NTPC LTD
(A Government of India Enterprise)
FARAKKA SUPER THERMAL POWER STATION
Contracts and Materials Department
P.O. Nabarun, Dist. Murshidabad,
West Bengal, Pin. 742236
Telephone: 03512-226813/6801 Fax: 03512-226813/6811
TENDER NOTICE No. FS/43/CS/VE/02/2013
Date. : 01.01.2014
Invitation of Applications for Vendor Enlistment for Various Civil Works/Service Contract
CONTENTS:
1. Enlistment :General Information
/ Instructions.
2. Annexure- A:
Application Format for Enlistment of Agency/Contractor
3. Annexure- B:
EFT Form
4. Annexure- C:
Fraud Policy Acceptance Form
5. Annexure- D:
List of works with qualifying requirement for which enlistment is envisaged
6.
ANNEXURE-E & F: NTPC e-tender login ID Application Form
7. Check
list – G: List of documents to be enclosed
1.0
ENLISTMENT – GENERAL INFORMATION / INSTRUCTIONS.
1)
FARAKKA Super Thermal Power Station (FSTPS) is a coal
based power plant of NTPC Limited (A Govt. of India Enterprises). The total
installed capacity is 2100MW consisting of Stage I: 3X200 MW, Stage II: 2X500
MW and Stage III: 1X500 MW. The plant is located at a distance of 100 K.M. from
Murshidabad Dist. HQ Berhampore
and at a distance of 300 KM (approx.) from Kolkata.
Applications are invited in prescribed forms from
experienced and resourceful agencies / contractors to get themselves enlisted
for various categories and classes of work involving construction, repair and
maintenance works pertaining to civil, electrical, mechanical, Control &
Instrumentation, MGR System and Other various miscellaneous services under
different Tender Notice at NTPC FARAKKA. The panel of enlisted agencies /
contractors will be used in future, for issuing Limited Tender Enquiries as and
when required. The enlistment shall be done for a period of three years.
However NTPC reserves the right to review the enlisted vendors every year and
to delete the vendors based on the performance of the enlisted vendors and to
add new vendors as per the credentials available. However, issue of such
enquiries to enlisted agencies / contractors or otherwise, will be at the sole
discretion of NTPC and same shall be binding on the enlisted agency.
2)
For the purpose of vendor enlistment, works are
divided into three categories i.e.
CATEGORY- C: Rs. 5 Lakhs to 15 Lakhs
, CATEGORY- B : above Rs 15 Lakhs up to 30 Lakhs and CATEGORY- A: Above Rs.
30 Lakhs up to 50 Lakhs. Agencies have to apply for each category or package
separately in case they desire to get enlisted against multiple
packages/categories. However, the vendors who get qualified for higher
category works shall also be treated as qualified for lower category works.
The brief details of works /
services under consideration is Civil Construction/Maintenance Works
as per Annex D.
3)
Enlistment fee per vendor is Rs. 500/-, which is
inclusive of Taxes & to be paid through Demand Draft/ Pay Order or Banker’s Cheque drawn in favour of NTPC
Ltd, Payable at S.B.I. Andua(Branch
code-7099) and to be paid at the time of submission of filled up Enlistment
Form. Agencies are eligible for applying for multiple package/categories by
paying Rs. 500/- only.NSIC and W.B. SSI registered agencies / contractors /
bidders are exempted from payment of enlistment fee.
(The SSI units registered with NSIC shall be exempted
from payment of enlistment fee (As per
Govt. of India directives) provided the value of the
respective category is within the monetary limit for the said unit set by NSIC.
SSI units in W.B. registered with State Small Industries Development
Corporation (SSIDC) are also entitled for exemption from payment of Enlistment
fee). The enlistment fee is non refundable.
4) Agencies
intending to get enlisted are required to furnish the documents mentioned in Application
Form (Annexure-A).
5) The
Agencies, who are presently banned from business dealings by any of the NTPC
units, shall not be considered.
6) Enlistment
application forms may be obtained by any interested agency / contractor /
bidder on submission of a written application mentioning the name of the work
from the office of the concerned executive mentioned below.
7) To download vendor enlistment form please
visit at www.ntpctender.com or www.ntpc.co.in or may contact concerned executive mentioned below.
