NTPC Limited

(A Govt. of India Enterprise)

Darlipali Super Thermal Power Project

Notice Inviting Tender (NIT)

 

A.                NTPC invites on-line bids from eligible bidders for the below mentioned package, as per the scope of work briefly mentioned here in after.

 

B.                 Brief Details

 

Bid Invitation Number

40020149

NIT Date

04.03.2014

Name of the Job

Construction of Double Storey Pre-Engineered Field Hostel (Family) for CISF at Darlipali STPP.

Estimated Cost in INR

Rs. 241.49 Lakh

Document sale Commencement Date

11.04.2014

Document sale Close Date

30.04.2014 up to 5.30 PM

Source NIT

Darlipali Super Thermal Power Project, Darlipali Sundargarh

Contract Classification

Works Contract

Last Date and Time for Bid Submission

21.05.2014  up to 03.30 pm

Bid Opening Date & Time (Technical)

21.05.2014  at  4.00 PM

Price Bid Opening Date & Time

To be communicated later to the technically qualified bidders

Cost of bid document in INR

Rs 2250.00

EMD in INR

Rs. 4,83,000.00

C.                Initial Steps for participation in our e-tender is as per the table mentioned below

Type of Vendor

Required for viewing our tender document

Vendors already having SRM vendor code and Password

1)      Before download/viewing our tender document, party has to pay requisite tender fee either through payment gate way by clicking on "pay tender fee" after login in our SRM site  or send Crossed Demand Draft/ Pay Order/Bankers Cheque in favour of NTPC Limited payable at Bhubaneswar, Odisha of requisite amount directly to us, which should reach us at least three working days prior to Last Date of document sale period.

Vendors already having SAP vendor code, but does not have SRM login id and Password

1.      Duly Filled Annexure-1 (format given below) should reach us at least five working days prior to Last Date of document sale period.

2)      Before download/viewing our tender document, party has to pay requisite tender fee either through payment gate way by clicking on "pay tender fee" after login in our SRM site  or send Crossed Demand Draft/Pay Order/ Banker Cheque in favour of NTPC Limited payable at Bhubaneswar, Odisha of requisite amount directly to us, which should reach us at least five working days prior to Last Date of document sale period  with Duly Filled Annexure-1. 

New Vendor neither having any vendor code in SAP nor

any SRM login ID and Password

 

1.      Duly Filled Annexure-2 (format given below) and scanned/photo copy of PAN card (self Attested) along with the detailed address and EFT form (Annexure-2A) with certification from the banker  should reach us at least seven working days prior to Last Date of document sale period.

2.      Before download/viewing our tender document, party has to pay requisite tender fee either through payment gate way by clicking on "pay tender fee" after login in our SRM site  or send Crossed Demand Draft/Pay Order/Bankers Cheque in favour of NTPC Limited payable at Bhubaneswar, Odisha of requisite amount directly to us, which should reach us at least seven working days prior to Last Date of document sale period with Duly Filled Annexure-2.

Note:

 

  • The agency can login e-tender site (SRM login site) for participation in our tendering after complying to above. The agency can reach our e-tender site SRM login site directly through below mentioned address.

https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart'

  • The agency can also access our e-tender site (SRM login site) through www.ntpctender.com and clicking on Login (e-Tender).
  • Bidders are also advised to go through in detail of the content in the link viz "Bidders Manual", "Guidelines to Bidder" and "FAQs" in the said website (NTPC-eTender)
  • Small Scale Industries registered with NSIC/OSIDC shall be exempted from payment of cost of tender document. This shall be subject to submission of a self certified legible copy of valid registration certificate giving details, such as 'items / services for which registered, validity, monetary limits etc'.
  • NTPC takes no responsibility for any loss/delay/non-receipt of applications/ documents sent by post.

 

 

 

 

 

 

 

 

I.                   TENDERS ARE HEREBY INVITED ON BEHALF OF NTPC LIMITED FOR THE FOLLOWING WORK FOR NTPC LIMITED, DARLIPALI SUPER THERMAL POWER PROJECT, SUNDARGARH, ODISHA.

NAME OF WORK

ESTIMATED COST /

COMPLETION PERIOD

BID DOCUMENT SALE PERIOD

EARNEST MONEY (Rs)

-------------------

COST OF BID DOCUMENT(Rs.)

