NTPC Limited  
(
A Govt. of India Enterprise)  
SSC-ER-1, Barh, Patna  
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)  
FOR  
Running & Maintenance of Guest Houses at Farakka”  
Domestic Competitive Bidding)  
(
NIT No.: 9900186537  
Date: 04.10.2019  
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the  
scope of work briefly mentioned hereinafter:  
2.0 BRIEF DETAILS  
NIT No  
9900186537  
Source of IFB/NIT  
Contract Classification  
SSC-ER-1, Barh, Patna  
Running & Maintenance of Guest Houses  
at Farakka .”  
Sale of Bid Document  
As per Gepnic detail  
As per Gepnic detail  
As per Gepnic detail  
Shall be intimated separately by NTPC  
INR 22,500/-  
Last Date and Time for Bid Submission  
Technical Opening Date & Time  
Price Bid Opening Date and Time  
Tender Fee in INR (incl. GST)  
EMD in INR  
2,00,000/-  
Pre-Bid Conference Date & Time  
Venue for Pre-Bid Conference  
Not Applicable  
Not Applicable  
Last Query Date  
As per Gepnic detail  
3.0 ‘Tender Fee’ (non-refundable), ‘EMD/Bid Security’ & ‘Integrity Pact’ shall be  
submitted in sealed envelopes separately before the stipulated bid submission  
closing date and time at the address given at para 10.0 below. Any bid without an  
acceptable ‘Tender Fee’, ‘EMD/Bid Security’, and ‘Integrity Pact’ shall be treated as  
non-responsive by NTPC and shall not be opened.  
4
.0 A complete set of Bidding Documents may be downloaded by any interested  
Bidder. Tender fee (non-refundable) of requisite value is to be paid in a separate  
envelope up to last Date for Bid Submission in the form of a crossed account  
Payee demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus,  
Barh STPP, Patna of the cost of the Bid documents.  
For logging on to the GePNIC Site, the bidder would require user id and password  
which can be obtained by enrolling at GePNIC site. First time users not allotted  
any vendor code are required to approach NTPC at least Seven working days prior  
to last Date for Bid Submission .  
5.0 Brief Scope of Work :  
Running & Maintenance of Guest Houses at Farakka  
6.0 Prospective bidders from U.P. State are compulsorily required to provide  
TIN number at the time of purchase of Bid Documents.  
7
.0 Qualification Requirements for Bidders  
In addition to the requirements stipulated in Section ITB (Instructions to Bidders),  
the Bidder shall also meet the Qualifying Requirements stipulated.  
a)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.  
7.1.1  
b) The bidder must have experience of Running , Maintenance and  
catering Services of Guest House / Transit Camp/Management Training  
Institute of Central Govt. Deptts or Autonomous Bodies/PSUs/2 star (or  
above) Hotels for last 03 years as on bid opening date  
c) 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  
The minimum qualification and experience of the personnel proposed to be  
engaged, of which undertaking in this regard shall be given by the bidder,  
may be as under:  
Manager  
Diploma in hospitality Management or Hotel Management with 03 years of  
Experience OR Graduate with min 07 years of experience.  
Supervisor  
Graduate and min 02 years of experience OR 12th pass and min 05 years’  
experience.  
Cook :  
8th pass and min 05 years of experience  
Bearer:  
th pass and min 02 years of experience  
8
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 Government/PSUs/2 star (or above star) Hotels  
7.1.2  
The bidder should have successfully executed/completed similar work of  
RUNNING MAINENANCE OF GUEST HOUSE” during the last seven years  
ending last day of month previous to the one in which applications were  
invited, either of the following:  
One work/order of executed value not less than Rs. 51.38 Lakh.  
OR  
Two works/orders of executed value not less than Rs. 32.11 Lakh each.  
OR  
Three Works/Orders of executed value not less than Rs. 25.69 Lakh each.  
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) Hostels having minimum 17 no. of Room.  
7.2  
The average annual financial turnover of the bidder during the last three  
years ending 31st March-of the previous financial year should be at least  
Rs. 64.22 Lakh  
In case the Bidder is not able to furnish its audited financial statements on  
stand-alone entity basis, the unaudited unconsolidated financial  
statements of the Bidder can be considered acceptable, provided the  
Bidder further furnishes the following documents for substantiation of its  
qualification.  
i) Copies of the unaudited unconsolidated financial statements of the  
Bidder along with copies of the audited consolidated financial statements  
of its Holding Company.  
ii) A Certificate from the CEO/CFO of the holding Company, as per the  
format enclosed in the bidding documents, stating that the unaudited  
unconsolidated financial statements form part of the Consolidated Annual  
financial statements of the Holding company.  