8) Date of isuue of
enlistment form will be from 02.01.2014 to 27.01.2014. Last date for the
receipt of enlistment forms duly filled, with all enclosures / documents in
support of QR and with the enlistment fee per vendor, for each category and package,
for which enlistment is sought is 07.02.2014. The applications
complete in all respect should reach DGM(CS), Farakka
Super Thermal Power Station, NTPC Limited, PO: Nabarun,
Dist. Murshidabad – 742236, West Bengal, on or
before 07.02.2014 by post or hand delivered.
9) NTPC shall not be responsible for any postal
delay, loss or non receipt of request for application form / application sent
through post.
8. Contractor / Agency can apply for more than
one category / package. However, separate Application Form shall be made for
each package/category.
10) Based on the details furnished by
intending agencies, NTPC will evaluate the capacity& capability of the
agency with respect to ORGANIZATION, TECHNICAL EXPERTISE, FINANCIAL SOUNDNESS
AND PAST EXPERIENCE to enlist agencies for any work. NTPC’s decision shall
be final in this regard.
11) NTPC-FARAKKA
WILL PROCESS FUTURE CONTRACTS THROUGH E-TENDERING. HENCE ALL THE INTERESTED
VENDORS SHOULD HAVE FACILITY FOR THE SAME.
12) For more
information regarding NTPC e-tender / obtaining of Digital Signature, you may
visit
website;https://etender.ntpclakshya.co.in
(Alternatively, you can access our e-tender site by using the link provided at
site http://www.ntpctender.com) and go through following links: Bidder’s manual,
Guidelines to Bidders and FAQs. Also, you may contact the undersigned for any
guidance in this regard.
ALL THE INTERESTED VENDORS SHOULD FILL UP AND SUBMIT RELEVANT FORM-A (New Vendors)OR FORM-B (Vendors already having vendor code in NTPC).
13) NTPC reserves the right to verify authenticity
of the information furnished to assess the capability before enlistment of
agency for any specific category, as well as to accept / reject the same
without assigning any reason thereof. No correspondence / queries will be
entertained in this regard.
2.0 IMPORTANT
INSTRUCTIONS:
1) The contractors who are already working
and/or worked earlier NTPC-Farakka are also required
to apply according to the above procedure failing which their names will not be
considered.
2) Separate applications forms should be submitted for enlistment
against each CATEGORY.
3) Mere
enlistment of a party / contractor do not confer any
right to the contractor to be included in any bidder list for a particular
tender. Contractor / Service Providers who are desirous for enlistment should
also produce original work order and other documents in original as and when asked
by NTPC for verification. Failure to produce such documents may lead to
summarily rejection of their applications.
4) After receipt of the information/ documents
above, NTPC would scrutinize and register the names of the parties as per the
relevant work area. Decision of NTPC would be final and no further
correspondence will be entertained.
5) Incomplete Applications or Application forms
received without relevant supporting documents would be summarily rejected and
would not be considered. If space is inadequate in any column, separate sheets
should be used to give complete details, up to date information and support document
copies.
6) NTPC reserves the right to reject any
application for enlistment without assigning any reasons what so ever.
7) NTPC also reserves the right to issue enquireries to parties other than those who are enlisted in
the process.
8) In case, the date of last date of receipt of
application coincides with HOLIDAY, the same shall be shifted to next working
day.
9) Address of the Concerned Executive
K K Bhagat/DGM
(C&M/CS) & A K. Saha/Manager(C&M/CS)
Contract Services,
1st floor, Administrative Building
NTPC-Farakka, PO. Nabarun, PIN-742236
Dist: Murshidabad (West Bengal)
Mob. No. : 9434742351 / 9434751544
Phone No. : 03512-226801/6807
FAX
: 03512-226813
Email: kkbhagat@ntpc.co.in / aksaha03@ntpc.co.in
DGM (C&M/CS)
Annexure-A
VENDOR ENLISTMENT FORMAT
Package name:_________________________________________________________________
Package no :
__________________________________________________________
Following are the details credential against the package applied for:-
Sl No |
Description
of the Work |
PO /
Contract No /Date |
Name of
the PO / Contract issuing Organization |
PO /
Contract value |
Executed
Value with documentary support |
1 |
|
|
|
|
|
2 |
|
|
|
|
|
3 |
|
|
|
|
|
9. Turn Over :-
Turn Over for the last 3 financial year
to be given with documentary support, like Balance Sheet/ Profit & Loss
A/c or Certification from Practicing
Chartered Accountant.
2010- 2011
: Rs. ________________________
2011-
2012 : Rs.
