NTPC
Limited
(A Government of India Enterprise)
BARH SUPER THERMAL POWER PROJECT
P.O.: BARH, DISTT. PATNA (BIHAR).
PIN 803215
(Contract & Materials
Department)
Vendor Enlistment Notice for Works
Contracts at NTPC, Barh.
Ref: NTPC/BARH/CS/VEN_ENLIST/2014/Phase-I
1. Barh Super Thermal Power Project
is a coal based power plant of NTPC Limited (A Govt. of India Enterprises).
Barh Super Thermal Power Project is located at Barh, Patna district of Bihar.
The Station consisting of five units of 660 MW, one unit has been Synchronised.
Barh is well connected by road
from Patna. Nearest railway station is Barh (70 Km from Patna)
& Patna is the nearest airport, which is also approximately 70 Kms.
Invites applications for
enlistment of Agencies /Contractors for various services / works for a period
of three years from the date of enlistment.
2. Application Fee would
be ` 500.00 (Non-refundable) for each category. NSIC
and SSI Registered agencies / Contractors / Bidders are exempted from
Application Fee.
For each category of work,
separate application fee of ` 500.00 to be enclosed.
3. Following
documents are required to be furnished by the vendor intending to enlist:-
a) Vendor enlistment form duly filled in.
b) Information along with documentary
proof regarding PF, PAN, TIN & Service Tax Regn. along with other statutory requirements.
c) Copy of major value work orders
received during last seven years. Please furnish only order copies as required
by Qualifying Requirements in each type of work.
d) Turnover
details for the last three financial years (2010-11, 2011-12 & 2012-13).
e) Balance sheet copy for last 3
financial years. In case audited results are not available, Turnover, P&L
and Balance Sheet certified by Practicing Chartered Accountant may be
furnished.
g) Application
Fee as above.
h) Valid
NSIC Certificate and / or Valid SSI certificate.
4. Copy of Purchase Orders / award
letters should clearly indicate the following :-
Ø Award / Order value, Date of the order.
Ø Specifications of item ordered.
Ø Quantity ordered with rates.
Ø Copies of Invoices / Challans
or other possible documentary evidence in support of execution of orders are to
be given.
5. The vendors / agencies / firms
seeking enlistment should poses class III Digital Certificate, with company
name. The parties are required to fill the relevant information of the
application form for getting the login & password for the e-tendering
(SRM).
6. The bidders, who are presently banned from business by
any of the NTPC units, shall not be considered in the enlistment.
8.
Last
date for receipt of request for enlistment
application form is 22.02.2014 (17.30
Hrs.). Application fee is ` 500.00 and is to be submitted in the
form of a Crossed Account Payee Demand
Draft or Banker's Cheque in favour of NTPC Ltd., Payable at SBI-Barh
Branch, NTPC Campus (Branch code No. 10085).
No other mode of payment is acceptable.
The applications complete in all respect along with
enlistment fee should reach to AGM (C&M), NTPC Limited, P.O.: BARH, DISTT. PATNA (BIHAR). PIN 803215 on or before 15.03.2014
(17.30 Hrs.).
9. Based
on the details furnished by intending vendors / agencies, NTPC will evaluate
the capacity & capability of the vendor with respect to ORGANIZATION,
TECHNICAL EXPERTISE, FINANCIAL SOUNDNESS AND PAST EXPERIENCE to enlist vendors
for any work. NTPC’s decision shall be final in this regard.
10. To download vendor enlistment application form please visit at www.ntpctender.com or www.ntpc.co.in or may contact AGM(C&M) / Sr. Manager
(C&M) at the following address:
NTPC Limited, P.O.: BARH, DISTT.
PATNA (BIHAR). PIN 803215, Fax: 06132-240067/ 240014, Phone : 06132-240080 / 240060.
11.
Business
dealings with registered vendors be suspended, if prima-facie it is found in
course of investigation that the vendor is involved in an
offence of unethical business
dealings with NTPC.
12.
Separate
request for enlistment for each category of job / item shall be made.
