एनएचपीसीिलमटेड NHPC LIMITED (A Govt. of Enterprise) TLD-III PS. Rambi CIN: L40101HR1975GOI032564 SECTION-0: NOTICE INVITING E-TENDER (NIT) (Domestic Open Competitive Bidding)

Online electronic bids (e-tenders) under two cover system are invited on behalf of NHPC Limited (A Public Sector Enterprise of the Government of India) from domestic bidders registered in India.

Tender Specification No.: NH/TLD-III PS/Cont./R-965/2329, Dt. 25.06.2020

Tender document can be viewed and downloaded from NHPC Limited website www.nhpcindia.com and Central Public Procurement Portal (CPPP) at https://eprocure.gov.in/eprocure/app.

The bid is to be submitted online only on https://eprocure.gov.in/eprocure/app up to last date and time of submission of bids. Sale of hard copy of tender document is not applicable.

1.0 Brief Details & Critical Dates of Tender: 1.1 Brief Details of Tender: S. Item Description No. (i) Name of work “Service Contract for Running and Maintenance of Bachelor Accommodation and Common Mess of TLD-III P.S, Rambi” (ii) Tender Specification No. NH/TLD-III PS/Cont./R-965/2329 (iii) Mode of tendering e-procurement system (Open Tender) (iv) Tender ID 2020_NHPC_ 567147_1

(v) Cost of Bidding Document Rs.560/- in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at SBI, . (vi) Estimated cost Rs.28,24,746/- (vii) EMD (Bid Security) Rs. 56,000/- in the form of Crossed Demand Draft in favour of “NHPC Limited” payable at SBI, Siliguri OR in the form of Bank Guarantee issued by an Indian Nationalized Bank or any Scheduled Bank in India for EMD excess of ` 50,000/-. Bank guarantee shall be valid up to three months beyond the Bid validity period as per format appended as Annexure-I of ITB. (viii) Completion Period / 12 (Twelve) Months. Schedule (ix) Required validity of Bid 120 days from the last date of online submission of Bids.

(x) Independent External Sh.Sutanu Behuria, IAS (Retd.) and Sh. Rakesh Kumar Monitor Agarwal, CES (Retd.)

(xi) Name of Institution for , Darjeeling. Arbitration (xii) Tender Inviting Authority Sr. Manager (P&C), TLD-III PS, Rambi, P.O. Reang, Dist. Darjeeling, WB-734008.

1.2 Critical Dates of Tender:

S. Particulars Date & Time No. (i) Publish date and time 25/06/2020, 18:00 Hrs.

(ii) Sale / Document Download Start Date & Time 25/06/2020, 18:00 Hrs.

(iii) Sale / Document Download End 16/07/2020, 15:00 Hrs. Date & Time (iv) Online Bid Submission Start Date & Time 25/06/2020, 18:00 Hrs.

(v) Online Bid Submission End Date & Time 16/07/2020, 15:00 Hrs. (vi) Last date of submission of Cost of Bidding document, EMD and other offline supporting documents at “Sh. Amit Kumar, Sr. Manager (P&C.), TLD-III PS, Rambi, P.O. Reang, Dist. 20/07/2020, 15:00 Hrs. Darjeeling, WB-734008, email ID: [email protected]” (vii) Bid Opening Date & Time i. Technical bidalong with offline documents 22/07/2020, 15:00 Hrs. ii. Price bid To be intimated separately.

2.0 Eligibility Criteria for Bidders: 2.1 Bids of those Bidders who have not submitted the requisite Cost of bidding document and EMD (as per Instructions to Bidders (ITB) Clause 3.0 & 4.0) shall not be considered for evaluation, except in case of exemption as per Clause No. 3.2 & Clause No. 4.1 of ITB.

Further, those Bidders who fail to declare UdyogAadhaar Memorandum (UAM) number on Central Public Procurement Portal (CPPP) shall not be able to avail the benefits available to MSEs as contained in Public Procurement Policy for MSEs Order, 2012 issued by Ministry of Micro, Small & Medium Enterprises, for tenders invited electronically through CPPP. Such bidders shall be treated as non-MSE bidders and bids of such Bidders shall be considered only if it is accompanied by cost of bidding document / EMD (if applicable against tender).

2.2 The bidders must fulfill the following minimum Qualifying Criteria:- 2.2.1 The bidders who wish to apply for tender for the subject package shall satisfactorily establish to meet the following: i) The bidder should have successfully executed in past, similar nature of works of requisite value specified hereunder during preceding 05 (five) years,* supported with award letters & successful completion certificate(s) issued by concerned deptt. Confirming to either of the following.

(a) One (1) order, amounting to at least 80% of the estimated value, i.e. Rs.22.60 Lakh OR (b) Two (2) orders, each amounting to at least 50% of estimated value i.e. Rs.14.12 Lakh OR (c) Three (3) orders, each amounting to at least 40% of estimated value. i.e. Rs.11.30Lakh

* The reference date for considering the period of preceding 5 years shall be the last day of the month previous to the one in which the tender is invited.

Or ii) In case Repair & Maintenance Works and AMCs the qualification criteria may be framed considering similar completed works/ contracts of magnitude in percentage of the estimated cost of the proposed work i.e. 80% of estimated cost for 1 similar work, 50% of estimated cost of 2 similar work each and 40% of years estimated cost for 3 similar works each, subject to satisfactory performance issued by the Employer in last 7 Years.