________________________
2012- 2013 :Rs.________________________
Average :
Rs. ________________________
a)
PF registration certificate
b)
Service Tax
registration certificate.
c)
PAN Card/Latest
income tax clearance certificate
d)
NSIC/SSIC/ MSME
Certificate, if applicable
e)
Acceptance of NTPC
Fraud Prevention Policy
f)
Partnership
deed/Articles of Association/Memorandum of Association etc
g)
Incorporation
/Registration of company/firm/Industry as applicable
h)
Relevant licenses
from appropriate licensing authority to undertake work as “LICENSED
CONTRACTOR”, in respect of work for which registration is sought, if applicable.
a)
EFT Form duly
filled (ANNEXURE-B)
b)
VAT Registration
Certificate
c)
Request for Login
ID (Form-A/B) on NTPC e-Tender (Annexure- E & F), if not obtained already.
d)
Copies of Registration
Certificate with Govt./PSU organization.
e)
NTPC SAP Vendor
code/Tender Enquiry ref. number/PO number, received from NTPC-Farakka,
if any.
Certified that to
the best of our knowledge, the information provided above are
correct.
Signature of the
applicant
FORMAT FOR ELECTRONIC FUND TRANSFORMER ANNEXURE-B
Vendor Name and Address:_______________________________________________________________
To
NTPC Limited-Farakka
Dear Sirs,
We hereby authorize the Employer to make all
our payments through Electronic Fund Transfer System. The details for
facilitating the payments are given below:-(TO BE
FILLED IN CAPITAL LETTERS)
1. NAME OF THE BENEFICIARY
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
2. ADDRESS
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
PIN CODE |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
3. TELEPHONE NO. (WITH STD CODE)
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
4. BANK PARTICULARS
A)BANK NAME
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
B)BANK TELEPHONE NO. (WITH STD CODE)
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
C)BRANCH ADDRESS
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
PIN CODE |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
D)
BANK FAX NO. (WITH STD CODE)
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
E)
BRANCH CODE
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
F) 9
DIGIT MICR CODE OF THE BANK BRANCH (Enclose copy of a cancelled Cheque)
|
|
|
|
|
|
|
|
|
G)
BANK ACCOUNT NO.
|
|
|
|
|
|
|
|
|
|
|
|
|
H)
BANK ACCOUNT TYPE (TICK ONE)
SAVING |
CURRENT |
LOAN |
CASH CREDIT |
OTHERS |
IF OTHERS, SPECIFY
|
|
|
|
|
|
|
|
|
5)
PERMANENT ACCOUNT NUMBER (PAN)
|
|
|
|
|
|
|
|
|
6) E–MAIL
ADDRESS for Intimation regarding release of Payments
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
I/We hereby declare that the particulars
given above are correct and complete. If the transaction is delayed or credit
is not affected at all for reasons of incomplete or incorrect information, I/We
would not hold the Employer responsible.
DATE SIGNATUTE
|
|
|
|
|
|
(AUTHORIZED SIGNATORY)
NAME:
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
OFFICIAL STAMP
BANK CERTIFICATION:
It is certified that above mentioned beneficiary bolds a
Bank Account No. ………………… with our Branch and the Bank particulars mentioned
above are correct.
DATE SIGNATUTE
|
|
|
|
|
|
(AUTHORIZED SIGNATORY)
Authorization
No.:
NAME:
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
OFFICIAL STAMP
ANNEXURE-C
NTPC LIMITED
FARAKKA SUPER THERMAL POWER STATION
P.O NABARUN, DIST: MURSHIDABAD (WB), PIN-742236
(CONTRACT SERVICE DEPARTMENT)
FORM OF ACCEPTANCE OF
FRAUD POLICY
Tender Notice No. FS/43/CS/VE/02/2013
To
NTPC LIMITED,
Farakka Super Thermal Power Station,
P.O. : Nabarun,
Dist. : Murshidabad,
PIN. : 742 236,
West Bengal , INDIA
Ladies and/ or Gentlemen,
We have read the contents of the Fraud policy of NTPC displayed on its
tender website http://www.ntpctender.com and undertake that we along with our
associate / collaborator/ sub-contractors
/ sub-vendors/ consultants/ service providers
shall strictly abide by the provisions of the Fraud policy of NTPC.
