteria
)
Project
Name
Name
&
Address
of
Client
Descrip
-tion
of work
Contract
No.
Value of
Work
(Rs.
Lacs)
Date of
issue of
work
order
Stipulated
period of
completion
Actual
date of
completion
Remarks
explaining
reason for
delay
Client & Address
Cause of dispute
Amount
Remarks and the
present status
SUMMARY OF PQR
SN
Qualification Criteria (QC) Support Documents Required
1.
Average Annual financial turnover during the last 3 years,
ending 31
st
March of the previous financial year, should be
at least Rs. 50.58 Lakh
Copies of Audited P&L A/c and
balance sheet.
2.
Experience of having successfully completed similar 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) 3 works, each costing not less than the amount equal to
Rs 20.23 Lakh or
b) 2 works, each costing not less the amount equal to Rs.
25.29 Lakh or
c) 1 work equal to Rs. 40.46 Lakh
“Similar Completed Works’ means 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 having minimum 50 no of rooms”
Self-attested Photocopies of two
Work Orders with all details &
contact persons for verification
and
Certificate of successful
completion.
Note: On-going work will not be
considered as successfully
completed work and shall not be
accepted technically.
3.
Requisite qualification and experience of the staff proposed
to be engaged:
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:
- 12
th
Pass and min five years experience,
Kitchen Helper:
- 8
th
Pass and min five years experience,
Bearer:
- 8
th
Pass and min 2 years of experience
Cleaning Staff:
-
Preferably Literate,
should be able to speak &
read Hindi
Qualification from a recognized
institution and experience
certificate from contractor
/previous employer.
4.
C&A report of the staff proposed to be engaged shall be
clean.
C&A verification certificate to be
submitted before deployment.
5.
Deployment of Healthy staff , the food handlers to be
regularly checked under occupational health checkup
Fitness certificate by Registered
Medical Practitioner to be
submitted before deployment
6.
Documentary evidence of GST registration, PF registration,
ESIC registration and power of attorney.
Self-attested photo copies.
Original to be shown before start
of work for verification.
7.
Labour license, Registration of PF, ESI,PAN, etc. any
other statutory requirement etc.
Self-attested photo copies.
Original to be shown before start
of work for verification.
7. Technical Bid submission:
a) This is an E-tender case and bidders shall submit bid (Technical Bid & Price Bid) in
ONLINE ONLY. Bids sent in physical form thru any other means/ media is not at all
acceptable & it may be liable to be rejected.
b) Acceptance of Fraud prevention Policy guarantee and other Terms & conditions etc, along
with nil deviation statement & letter of undertaking are to be uploaded and signed digitally.
c) All the bid related documents viz. technical bid, QR etc are to be uploaded with your digital
signatures in the tender document in relevant cover.
8. EMD, Letter of Undertaking(LOU) & Nil deviation certificate Documents
a) EMD in form of DD/BC/BG is to be submitted in sealed envelope in Physical Form / Offline
within the scheduled period. Bidders who have valid MSME certificate are not required to
submit EMD in form of DD/BC/BG. Please note that for waiver of EMD, MSME
registered vendors are requested to upload the valid MSME certificate online. Non-
submission of valid MSME certificate may render the vendor ineligible for the benefits
applicable to MSEs. Above sealed envelope must be super scribed with NIT No, Date of
Opening (Technical), Sender’s Name and Address.
b) GTE of Nil Deviation and Letter of Undertaking to be accepted online.
9. Technical Bid / Price Bid of the Bidders who have not submitted requisite amount of EMD
(in form of DD/BC/BG) or valid MSME certificate, LOU& Nil deviation Certificate online or
/ and who do not satisfy the Qualifying Requirements shall not be considered.
10. All the documentary evidence like PAN, GSTIN, PF registration number, QR relevant document
should be uploaded online and signed digitally.
11. NTPC will not be responsible in any way for late receipt of Tender Fee & EMD (i.e. in form of
DD/BC/BG) due to any postal delay or delay in any form in transit.
12. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered
qualified.
13. The contracting agencies shall also comply and meet all the requirements of SA-8000-2008
standard. NTPC will verify the same through planned monitoring.
14. 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.
15. GST, as applicable, shall be paid extra on submission of GST Compliant invoice.
16. In case of any difficulty for tender submission, below mentioned officer(s) may be contacted.
1. Ankush Goyal, Manager (C&M)
Telephone No.: 0120-2805859
Email id: ankushgoyal@ntpc.co.in
2. Pranay Prasoon, DGM (CS)
Telephone: 01202805807
Email: pranayprasoon@ntpc.co.in
3. D.Chattopadhyay,AGM(C&M)
National Capital Power Station, Dadri
P.O. Vidyut Nagar, Distt.-G.B.NAGAR
U.P -201008,Telephone No.: 0120-2670132
Email:dchattopadhyay@ntpc.co.in