LIST OF WORKS FOR WHICH ENLISTMENT IS ENVISAGED
CATEGORY – A (More
than ` 5 Lacs
& upto ` 15 Lacs)
Sl. No. |
Name
of Job |
Qualifying
Criteria |
A-1 |
AMC for HT & LT motors. |
Maintenance
/ Overhauling
of HT & LT Motor. |
A-2 |
AMC for LT
motor rewinding. |
LT motor rewinding. |
A-3 |
ARC for HT motor rewinding. |
HT motor rewinding. |
A-4 |
Misc. fabrication work in O&M area. |
Misc. steel fabrication work. |
A-5 |
AMC for TG
& Offsite C&I maintenance. |
TG &
Offsite C&I maintenance. |
A-6 |
AMC for Electrical valve / Damper Actuators, Soot Blowers and ESP
Electricals. |
Electrical valve / Damper Actuators, Soot Blowers and ESP Electricals. |
A-7 |
Contract for
Control cables and fiber optic cable laying in plant. |
Control
Cables and fiber optic cable laying. |
A-8 |
AMC for
Boiler C&I maintenance. |
C&I
maintenance. |
A-9 |
AMC for general Auxiliary and DC system. |
Maintenance of General Auxiliary and DC system. |
A-10 |
AMC for job contract for fire fighting system. |
Maintenance of Fire fighting system. |
A-11 |
AMC for maintenance of D M Plant. |
Maintenance and other
general mechanical work of Off site area. |
A-12 |
AMC for RIP repair of nylon belt. |
RIP repair of nylon belt Maintenance. |
A-13 |
AMC for
contract for operation & maintenance of HMV (Heavy Maintenance Vehicle). |
Operation & maintenance of HMV (Heavy Maintenance Vehicle). |
A-14 |
AMC for On Line leak sealing. |
Maintenance of On Line leak sealing. |
A-15 |
AMC for
rubber lining at DM Plant area. |
Rubber lining at DM Plant area. |
A-16 |
AMC for CHP
C&I maintenance. |
C&I maintenance |
A-17 |
AMC for Insulation, Cladding and refractory work. |
Insulation,
Cladding and refractory work. |
A-18 |
AMC FOR Cooling Tower. |
Maintenance of Cooling Tower. |
Qualifying
Requirement for above mentioned Cat-A (More than ` 5 Lacs & upto ` 15 Lacs)
1.
The
agency / Contractor should have executed the work directly under the
owner
(i.e. end user) of any thermal power plant of 200 M W capacity per
Unit or above as mentioned in
qualifying criteria column for which the
application is being made.
2.
The
executed value of the work as per Qualification Requirement
during
the last seven years ending on the
last day of the month preceding
the date of publication of NIT should be either of the following :
a.
One order of value not less than ` 12.00 Lacs.
OR
b. Two orders of value not less than ` 7.50 Lacs each.
OR
c.
Three orders of value not less than ` 6.00 Lacs each.
3.
The average annual financial turnover of the bidder
during last Three (3)
financial years ending on 31st March 2013 should not be less
than INR 15 Lacs.
4.
The agency / Contractor should submit A-Grade electrical
license for
enlistment of Electrical job against S.No.
A-1 to A-4 , A-7, A-8 & A-10.
Note : (1) Wherever LOA
submitted includes multiple jobs, the execute value of
respective jobs
as specified in the Qualifying criteria column, shall be
considered for evaluation of the Qualification Requirement.
(2) The word " executed " means that the bidder should have
achieved the
progress specified in Sl.No. 2 (a / b / c) of Qualification Requirement even if the
contract is not completed / closed. The same shall be supported by documentary
evidence issued by the owner.