Yours faithfully,
Date : (Signature) ___________________
Place:
(Printed Name) _______________________
(Designation)
__________________
(Common Seal) __________________
Signature & date of the Contractor with Seal
ANNEXURE-D (Civil)
|
|||||
Package No. |
PROJECT |
TYPE |
DESCRIPTION |
ESTIMATED JOB VALUE (Rs. In Lacs) |
Pre Qualifying Requirement |
FS/43/CS/CIVIL/VE/01A |
FARAKKA |
SERVICES |
Building Construction work. |
30.00 + to 50.00 Lacs (Avg. Rs. 40.00 Lacs) |
01. The average annual turnover of the vendor in
the preceding three
financial year, as on the last date for submission of application, should not
be less than Rs.40.00 lakhs. 02. The intending vendor must have
successfully executed the work of "Building Construction” during last 7
(Seven) years as on last date of
application with either of the following:-
i) Three executed works
costing not less than Rs. 16.00 lacs each; OR
ii)
Two executed works costing not less
than Rs.20.00 lacs each; OR
iii) One executed work costing
not less than
Rs.32.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/CIVIL/VE/01B |
FARAKKA |
SERVICES |
Building Construction work. |
15.00+ to
30.00 Lacs (Avg. Rs. 22.50 Lacs ) |
01. The average
annual turnover of the vendor in the preceding three financial year, as on the last
date for submission of application, should not be less than Rs. 22.50 lakhs. 02. The intending vendor must have successfully executed the work of
"Building Construction” during last 7 (Seven) years as on last date of application with either
of the following:- i)
Three executed works costing not less
than Rs. 9.00 lacs each; OR
ii) Two executed works costing
not less than Rs.11.25 lacs each; OR
iii) One executed work costing
not less than
Rs. 18.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/CIVIL/VE/01C |
FARAKKA |
SERVICES |
Building Construction work. |
5.00 to 15.00 Lacs (Avg. 10.00 Lacs) |
01. The average
annual turnover of the vendor in the preceding three financial year, as on the last
date for submission of application, should not be less than Rs.10.00 lakhs. 02. The intending vendor must have successfully executed the work of
"Building Construction” during last 7 (Seven) years as on last date of application with either
of the following:-
i) Three executed works
costing not less than Rs. 4.00 lacs each; OR
ii) Two executed works costing
not less than Rs.5.00 lacs each; OR
iii) One executed work costing not less than Rs.8.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
|
|||||
Package No. |
PROJECT |
TYPE |
DESCRIPTION |
ESTIMATED JOB VALUE (Rs.) |
Pre Qualifying Requirement |
FS/43/CS/ROAD/VE/02A |
FARAKKA |
SERVICES |
Road Construction/ Maintenance work |
30.00 + to 50.00 Lacs (Avg. Rs. 40.00 Lacs) |
01. The average
annual turnover of the vendor in the preceding three financial year, as on the last
date for submission of application, should not be less than Rs. 40.00 lakhs. 02.The intending vendor must have successfully executed the work of
"ROAD Construction/maintenance” during last 7 (Seven) years as on last date of application with either
of the following:-
i) Three executed works
costing not less than Rs. 16.00 lacs each; OR
ii) Two executed works costing
not less than Rs.20.00 lacs each; OR
iii)
One executed work costing not less than Rs.32.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total contract
is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/ROAD/VE/02B |
FARAKKA |
SERVICES |
Road Construction/ Maintenance work |
15.00+ to
30.00 Lacs (Avg. Rs. 22.50 Lacs ) |
01.The average annual turnover of the vendor in the
preceding three financial year, as on
the last date for submission of application, should not be less than Rs.
22.50 lakhs. 02. The intending vendor must have successfully executed the work of
"ROAD Construction/maintenance” during last 7 (Seven) years as on last date of application with either
of the following:-
i) Three executed works
costing not less than Rs. 9.00 lacs each; OR ii)
Two executed works costing not less
than Rs.11.25 lacs each; OR
iii) One executed work costing
not less than
Rs. 18.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/ROAD/VE/02C |
FARAKKA |
SERVICES |
Road Construction/ Maintenance work |
5.00 to 15.00 Lacs (Avg. 10.00 Lacs) |
01.The average annual turnover of the vendor in the
preceding three financial year, as on
the last date for submission of application, should not be less than Rs.10.00
lakhs. 02.The intending vendor must have successfully executed the work of
"ROAD Construction/maintenance” during last 7 (Seven) years as on last date of application with either
of the following:- i)
Three executed works costing not less
than Rs. 4.00 lacs each; OR
ii) Two executed works costing
not less than Rs.5.00 lacs each; OR
iii) One executed work costing
not less than
Rs.8.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
Package No. |
PROJECT |
TYPE |
DESCRIPTION |
ESTIMATED JOB VALUE (Rs.) |
Pre Qualifying Requirement |
FS/43/CS/MISC. CIVIL/VE/03A |
FARAKKA |
SERVICES |
Misc. Civil Construction/ Maintenance work |
30.00 + to 50.00 Lacs (Avg. Rs. 40.00 Lacs) |
01. The average
annual turnover of the vendor in the preceding three financial year, as on the last
date for submission of application, should not be less than Rs. 40.00 lakhs. The intending vendor must have successfully executed the work of "
CIVIL Construction/maintenance” during last 7 (Seven) years as on last date of application with either
of the following:-
i) Three executed works
costing not less than Rs. 16.00 lacs each; OR ii)
Two executed works costing not less
than Rs.20.00 lacs each; OR
iii) One executed work costing
not less than
Rs.32.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/MISC. CIVIL/VE/03B |
FARAKKA |
SERVICES |
Misc. Civil Construction/ Maintenance work |
15.00+ to
30.00 Lacs (Avg. Rs. 22.50 Lacs) |
01.The average annual turnover of the vendor in the
preceding three financial year, as on
the last date for submission of application, should not be less than Rs.