TECH.BOD

--------------

PRICE BOD

(*)

Construction of Double Storey Pre-Engineered Field Hostel (Family) for CISF at Darlipali STPP.

 

Rs.241.49 Lakh

-----------------

09 (Nine) Months

 

11.04.2014

 

to

 

30.04.2014 (05.30 pm)

 

4,83,000.00

------------------

2250.00

 

 

 21.05.2014

( 04.00 PM)

--------------

(*)

 

Note: 1. (*) PRICE Bid opening date shall be communicated separately only to the qualified bidders.

A.    A complete set of bid documents may be purchased by any interested bidder on submission of a written application and payment (non-refundable) of the cost of bidding documents as mentioned above in the form of a Crossed Demand Draft/Pay Order/ Banker Cheque in favour of NTPC Limited payable at Bhubaneswar, Odisha. Cash payment/money order will not be accepted. Requests for tender documents must be sent to 'address for communication'. Requests received after the last date as mentioned, due to delays of postal/courier services or requests without requisite cost of tender documents shall not be entertained

B.    Small Scale Industries registered with NSIC/OSIDC shall be exempted from payment of cost of tender document. This shall be subject to submission of a self certified legible copy of valid registration certificate giving details, such as 'items / services for which registered, validity, monetary limits etc'.

C.    The bidding documents can also be downloaded from http://www.ntpctender.com on registration and online payment (non-refundable) towards cost of bidding documents and the downloaded documents can be used for bidding purpose.

D.   Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified.  The qualification status shall be examined by the tender committee during the process of bid evaluation.

E.    Earnest Money Deposit(EMD)/Bid Security

Bid Security/EMD and Letter Of Undertaking (format enclosed in the bid document ) shall be submitted in a sealed envelope, which should be superscribed "Name of Package.....", NIT ref no. ...  due on date of Bid Opening : 16.04.2014  : from ____________________________ (Name and  Address of bidder)." , separately offline by the stipulated bid opening date and time at the address of  communication  given below. Any bid without an acceptable Bid Security/EMD shall be treated as non-of responsive by the employer and shall not be opened.

 

The EMD offered shall, at bidders option, be in the form of (i) A Crossed Demand Draft/Pay Order/Bankers Cheque in favour of NTPC Limited payable at Bhubaneswar, Odisha or (ii) an unconditional and irrevocable Bank Guarantee (BG) from any of the banks specified in the bidding documents. The format of Bank Guarantee towards bid security shall be in accordance with the 'Proforma for BG' included in the bidding documents. While getting the Bank Guarantee issued, Bidders are requested to ensure compliance to the points mentioned in Bank Guarantee Verification Check List in the bidding documents. Bidders are required to fill up this check list and enclose the same along with the bank guarantee. EMD for an amount less than or equal to Rs 50,000.00 shall not be accepted in the form of bank guarantee. EMD shall not be accepted in any other form.  

The bid security shall remain valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the period of bid validity subsequently requested.

ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY WITHIN THE SCHEDULED TIME SHALL BE REJECTED BY THE EMPLOYER AS BEING NON-RESPONSIVE AND BID SHALL NOT BE OPENED.

NSIC / SSI units and Registered Cooperative Societies of Land Oustees, for the items / services for which such units are registered, shall be exempted from payment of Bid Security / Earnest Money Deposit. Eligible NSIC/SSI units shall be exempted from paying Security Deposit (SD) upto the monetary limit for which the unit is registered with NSIC/ OSIDC. This shall be subject to submission of a self certified legible copy of valid registration certificate giving details, such as 'items / services for which registered, validity, monetary limits etc' in the EMD envelope.

 

II.                SALIENT TECHNICAL FEATURE :

 

SITE LOCATION:

Darlipali Super Thermal Power Project (DSTPP) is a Unit of NTPC Limited, in Tangarpali Block under, Sundargarh Sadar Sub-Division of Sundargarh Dist of ODISHA.

NTPC/DSTPP Located North of Raigarh- Jharsuguda NH-200 and is approachable from Gandhi Chowk (near Brajrajnagar) through 15 KMs long single lane village road.