LIST OF WORKS FOR WHICH ENLISTMENT IS ENVISAGED
CATEGORY – B
(More than ` 15
Lacs & upto ` 30 Lacs)
Sl. No. |
Name
of Job |
Qualifying
Criteria |
B-1 |
AMC for HT & LT switchgear. |
HT & LT switchgear Maintenance. |
B-2 |
AMC for lighting maintenance inside plant. |
Lighting maintenance. |
B-3 |
AMC for pressure parts of SG. |
Maintenance of Pressure parts of SG. |
B-4 |
AMC for Milling system. |
Maintenance of Milling system. |
B-5 |
AMC for rotary parts. |
Maintenance of Rotary parts. |
B-6 |
AMC for CW, SACW and makeup pump Maintenance. |
CW, SACW and makeup vertical pump Maintenance. |
B-7 |
AMC for maintenance of A.C. and Ventilation. |
A.C. and Ventilation maintenance. |
B-8 |
AMC for ASH Slurry / ASH Water pumps / Compressors /ASH water recovery
pump house. |
Maintenance of
ASH Slurry / ASH Water pumps / Compressors /ASH water recovery pump
house. |
B-9 |
AMC for ESP, WET & DRY ASH handling system. |
Maintenance of ESP, WET & DRY ASH handling system. |
B-10 |
AMC for
maintenance and patrolling of ASH Disposal line. |
Maintenance
and patrolling of ASH Disposal line. |
B-11 |
AMC of CHP
Wagon Trippler. |
Maintenance of CHP Wagon Trippler. |
B-12 |
AMC for
maintenance of conveyor belt system and miscellaneous work in CHP. |
Maintenance
of conveyor belt system and miscellaneous work of CHP. |
B-13 |
AMC for RIP
repair of steel cord belt. |
Maintenance of RIP repair of steel cord belt. |
B-14 |
AMC for BOP C&I maintenance. |
C&I
maintenance. |
B-15 |
AMC for TG & SG side valves and Dampers. |
Maintenance of TG & SG side valves and Dampers. |
B-16 |
AMC for Public Address System. |
Public
Address System maintenance. |
B-17 |
AMC for maintenance of FOPH, Ducts & Dampers. |
Maintenance
of FOPH, Ducts & Dampers. |
B-18 |
AMC of Bottom ASH
Handling system. |
Maintenance of Bottom ASH Handling system. |
B-19 |
Contract for H.T. & L.T. Grade cables in plant. |
Cables Maintenance of H.T. & L.T. Grade. |
CATEGORY – B (More than ` 15 Lacs & up to ` 30 Lacs)
Qualifying
Requirement for above mentioned Cat-B (More than ` 15 Lacs & upto ` 30 Lacs).
1. The agency /
Contractor should have executed the work directly under the
owner
(i.e. end user) of any thermal power plant of 200 M W capacity per
Unit
or above as mentioned in qualifying
criteria column for which the
application
is being made.
2. The executed value of
the work as per Qualification Requirement
during
the last seven years ending on the
last day of the month preceding
the date of publication of NIT should be either of the following :
a. One order of value not less than ` 24.00 Lacs.
OR
b. Two
orders of value not less than
` 15.00 Lacs each.
OR
c.
Three orders of value not less than ` 12.00 Lacs each.
3. The average annual financial turnover of
the bidder during last Three (3)
financial years ending on 31st March 2013 should not be less
than INR 30
Lacs.
4. The agency / Contractor should submit A-Grade electrical
license for
enlistment of Electrical job against Sl.No.
B-1 & B-2.
Note : (1) Wherever LOA submitted includes multiple
jobs, the execute value of respective
jobs
as specified in the Qualifying criteria column, shall be considered for
evaluation
of
the Qualification Requirement.
(2) The word "
executed " means that the bidder should have achieved the progress specified
in Sl.No. 2 (a / b / c) of Qualification Requirement even if the contract is not completed
/ closed.
The same shall be supported by documentary evidence issued by the owner.