22.50 lakhs. 02.The intending vendor must have successfully executed the work of
" CIVIL Construction/maintenance”
during last 7 (Seven) years as on last
date of application with either of the following:- i)
Three executed works costing not less
than Rs. 9.00 lacs each; OR
ii) Two executed works costing
not less than Rs.11.25 lacs each; OR
iii) One executed work costing
not less than
Rs. 18.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/MISC. CIVIL/VE/03C |
FARAKKA |
SERVICES |
Misc. Civil Construction/ Maintenance work |
5.00 to 15.00 Lacs (Avg. 10.00 Lacs) |
01.The average annual turnover of the vendor in the
preceding three financial year, as on
the last date for submission of application, should not be less than Rs.10.00
lakhs. 02.The intending vendor must have successfully executed the work of
" CIVIL Construction/maintenance”
during last 7 (Seven) years as on last
date of application with either of the following:-
i) Three executed works
costing not less than Rs.4.00 lacs each; OR
ii) Two executed works costing
not less than Rs.5.00 lacs each; OR iii)
One executed work costing not less
than Rs.8.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total contract
is not completed/closed. Other income shall not be considered for arriving annual turnover. |
Package No. |
PROJECT |
TYPE |
DESCRIPTION |
ESTIMATED JOB VALUE (Rs.) |
Pre Qualifying Requirement |
FS/43/CS/PAINTING/VE/04A |
FARAKKA |
SERVICES |
Structural / Building Painting Works |
30.00 + to
50.00 Lacs (Avg. Rs. 40.00 Lacs) |
01.The average annual turnover of the vendor in the
preceding three financial year, as on
the last date for submission of application, should not be less than Rs.
40.00 lakhs. 02.The intending vendor must have successfully executed the work of
"Structural / building Painting” during last 7 (Seven) years as on last date of application with either
of the following:- i)
Three executed works costing not less
than Rs. 16.00 lacs each; OR
ii) Two executed works costing
not less than Rs.20.00 lacs each; OR
iii) One executed work costing
not less than
Rs.32.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/PAINTING/VE/04B |
FARAKKA |
SERVICES |
Structural / Building Painting Works |
15.00+ to 30.00 Lacs (Avg. Rs. 22.50 Lacs ) |
01.The average annual turnover of the vendor in the
preceding three financial year, as on
the last date for submission of application, should not be less than Rs.
22.50 lakhs. 02. The intending vendor must have successfully executed the work of
Structural / building Painting” during last 7 (Seven) years as on last date of application with either
of the following:-
i) Three executed works
costing not less than Rs. 9.00 lacs each; OR
ii) Two executed works costing
not less than Rs.11.25 lacs each; OR
iii)
One executed work costing not less than Rs. 18.00
lacs.
Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
FS/43/CS/PAINTING/VE/04C |
FARAKKA |
SERVICES |
Structural / Building Painting Works |
5.00 to 15.00 Lacs (Avg. 10.00 Lacs) |
01.The average annual turnover of the vendor in the preceding three financial year, as on the last date
for submission of application, should not be less than Rs.10.00 lakhs. 02.The intending vendor must have successfully executed the work of
" Structural / building Painting” during last 7 (Seven) years as on last date of application with either
of the following:-
i) Three executed works
costing not less than Rs. 4.00 lacs each; OR
ii)
Two executed works costing not less
than Rs.5.00 lacs each; OR
iii) One executed work costing
not less Rs.8.00 lacs. Note:- The word “Executed” means that the vendor
should have achieved the progress specified in the QR even if the total
contract is not completed/closed. Other income shall not be considered for arriving annual turnover. |
ANNEXURE
–E
Form-A: (For New Prospective Vender)
Request for Login ID on NTPC e-Tender.