Nearest major Towns : Jharsuguda about 25 KMs, Sundargarh about 28 KMs

Nearest Railway Station: Brajrajnagar 20 KMs, Jharsuguda about 25 KMs

Nearest Airport : Raipur (Chhattisgarh) 300 KMs, Bhubaneswar 330 KMs

PROPOSED CAPACITY:

Phase - I:        2 Units each 800 MW - Total 1600 MW

 

 

SCOPE OF WORK :   

The scope of work includes all civil works, services and electrification works and  the design, supply and installation of Field Hostel at Darlipali Super Thermal Power Project (2x800 Mw) (CISF Colony) consisting of Living rooms, Bedrooms along with attached toilets, kitchen, corridor and Reception cum entrance lobby (Double storey PRE-ENGINEERED STRUCTURE) including RCC foundation for pre engineered structure, with columns, plinth beams and Brick work etc. up to plinth, super structure with structural steel, wall cladding, roofing and false ceiling, insulation, flooring, skirting and dado, service platforms, doors and windows, sanitary installations, plumbing, electrification, Plinth protection, anti-termite treatment, pathway and surface drains, separate water storage tank, manhole, Soak Pit, Septic Tank and area development as per the schematic plan shown in Tender drawings and technical specifications.

 

The agency has to arrange all the materials, machineries and manpower required including cement, structural and reinforcement steel, required for the work. NTPC shall not issue any material for the work. All the materials should be strictly as per specifications. The agency has to make their own arrangements for construction water and power required for smooth execution of the work at their own cost.

Before quoting rate in connection with the above work, the bidder should  see other detail documents which are attached in C-folder.

 

These salient technical features as mentioned herein is only to facilitate the prospective bidders to prima-facie understand the requirements under the tender and shall not in any way limit or alter the scope of work and technical features/ specification of equipment/ systems/ services covered in the bidding documents. Detailed provisions with regard to scope of work and technical features/ specification of equipment/ systems/ services, contained in the bidding document shall be final and binding.

 

III.       Qualifying Requirements (QR) For Bidders:   

The bidder should have designed / got designed, fabricated, supplied and assembled / erected a two or more storied prefabricated structure during the last seven (07) years, meeting any of the following as on the date of bid opening in:

 

a) One similar contract of value not less than Rs. 193.19 Lakhs

 

OR

 

b) Two similar contracts of value not less than Rs. 120.75 Lakhs each

 

OR

 

c) Three similar contracts of value not less than Rs. 96.6 Lakhs each

 

2.0  Financial Criteria:

2.1    The average annual turnover of the Bidder, in the preceding three (03) financial years as on the date of bid opening shall not be less than INR 321.99 Lakhs

 

2.2    In case the bidder is not able to furnish its audited financial statements on standalone entity basis, the un-audited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder furnishes the following further documents on substantiation of its qualification.

 

a)    Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

 

b)   A Certificate from the CEO / CFO of the Holding Company, as per the format enclosed in the bid documents, stating that the un-audited unconsolidated financial statements form part of the Consolidated Annual Report of the company.

 

2.3       In cases where audited results for the last preceding financial year are not available, certification of financial statements from a practicing Chartered Accountant shall also be considered acceptable.

 

2.4     In case a bidder does not satisfy the financial criteria, stipulated at Clause 2.1 above on its own, the holding company would be required to meet the stipulated turnover requirements at Clause 2.1above, provided that the net worth of such holding company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the holding company.

 

       In such an event, the bidder would be required to furnish along with its bid, a Letter of Undertaking from the holding company, supported by Board Resolution, as per the format enclosed in the bid documents, pledging unconditional and irrevocable financial support for the execution of the Contract by the bidder in case of award.

 

Notes:

(i) Net worth means the sum total of the paid up share capital and free reserves. Free reserves means all reserves credited out of the profits and share premium account but do not include reserves credited out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

 

(ii) Other income shall not be considered for arriving at annual turnover.

 

2.5 Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and capacity of the Bidder / his collaborators / associates / subsidiaries / group companies to perform the contract, should the circumstances warrant such assessment in the overall interest of the Employer.


IV. GENERAL TERMS AND CONDITIONS

1.      DOCUMENTS TO BE SUBMITTED WITH TECHNICAL BID(to be attached in C Folder):

Legible copies of the following documents duly signed by the authorized representative of the bidder are to be submitted in support of the qualifying requirement along with technical bid.