LIST OF WORKS FOR
WHICH ENLISTMENT IS ENVISAGED
CATEGORY – C (More
than ` 30
Lacs & upto ` 50
Lacs)
Sl. No. |
Name
of Job |
Qualifying
Criteria |
C-1 |
AMC
for Turbine & Aux. Maintenance. |
Turbine & Aux. Maintenance. |
C-2 |
AMC for maintenance of CHP. |
P.M, B.D. Maintenance jobs of CHP. |
C-3 |
AMC for CHP Electrical system. |
Maintenance of CHP Electrical system. |
C-4 |
AMC for GMUPH, FOPH, Hydrogen plant & other offsite locations. |
Maintenance of GMUPH, Hydrogen plant & other offsite locations. |
C-5 |
AMC unloading of coal rakes. |
Unloading of coal rakes. |
C-6 |
AMC for belt joint, pulley lagging & accessories job in CHP. |
Maintenance of Belt joint, pulley lagging & accessories job of CHP. |
C-7 |
AMC for Misc. mechanical jobs in CHP. |
Misc. mechanical jobs of CHP. |
C-8 |
AMC for Steel fabrication works in CHP. |
Steel fabrication works. |
CATEGORY – C (More
than ` 30
Lacs & upto ` 50
Lacs)
Qualifying Requirement for
above mentioned Cat-C (More than ` 30 Lacs
& upto ` 50 Lacs).
1. The agency / Contractor should have
executed the work directly under the
owner
(i.e. end user) of any thermal power plant of 200 M W capacity per
Unit
or above as mentioned in qualifying
criteria column for which the
application
is being made.
2. The executed value of the work as per Qualification
Requirement
during last seven years ending on the last day
of the month preceding
the date of publication of NIT should be either of the following :
a.
One order of value not less than ` 40.00 Lacs.
OR
b.
Two orders of value not less than ` 25.00 Lacs each.
OR
c.
Three orders of value not less than ` 20.00 Lacs each.
3. The
agency / Contractor should submit A-Grade electrical license for
enlistment of Electrical job against Sl.No. C - 3.
4. The average annual
financial turnover of the bidder during last Three (3)
financial years ending on 31st
March 2013 should not be less than INR 50
Lacs.
Note : (1) Wherever LOA
submitted includes multiple jobs, the execute value of
respective
jobs as specified in the Qualifying criteria column, shall be
considered for evaluation of the Qualification Requirement.
(2) The word " executed " means that the bidder should have
achieved the
progress specified in Sl.No. 2 (a / b / c) of Qualification Requirement even if the
contract is not completed / closed. The same shall be supported by documentary
evidence issued by the owner.
Address for
communication and submission of completed form
A.G..M. (C&M) I/c
N.T.P.C.Ltd.
C & M Department, P.O.
BARH, NTPC Campus,
Dist. PATNA. Bihar.
PIN 803215.
Phone : 06132-240060 / 240080 / 240042. FAX No. 06132-240067 / 240014
NTPC
Limited
(A Government of India Enterprise)
BARH SUPER THERMAL POWER PROJECT
P.O.: BARH, DISTT. PATNA (BIHAR).
PIN 803215
(Contracts & Materials
Department)
Ph.06132-240080/ 240060 / Fax:
06132-240067 / 240014
Email:
sksaha03@ntpc.co.in
Website:
www.ntpc.co.in
LAST DATE OF
SUBMISSION OF APPLICATION : 15.03.2014(17. 30Hrs)
APPLICATION FOR ENLISTMENT OF CONTRACTORS
1. |
Name of the
Organisation / Agency / Contractor |
______________________________________ |
|||||
2. |
Full Address: Telephone,
Fax, email etc. i) Registered
Office ii) Regional Offices iii) Works |
______________________________________ ______________________________________ ______________________________________ ______________________________________ ______________________________________ |
|||||
3. |
Whether Registered with any Company having ownership of thermal power
plant of 200 M W capacity per Unit or above.: (Attested
copies of documentary proof to be attached) a) Name of Company : b) Regn. No. c) Service(s) 1. 2. 3. 4. |
||||||
4. |
(a) In case of Companies, copies of Certificate of Incorporation,
Memorandum and Articles of Association Duly attested to be furnished. |
Enclosed________ |
Yes / No |
||||
|
(b) In case of partnership firm, the attested copy of Partnership Deed
duly registered to be furnished (Original partnership deed to be produced for
verification on demand). |
Enclosed________ |
Yes / No |
||||
|
(c) In case of Single Proprietorship full name, address, place and
nature of business are to be furnished. |
Enclosed ________ |
Yes / No |
||||
|
(d) Whether the firm is ISO/Equivalent certified if so furnish
attested copy of certificates. |
Enclosed ________ |
Yes / No |
||||
5. |
Copies of following documents to
be Enclosed |
|
Enclosed |
||||
|
(i) PAN Number |
|
Yes / No |
||||
|
(ii) Sales Tax Registration No. |
|
Yes / No |
||||
|
(iii) Service Tax Registration No. |
|
Yes / No |
||||
|
(iv) TIN Registration No. |
|
Yes / No |
||||
|
(v) PF Registration No. |
|
Yes / No |
||||
|
(vi) NSIC Certificate. |
|
Yes / No |
||||
|
(vii) State SSI Certificate. |
|
Yes / No |
||||
|
|
|
|||||
6. |
Details of relatives employed in NTPC (giving full particulars i.e.