In cases where audited results for the last financial year as on the date of  
the Techno-Commercial Bid opening are not available, the financial results  
certified by a practicing Chartered Accountant shall 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. Further, a  
Certificate would be required from the CEO/CFO as per the format  
enclosed in the bidding documents stating that the financial results of the  
Company are under audit as on the date of Techno-Commercial bid  
opening and the Certificate from the practicing Chartered Accountant  
certifying that financial parameters is not available  
Note  
a)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, with bid  
b) In clause 7.1.2 above, the word “executed” means the bidder should  
have achieved the criteria specified in the qualifying requirements, within  
the preceding seven (7) years period, even if the contract has been  
started earlier and /or is not completed / closed.  
c)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.  
d) Other income shall not be considered for arriving at annual turnover.  
e) For order in foreign currency, the exchange rate as on the date of  
techno-commercial bid opening shall be used  
f) Evaluation shall be done on Package wise and Order shall be placed  
accordingly.  
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is  
considered qualified.  
9
.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the  
NIT/IFB for the subject package without assigning any reason whatsoever and  
in such case no  
10.0 Address for sending the Hard Copy:  
Sr.Mgr(SSC-C&M)/AGM (SSC-C&M)  
NTPC Ltd.  
Shared Service Centre (ER-I)  
PO- NTPC Barh  
Dist- Patna,  
BIHAR- 803215  
Websites: https://eprocurentpc.nic.in/nicgep/app or  
www.ntpctender.com  
or www.ntpc.co.in  
11.0 Access To Tender Document:  
This is an e-tender case without Reverse Auction. Tender documents can be  
accessed  
/
downloaded  
from  
NTPC  
website:  
https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com.  
In case of any difficulty, please contact help desk no-0120-4947444, 0120-  
200462, 0120- 4001002, 0120-4001005, 0120-6277787  
E-Mail : support-eproc@nic.in  
4
12.0 Tender Fee Payment:  
The bidder has to submit the Tender fee through DEMAND DRAFT (Non-  
refundable) in favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh  
STPP, Patna within the scheduled date and time and as mentioned at para  
2.0, 3.0 and 4.0 above.  
Bidder can view/download the complete set of Bid Documents as per the  
following procedure.  
Type of Vendor  
Required Document for viewing/downloadingour  
tender document  
1. Vendors already Vendors can view/download the tender document after  
having GePNIC logging in our GePNIC tender site  
user  
id  
an  
d Password  
2. Vendors already Step-1: For logging on to the GePNIC Site, the bidder  
having  
vendor  
SAP would require user id and password which can be  
code, obtained by enrolling at GePNIC site & with Class-3  
but does not Digital Signature Certificate (DSC).  
have  
user  
Password  
GePNIC  
id and  
Step-2 User id is to be forwarded along with user creation  
sheet to package dealing executive.  
3.  
New  
neither  
Vendor Step-1  
having  
The agency has to furnish the followings:  
A. PAN card scanned/photo copy (self-Attested)  
B. EFT form,duly filled and endorsed by their banker  
C. Copy of PF Documents  
any vendor code  
in SAP nor  
GePNIC user id  
and Password  
D. GST Registration  
E. ESI Code / Undertaking for ESI  
All these should reach us at least Seven working days  
prior to Last Date of bid submisssion  
Step-2 After compliance of step-1, follow steps as  
mentioned above at Sl.No. 2.  
Bid Security (EMD):  
Bidder has to submit Earnest Money Deposit (EMD) in hard copy (offline) of  
requisite value in a separate envelope super scribing “EMD Envelope”,  
which must reach the office at the address mentioned at Sl. No. 10.0 before  
the bid submission deadline as mentioned  
system.  
in the e-tender of our GePNIC  
i. “EMD Envelope” should contain the EMD of requisite value, strictly in valid  
form as mentioned below at sl. no. iii. a) / b) as per applicability or valid  
supporting document in support of seeking exemption of EMD as iii. c).  
ii. If Bid Security (EMD) in Original of any agency is not received in a sealed  
envelope, their bid shall not be opened. If the EMD amount submitted by  
any agency is less than the stipulated EMD, their offer shall be rejected.  
iii. EMD may be furnished in any of the following forms:  
a. For EMD amount of any value:  
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC  
Limited, payable at Patna.  
b. In case EMD amount is >Rs 50,000.00 then, besides above:  
Bank Guarantee (BG) from a Nationalized Bank / other banks (as per  
NTPC approved list) also will be acceptable. Format of BG against Bid  
Security and List of Banks for Bid Security are attached. BG should be  
unconditional and irrevocable and should be valid for a period of 45 days  
beyond the bid validity period. The Bank Guarantee Verification Check  
List duly filled in as per format attached has to be submitted in this  
regard. Bidder shall ensure that all the points of check list are replied in  
“Yes”.  
c. SSI units of Bihar / SSI units (of other states) registered with the  
National Small Scale Industries Corporation shall be exempted from the  
payment of Earnest Money Deposit. Bidders seeking exemption should  
submit a Photocopy of valid registration certificate preferably attested by  
Notary / Gazetted Officer/ Magistrate 1st class, giving details such as  
validity.  
d. Submission of EMD is exempted from IIMs/IITs/ NITs/IISc./ CBRI/CPRI/  
GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding  
PSUs).  
e. In case of any doubt on eligibility of such exemption/concession, bidder  
may get clarification from NTPC official before submission of his bid.  
f. The Bid Security of all the unsuccessful Bidders will be returned after  
award of the Job.  
g.The Bid Security shall be forfeited in any of the following circumstances  
by NTPC without any notice or proof of damage to the Owner:  
1
.