A)    (i) Detailed Award letter / Work Order with bill of quantities (ii) proof of value of work executed as mentioned at (B) below

B)    Documentary evidence issued by the employer as proof of value of work executed clearly indicating (i) the executed value of the work and (ii) period (giving start date and end date) during which the work has been executed, in the form of job completion certificate / final deviation order / copies of measurement book (R/A bills). An employer means Government / Large Industrial Organizations / Public Sector Enterprises.

C)    Audited balance sheet and profit & loss account of last three financial years ending 31st March 2013 (namely 2010-11, 2011-12 & 2012-13).

D)    Partnership deed/ affidavit for proprietorship/ certificate of incorporation/ articles of association etc with latest changes, if any.

E)     Copy of Power of Attorney of Authorized Signatory (if applicable)

F)     Copy of  PAN, Service Tax, STCC/TIN.

G)    Certificate of compliance of qualifying parameters.

NTPC if so desire may verify the performance of the bidder from their respective clients.

2.      Bids should be submitted by 3.30 pm on the scheduled date of opening(After 3.30PM system will not allow) of technical bid and shall be opened online at 4.00 pm , in presence of bidders or their authorised representative who wish to be present.

3.      If the last date of receiving application and date of bid opening coincides with a holiday, the date will be shifted to the next working day.

4.      First EMD envelope shall be opened. Technical Bids of bidders who have submitted EMD in acceptable form to NTPC shall be opened online next. If the bidder qualifies as per the QR and terms and conditions of NIT, their price bid shall be opened on  the date to be intimated after evaluation of technical bids.

5.      No deviation will be allowed on price basis, period of completion, deduction of security deposit and other statutory deductions. Bids with such deviation shall be considered as non-responsive.

6.      NTPC takes no responsibility for any loss/delay/non-receipt of tenders / Requests / EMD / any document sent by post. All communications must be sent at the 'address for communication' only.

7.      Notwithstanding anything stated above, NTPC reserve the right to assess bidder's capability and capacity to perform the contract, should the circumstance warrant such assessment in overall interest of the owner.

8.      NTPC reserve the right to reject or accept any tender without assigning any reasons thereof.

9.      Above details are only indicative. Other detailed terms and conditions shall be as per our tender documents. Interested bidders are advised to visit the site and familiarize themselves with the site conditions.

10.  Parties blacklisted / banned by any NTPC Unit / Corporate Centre as well as other Public Sector / Government Agencies are NOT eligible to participate.

11. Help Line: Kindly get in touch with following persons for any enquiries pertaining to the  NIT for the  package :

 

(i)                Shri  Tanmoy acharya,  AGM (C&M) DSTPP, Mob. No: 09437043642

Email: tacharya@ntpc.co.in

(ii)             Shri   T.K.Biswas , Manager(CS) DSTPP, Mob. No.:09437001886

Email: tkbiswas@ntpc.co.in

 

ADDRESS FOR COMMUNICATION:

 

AGM( Contracts & Materials)

 NTPC Limited

 Darlipali Super Thermal Power Project

 3rd & 4th Floor, Amba Tower, Hospital Road,

AT/ P.O : Sundargarh,

 Dist: Sundargarh, Pin Code-770001, Odisha

 Phone No.: 06622-274535, Fax No.: 06622-274535

 

 

Annexure No 1

 

Request for Login ID on NTPC e-Tender.

If you are already a supplier/contractor of NTPC, and interested in participating in e-tenders of NTPC, please fill in the following form.

Form B

For Existing Venders:

 

Existing Vender Code with NTPC: _______________

 

Phone Number:  ____________________     Extn: _________________

Email ID:_______________________________________________________

Contact Person's Name: ___________________________________________

Designation: _______________________________________________

 

Bid Invitation number interested in: _________

 

DD/BC/Pay Order details as tender fee:  Issuing Bank: _____________________________

No: _____________   Date of Issue: __________

Amount: _________   DD/BC/Pay Order Valid till: __________

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: Tender fee payment can be given through DD/BC/Pay Order or payment Gateway. In case the option of DD/BC/Pay Order is opted should be in favor of "NTPC Limited" payable at the Bhubaneswar

Request for Login may be sent through E-mail or manually sent to Package in charge / Contact person as mentioned in the Bid Invitation.