name, designation and the deptt /unit in which working) |
1. _____________________________ 2. _____________________________ 3. _____________________________ |
|||||
7. |
Any other particulars (give
details of similar services done earlier, their year of service,
commissioning and feedback on Performance) |
||||||
8. |
Description of
Items/Works/Services for which Enlistment is sought. |
Sl. No. |
Category No. |
Name of the work |
|||
1 |
|
|
|||||
2 |
|
|
|||||
3 |
|
|
|||||
|
|
|
|||||
9. |
If already enlisted (either as individual or partnership) with any
NTPC Power Stations/Regions/Units Give details & enclose copy of
Enlistment Certificate. Name of Project/Station Work/Services enlisted for Year
of enlistment |
||||||
|
|
|
|||||
10 |
If already enlisted with any
PSU/Govt. Deptt. Give details |
||||||
11 |
|
||||
|
|
|
|||
12 |
No. of workers employed and no.
of managerial persons employed. |
||||
13 |
In future, NTPC shall invite most of the tenders through e-tendering.
To participate in such tenders, you require digital certificate and P.C. with
internet connection. Please confirm that you will continue to participate in
our tender, if invited through on-line electronic mode. |
||||
14 |
Mention any other relevant
details. |
||||
15 |
Enclose a copy of POs executed by you in last 07 (seven) years. Name of service |
||||
|
i. |
||||
ii. |
|||||
iii. |
|||||
|
I certify that all the information and data furnished by me in this
application form are true and complete to the best of my knowledge and all
required Certificates as per list at Note below have been enclosed. |
||||
|
Signature of
the Applicant/Authorised Person (Seal) |
||||
List of enclosures: |
|||||
Documents to be enclosed with the Application: |
|||||
|
|||||
1. |
PAN Number |
- Yes / No |
|||
2. |
Service Tax
Registration Number |
- Yes / No |
|||
3. |
TIN Registration
Number |
- Yes / No |
|||
4. |
Performance
Certificates from important customers |
- Yes / No |
|||
5. |
List of Important
Customers |
- Yes / No |
|||
6. |
Sales Tax Registration
Certificate |
- Yes / No |
|||
7. |
NSIC/SSI
Registration /Factory License No., if any |
- Yes / No |
|||
8. |
Balance Sheet |
- Yes / No |
|||
9. |
Independent PF Code
Number |
- Yes / No |
|||
Note: i) |
No correspondence on
the subject from Vendor /Contractor will be entertained. They will be
informed, in due course, as soon as enlistment is finalised. |
ii) |
All applications
shall be super scribed as “Application for Vendor Enlistment” and the
category number on the envelope. |
iii) |
NTPC reserves
the right to accept, reject any or all the applications without assigning any
reasons and to seek extra information, if required. |
iv) |
Completed forms in all respects along with necessary documents to be
submitted by the date indicated in the forms. |
v) |
Please
enclose only above documents or any other relevant document. P.O. copies along with execution proof as per Qualifying Requirement during the
last seven years to be submitted. |
Signature along with
Seal of Company
…..………………………………………
(Duly authorized to
sign the tender on behalf of the tenderer)
IMPORTANT
NOTE:- (a) Last date for the receipt of request for Application
form is 22.02.2014 (17.30 Hrs). Enlistment fee is ` 500.00 is to be submitted in the form of a Crossed Account
Payee Demand Draft or Banker's Cheque in favour of NTPC Ltd., Payable at SBI-Barh Branch, NTPC Campus (Branch code No. 10085). No other