.
If the Bidder withdraws or varies its Bid during the period of Bid  
validity specified by the Bidder in the Bid Proposal.  
2
In case the Bidder does not accept the corrections towards the  
discrepancies in their bid, where ever the breakup of prices have been  
asked separately.  
3.  
If any deviation, variation or additional condition etc. found anywhere  
in our technical and / or / Price Bid implicit or explicit, shall stand  
unconditionally withdrawn, without any cost implication whatsoever to  
employer, failing which the bid security shall be forfeited.  
4.  
5.  
6.  
In the case of a successful bidder, if the bidder fails within the  
specified time limit to furnish the acceptance of Letter of Award /  
Purchase Order.  
In the case of successful Bidder, if the Bidder fails, within the time  
limit, to furnish the required Contract Performance Guarantee in case  
the same is required as per conditions of the P.O / LOA.  
If the bidder / their representative commit any fraud while competing  
for this contract pursuant to Fraud prevention policy of NTPC.  
h. No interest shall be payable by NTPC on the Bid Security.  
i. ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE  
SEALED ENVELOPE, SHALL BE REJECTED BY NTPC AS BEING NON  
RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING  
OPENED.  
13.0 No Deviation Certificate:  
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding  
Documents.  
The Bidders are required to confirm acceptance of compliance to all  
Provisions of Bidding Documents (GTE Compliance) on line. Bidder to submit  
Tender fee, EMD & Integrity Pact in separate envelopes. Only after receipt of  
the above documents, the bidder’s bid shall be opened.  
14.0 Clarification on Bidding Documents:  
Bidder can seek clarifications through e-mail or in hard copy up to the time  
specified as in the Bid documents.  
The queries will be replied by NTPC and posted in the GePNIC Portal. The  
bidders can view all queries and all answers once the same are posted in the  
GePNIC Portal.  
Following documents must be uploaded in the GePNIC Portal, failing  
which the offer shall be liable for rejection:  
i.  
Qualifying Requirement (If, required): Total credential to fulfill all the  
criteria as mentioned in qualifying requirement of the NIT/IFB.  
ii. Technical Bid:  
All TECHNICAL DATA SHEETS as per the format provided in the  
Tender Documents duly filled.  
Any other data/information as sought in our Tender Documents.  
iii. Company/Firm Details:  
Document related to legal status of the Bidder (i.e., Sole  
Proprietorship Concern/Partnership Firm/ Private Limited Companies/  
Public Limited Companies and Statutory Corporation/ Consortium/  
Joint Venture), Name and address (es) of the sole proprietor /  
partners / Board of directors.  
Memorandum and Articles of Association/photocopy of Partnership  
Deed/affidavit of Proprietorship.  
iv. Copy of GST Registration Certificate.  
v. Copy of valid independent PF code no. issued by concerned RPFC.  
vi. Copy of PAN card.  
vii. Copy of ESI Certificate/Undertaking for submission of ESI.  
1
5.0 Participation in the tender does not automatically mean that the bidders are  
considered qualified. NTPC shall evaluate the Qualifying Requirement of each  
bidder as per NIT after opening of Technical Bids and the bid of the bidder  
who is not meeting the Qualifying Requirement shall not be considered.  
1
6.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the  
invitation for bids/IFB without assigning any reason whatsoever and in such  
case no bidder/intending bidder shall have claim arising out of such action.  
1
7.0 If the last date for receiving applications/ selling of bids/ date of bid  
opening coincides with holiday, the date will be shifted to the next  
working day.  
1
8.0 Tender Documents are not transferable.  
9.0 Package Co-coordinator:  
1
Name: K V Singh , Designation: SR. Manager(SSC-C&M) SSC-ER-1, Barh  
STPP, NTPC Barh Campus Patna, Mob: 96509910006 / E-mail -  
kvsingh@ntpc.co.in  
NAME- Rakesh Kumar ,Designation:AGM (SSC-C&M),Contracts Contact  
No.:9471701256 E- mail: rakeshkumar16@ntpc.co.in  
Important Notes:-  
1
.
The ‘Integrity Pact” as per ATTACHMENT-18 (If Applicable) duly signed by  
the signatory authorized to sign the bid, shall be sealed in a separate  
envelope entitled “ATTACHMENT-18: INTEGRITY PACT failing which their Bid  
is liable to be rejected.