 

 

Annexure No 2

 

Request for Login ID on NTPC e-Tender.

If you are not a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill in the following.

 

Form A

New Vender (prospective)

 

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:    _____________________________________________

Bid Invitation number interested in: __________________

 

DD/BC/Pay Order details as tender fee:  Issuing Bank: _____________________________

No: _____________   Date of Issue: __________

Amount: _________   DD Valid till:__________

 

Note: Please download, print and fill up this form. Submit the forms along with a cancelled cheque to the Package in charge/ Contact person as mentioned in the Bid Invitation along with the DD/BC/Pay Order of required amount.

 

DD/BC/Pay Order should be in favor of "NTPC Limited" payable at the Bhubaneswar

 

Request for Login may be sent through E-mail or manually sent to Package in charge / Contact person as mentioned in the Bid Invitation.

 

 

 

 

ANNEXURE-2A 

(E.F.T)- Form 

 (TO BE RETURNED TO NTPC LTD)

To,

Finance & Accounts Department

NTPC Limited

ER-II HQ, Bhubaneswar (Odisha)

 

Dear Sir,

 

Ref:  AUTHORISATION OF ALL OUR PAYMNETS THROUGH ELECTRONIC FUND TRANSFER SYSTEM.

 

We, hereby authorize NTPC Ltd, ER-II HQ, Bhubaneswar 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 ONLY)

1.         NAME OF THE BENEFICIARY

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

2.         (a) ADDRESS

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PIN CODE:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

(b) NSIC/SSI REGISTRATION NO. ....................................... (If Yes Submit Document)

 

(c ) TYPE OF  FIRM (TICK ONE)  &  ACCORDINGLY SUBMIT DOCUMENT

PROPRIETARY FIRM

PARTNERSHIP FIRM

COMPANY

OTHERS

 

 

 

 

 

3.         TELEPHONE NO. WITH STD CODE / CELL NO (BENEFICIARY)

 

PHONE NO.

 

 

 

 

 

 

 

 

 

 

 

 

 

FAX NO.

 

 

 

 

 

 

 

 

 

 

 

 

 

3.      BANK PARTICULARS

 

A)        BANK NAME

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

B)     BANK TELEPHONE NO. (WITH STD CODE)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

C)    BRANCH ADDRESS & BRANCH CODE OF THE BANK

BRANCH CODE:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

BRANCH NAME &

ADDRESS:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PIN CODE

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

D)    BANK FAX NO. (WITH STD CODE)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

E)       9  DIGIT MICR CODE OF THE BANK BRANCH 

 

 

 

 

 

 

 

 

 

 

 

 

F)         11 DIGIT IFSC CODE FOR THE BANK BRANCH

 

 

 

 

 

 

 

 

 

 

 

 

 

F)     BANK ACCOUNT NUMBER (ENCLOSE COPY OF A CANCELLED CHEQUE)

                                   

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

G)       BANK ACCOUNT TYPE (TICK ONE)

                                   

SAVING

CURRENT

LOAN

CASH CREDIT

OTHERS

 

4.        PERMANENT ACCOUNT NUMBER (PAN) (ENCLOSE A SELF ATTESTED COPY OF PAN)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                       IF OTHERS, SPECIFY (TIN/VAT/SERVICE TAX REGN. NO. )

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

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 effect at all for reasons of incomplete or incorrect information, I/ We would not hold the Company responsible.

 

DATE

 

 

 

 

 

 

 

 

                                                                                                                        SIGNATURE

                                                                                                                               (AUTHORISED SIGNATORY)

                                                                                                                     OFFICIAL STAMP

 

 

 

 

   NAME OF THE BENEFICIARY:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

BANK CERTIFICATION:

It is certified that above mentioned beneficiary holds a bank Account No. _________________ with our branch and the Bank Particulars mentioned above are correct.

 

DATE

 

 

 

 

 

 

 

 

 

                                                                                                            SIGNATURE

                                                                                                   (AUTHORISED SIGNATORY BANK)

                                                                        Authorization No.: ............................................

        Name of the authorized signatory:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                                                                                       BANK OFFICIAL STAMP

Enclosures: 1) Cancelled Cheque of your bank account.

                    2) Photocopy of PAN (self attested).

                    3) Postal Address with Pin Code

                    4) Documents supporting to the status at 2(b) & (c )