mode of payment is acceptable. (b) For each category of work, separate application
with Application fee of ` 500.00 is
to be enclosed. Application for each category / nature of work should furnish
in separate envelope. Last date of submission of Application form is
15/03/2014 (17.30 Hrs). |
Request form for
Registration/ Login id on NTPC e-tender (SRM)
1 |
Existing Vendor Code with NTPC -ERP/SAP (tick) |
Vendor code: |
||||
2 |
Existing Vendor Code with NTPC- SRM (tick) |
Vendor code: |
||||
Vendor Details (Pl' mention latest details): Existing SRM registered
vendors may pl fill in case any change. |
||||||
1 |
Name of the Vendor /firm/ agency |
|
||||
2 |
Vendor mail id |
|
||||
3 |
Telephone no. |
|
Fax No: |
|||
4 |
Contact Person Name |
|
||||
5 |
Designation |
|
Mobile no: |
|||
6 |
E-mail id:- |
Telephone No: |
||||
7 |
Complete Address |
|
||||
8 |
City |
|
||||
9 |
Pin Code |
|
State: |
|||
10. In case of any change in the name of Company/address furnished to
NTPC Previously, pl' mention the details & enclose the documentary evidence
showing the change. |
||||||
a) |
Name of Vendor |
|
||||
b) |
Old Address |
|
||||
c) |
City |
|
State: |
|||
Authorized
Signatory:
Name:
Designation:
Company
Seal (Official Stamp):
E.F.T. FORM
(TO BE RETURNED TO THE COMPANY)
TO,
N.T.P.C. LTD.
BARH SUPER THERMAL POWER PROJECT
P.O.: BARH,
DISTT. PATNA (BIHAR).
PIN 803215
Dear Sir,
REF: AUTHORISATION OF
ALL OUR PAYMENTS THROUGH
ELECTRONICS FUND TRANSFER SYSTEM
We,
hereby authorize NTPC Ltd., Scope Complex, Lodi Road,
New Delhi 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)
5. NAME
OF THE BENEFICIARY
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
6. ADDRESS
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
PIN CODE |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
7. TELEPHONE
NO. (WITH STD CODE)
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
8. 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) 9 DIGIT
MICR CODE OF THE BANK BRANCH
(ENCLOSED
COPY OF A CANCELLED CHEQUE)
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
(F) BANK
ACCOUNT NUMBER
|
|
|
|
|
|
|
|
|
|
|
|
|
(G) BANK
ACCOUNT TYPE (TICK ONE)
SAVING |
CURRENT |
LOAN |
CASH CREDIT |
OTHERS |
IF OTHERS, SPECIFY
|
|
|
|
|
|
|
|
|
4. PERMANENT ACCOUNT NUMBER (PAN)
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
5. E- MAIL Address for Intimation regarding release of
payments
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
6. BRANCH CODE
|
|
|
|
|
|
|
|
|
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 Company
responsible.
DATE
SIGNATUE
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
(AUTHORISED
SIGNATORTY)
Name:
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
OFFICIAL
STAMP
BANK CERTIFICATION:
It is certified that above mentioned beneficiary holds
a bank account …………………
with our branch and the
Bank particulars mentioned above are correct.
DATE SIGNATURE
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
(AUTHORISED
SIGNATORY)
Authorization No.: …………………………
Name:
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
OFFICIAL STAMP
Form
of Acceptance of Fraud Policy
To
NTPC Limited
(A Govt. of India
Enterprises)
Barh Super Thermal
Power Project,
Post : Barh, Distt.-Patna (Bihar)
PIN-803215
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,
|
(Signature) ………………………………………………. |
Date : |
(Printed Name) …………………………………………... |
Place : |
(Designation) …………………………………………….. |
|
(Common Seal) ………………………………………… |
Signature
of the Contractor with date & seal