And iii) In case of Running & Maintenance and up-keeping Works etc. the qualification criteria may be framed considering work done for a minimum period of one year irrespective of length of contract subject to satisfactory performance certificate issued by the Employer for the particular work done.

Note: Similar works is defined as“Running and Maintenance of Guest House/ Field Hostel.” And iv) The average annual financial turnover of the indending bidder during the last three years ending 31 st March previous financial year should be at least 30% of the estimated cost i.e. Rs.8.47 Lakh (Balance Sheet & PL Account/26AS/Form 16A). v) Bidder should have following documents and submit documents as proof in this regard:- (a) A declaration that the information furnished with the bid documents is correct in all respects: and (b) Such other certificate as defined in the ITB. Failure to produce the certificates shall make the bid non-responsive. (c) Labour License. (d) Registration certificate/ Trade lincence certificate / Enlistment certificate / Incorporation certificate in any Govt. deptt. / Statutory body / PSU shall be submitted (e) The bidder shall not have been debarred from business by any PSU/ Govt. Deptt. during the last 3 years. Self-declaration in this regard to be provided as per enclosed performa. (f) Valid Food License by FSSAI India.

All necessary supporting documents shall be submitted with Technical Bid 2.2.2 All Startups (whether MSEs or otherwise), falling within the definition as per Gazette notification- G.S.R. 501(E) dt. 23.05.2017 are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover subject to their meeting the quality and technical specification. However, the Employer reserves the right to deny such exemptions to Startups (whether MSEs or otherwise) in case of circumstances like procurement of items related to public safety, health, critical security operations and equipment etc. Declaration in this regard is to be submitted by the Bidder as per Annexure-VIII.

2.2.3 All Micro and Small Enterprises (MSEs) are exempted from meeting the qualification criteria in respect of Prior Experience-Prior Turnover in public procurement subject to meeting of quality and technical specifications for which necessary documents shall be submitted by such bidders. 2.2.4 The reference date for considering the period for eligibility / qualification requirements above shall be the last day of the month previous to the one in which tenders are invited.

2.2.5 Each bidder must also produce with their Bid – PAN, Goods & Services Tax Identification No. (GSTIN), EPF Registration No. and ESIC Registration No.

2.3 The Bidder should not have been banned / de-listed / black listed / debarred from business or declared ineligible on the grounds mentioned in para 6 of Guidelines on Banning of Business Dealings (Annexure-A) to Integrity Pact [if applicable], ITB Clause 9.0. Self- declaration in this regard is to be submitted as per enclosed Annexure-III.

2.4 To improve transparency and fairness in tendering process and/or during execution of work undertaken, the Employer is implementing Integrity Pact as per Clause No. 9.0 of the ITB. The bidder must submit the Integrity Pact as per Proforma (Annexure-II) duly signed [if applicable] as per Clause 9.0 of ITB.

Pre-contract Integrity Pact [if applicable] is to be executed on plain paper with NHPC Ltd. at the time of submission of Bids. The successful bidder (Contractor) shall submit duly executed Integrity Pact on Non-Judicial Stamp Paper of appropriate value prior to signing of Contract Agreement.

To oversee the compliance under the Integrity Pact, Sh.Sutanu Behuria, IAS (Retd.) and Sh. Rakesh Kumar Agarwal, CES (Retd.) has been appointed as an Independent External Monitor (IEM) by the owner. The Contact Address of IEM is as under:-

[Room No. 214, NHPC Ltd. NHPC Office Complex, Sector-33, Faridabad-121003]

2.5 Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the Contract. Bidders will submit duly notarized requisite supporting documents [mention the type of documents] {in case remoteness of the project duly attested documents may be asked in place of Notarized}and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria.

3.0 The details/ information regarding online tendering i.e. Registration on CPP portal, Preparation of Bid and Submission of bid are available in the tender document and as well as on CPP Portal under “Bidders Manual Kit”.

4.0 NHPC reserves the right to reject any or all tenders and shall not be bound to assign any reason for such rejection.

For & on behalf of NHPC Ltd.

Sr. Manager (P&C) NHPC Ltd., TLD-III PS, Rambi Email ID:[email protected]

Distribution:- Internal Distribution: i) Sr. Manager (Civil) FMD Civil Division, TLD-IIIPS, Rambi ii) Sr. Manager (HQ) for kind information to General Manager (I/c), TLD-IIIPS, Rambi. iii) Manager (Fin), TLD-IIIPS, Rambi. iv) PVO, TLD-IIIPS, Rambi. v) Notice Board, TLD-III PS, Rambi. External Distribution: Copy to following offices/notice board for wide publicity of NIT i) Executive Director ,RO siliguri, Reginal Office ,Vidyut Nagar ,P. O. Satellite Township ,Jalpiguri ii) General Manager ,TLD-IVPS , iii) General Manager ,Teesta-V PS ,Sigtam iv) Chief Engineer, Rangit PS, Rangit Nagar, S. Sikkim. v) Executive Engineer, CPWD, Siliguri. vi) SDM/ SDO, Siliguri vii) SDM/ SDO,