If you are not a supplier of NTPC, and interested in participating in e-tenders
in NTPC, please fill in the following.
Name: ___________________________________________________
Address:___________________________________________________
___________________________________________________
___________________________________________________
State:_________________ City:_______________________
Country:______________
Pin:_________________
Telephone NO: _______________ Extn: ________
Fax Number: _______________
Email ID: ___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number: ____________________________________
Branch:_____________________________________________
Address:________________________________________
_____________________________________________
PAN number: ___________________________________________________
CST number: ____________________________________________________
Excise Regn Number:
_____________________________________________
SSI Number: ____________________________________________________
Contact
Person’s Name: ___________________________________________
Designation:_____________________________________________
ANNEXURE-F
Form-B:( For Existing Venders)
Request for Login ID on NTPC e-Tender (if not obtained
already).
If you are already a supplier of NTPC, and interested in participating in
e-tenders of NTPC, please fill in the following form.
Existing Vender Code with NTPC: ________________ Pre ERP ______________ Post ERP
Phone Number: ____________________ Extn:
_________________
Email ID: _______________________________________________________
Contact Person’s Name: ____________________________________________
Designation: _______________________________________________
Address
and other detail (Only in case of change)
Name: ___________________________________________________
Address:___________________________________________________
___________________________________________________
___________________________________________________
State:_________________City:_______________________
Country:______________
Pin:_________________
Telephone NO: _______________ Extn: ________
Fax Number:_______________
Email ID:___________________________________________________
Your Company’s Bank Name _______________________________________
Account Number:____________________________________
Branch:_____________________________________________
Address: ____________________________________________
_____________________________________________
Note: Please tick the appropriate box in front of vender code to indicate
whether the vender code given is Pre-ERP or Post ERP.
Annexure-G
CHECK LIST (LIST OF
DOCUMENTS TO BE ENCLOSED)
Sl.No. |
Enclosed Document Detail |
Enclosed? Yes/
NO |
1. |
Enlistment fee |
|
2. |
Agency Enlistment Forms duly filled in |
|
3. |
Proof of Turnover |
|
4 |
Balance Sheet copies of
last three financial years(Certified by auditor) |
|
5 |
P&L sheet copies of
last three financial years(certified by auditor) |
|
6 |
Certified copy of Turn
over from Charted Accountant(Self attested/Notarized) |
|
7 |
Work Order copies as per package/category wise Qualifying Requirement, executed during last seven(7) years(Self attested/Notarized) NOTE :Copy of Work
order/LOAs should clearly indicate the following: 1.
Award/Order value, Date of order 2.
Specifications of item ordered
,Quantity ordered with rates. 3.
Detailed Scope of the work |
|
8 |
Proof of execution / work
completion indicating final values for above orders( job completion certificate/
proof of executed value, like Final/RA bill payment/ Certification from the
concerned owner |
|
9 |
Partnership Deed/Articles
of Association/Memorandum of Association etc.
(Self attested/Notarized) or Certificate of Incorporation/
Registration of Company /firm /Industry as applicable (Self
attested/Notarized) / Registration with MSME/NSIC / SSI ) |
|
10 |
Service
Tax / VAT Registration Certificate (Self attested/Notarized) |
|
11 |
Photostat
coy of Latest Income Tax Clearance
Certificate / PAN Number (Self attested/Notarized). |
|
12 |
Relevant Licenses from
appropriate licensing authority to undertake works as “LICENCED CONTRACTOR”,
in respect of works for which registration is sought. (Notarized) |
|
13 |
P.F.
Registration Certificate from P.F. Authorities. (Self attested/Notarized) |
|
14 |
Copies
of Agency Registration with Govt. / PSU organizations (Self
attested/Notarized) |
|
15 |
Acceptance
of Fraud Policy |
|
16 |
EFT Form duly filled up |
|
17 |
Request for login ID for
NTPC e-tender (Form-A/B), if not
obtained already. |
|
18 |
NTPC SAP Vendor code/Tender
Enquery Ref. Number/PO No. received from NTPC Farakka, if any |
|
19 |
Agency registration form
duly filled in. All pages to be signed. |
|