(A Government of India Enterprise)
PO:VINDHYANAGAR,DISTT.SINGRAULI(MP)486885
INVITATION TO BID/NOTICE INVITING TENDER
DOMESTIC COMPETITIVE BIDDING
NIT Ref. No. VSTPP/C&M/OTE/2017/01
1. NTPC LimitedVindhyachal Super Thermal Power Project, in Madhya Pradesh, invites e-tender bids /
tenders / proposals from eligible bidders for the following packages:
2. Brief Description of NIT:
Sl.
No.
NIT No.
Name of Work
Est. Cost
(`. In
Lakh)
Tender Fee
(including GST)
/ Earnest
Money (in `)
Bid document
issue period*
(from - to)
BOD part (A),
part (B), &
partC) **
Completion
period
01
Bid Invitation
Job Contract for Dredging of over
flow Lagoon of Stage-I & II at
NTPC, Vindhyanagar under Mega
R&M of Stage-I.
400.46
2655/-
8,01,000/-
12.09.2017
To
04.10.2017
25.10.2017
12
Months
IMPORTANT NOTES:
* Bid document issue time (offline) from 10.00 am to 4.00 pm (Excluding Sunday/Closed Holiday).
** Date of opening of part (C) shall be communicated only to the bidders, who are found qualified at a
later date.
- Type of Bidding Single stage two envelopes bidding. (Price bid
Shall be submitted online only)
- Last date of submission of queries by bidders, if any : 18.10.2017
- Submission of "No Deviation Certificate" : To be submitted by bidder invariably as per
Format enclosed [Annexure A-2 (INB)]
Note: Bids are to be submitted super scribing the tender reference as detailed below: -
PART
Envelope
Mode
Superscription
on envelope*
Remarks
A
Envelope A
Offline
EMD
It shall be submitted in separate sealed envelope in
Tender Box containing
Requisite EMD in valid form
B
Envelope B
Offline
Technical Bid
It shall be submitted in separate sealed envelope in
Tender Box containing:
1. Total credential to fulfill all the criteria as
mentioned in Qualifying Requirements at Sl.
No.8 below.
2. Bidder assessed Supply material list (without
rate/price details).
C
_______
Online
Price Bid
The Price Bid/Rate Part shall be submitted online in
SRM only.
* Name of Package and NIT No. are also to be super scribed on envelope.
Followings may kindly be noted that: -
- Price Bid shall be submitted online only. No financial terms including discount/premium to be quoted
off-line or in C-folder.
- No deviation, whatsoever, is permitted by NTPC, as preparation of price bids, its opening and
comparative evaluations are done online.
Hence, the quoted amounts as per the system shall only be considered for evaluation. Any documents/
conditions found offline shall be treated invalid and shall not be considered for evaluation.
3. Bidder can view/download the complete set of Bid documents as per the following procedure:
Login/ password
status
Type of Vendor
Required documents for viewing our tender documents
A
Vendors already having SRM
Vendor code and Password
Refer Clause No. 4 below.
B
Vendors already having SAP
vendor code but does not have
SRM Login ID and Password
1. Duly filled signed and stamped Annexure-II (format given
below) should reach us at least 5 (five) working days prior to last
date of bid document sale period at the address given below at Cl.
10.
2. After obtaining SRM login ID and password, the agency shall
follow as per login password status “A” above.
C
New Vendor neither having
any vendor code in SAP nor
any SRM Login ID and
Password
1. Duly filled signed and stamped Annexure-I (format given below)
should reach us at least 10 (Ten) working days prior to last date of
bid document sale period at the address given below at Cl. 10 along
with following documents duly filled, signed and stamped:
a) Partnership deed/affidavit for proprietorship/certificate
of incorporation (as applicable).
b) Scanned copy of PAN Card (self-attested)
c) Address proof with Postal PIN code
d) Copy of PF Registration Documents
e) Copy of Service Tax Registration
f) EFT FORM (Annexure-V) with original cancelled Cheque
2. After obtaining SRM login ID and password, the agency shall
follow as per login password status “A” above.
Note: Digital Signature certificate (Class-III category is required) is a must for vendors to participate in e-tender. For
further details please visit “Guidelines to Bidders” in SRM Login screen.
4. Mode of payment for purchase of tender documents:
a) On-line:
Bidders can view/download the tender documents after logging in our e-tender site:
i) By clicking on “e-tender” in home page of www.ntpctender.com
ii) In the Internet browser directly type the URL
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging in to our e-tender site as mentioned above, the bidder shall pay the requisite tender fee through
payment gateway by clicking “pay tender fee” as mentioned in the “Bidder’s Manual” and also in Guidelines to
Bidders” which are available on the SRM Login screen.
In case of any difficulty, please contact help desk no. 0120-2952319
b) Off-line: Tender fee shall be made in the form of Pay order / Demand draft / Bankers Cheque in favor of NTPC
Limited, from any of the list of Nationalized or Scheduled Bank enclosed at Annexure-III, payable at
Vindhyanagar/ Singrauli/ Waidhan of Madhya Pradesh, and the same should reach to us at least three working days
prior to last date of bid document sale period at the address given below at Cl. 10.
c) Exemptions of cost of tender documents: Refer clause No. 05 (iii) (c)
Request for tender documents received after the offline last date as mentioned i.e. up to 04.10.2017 at 4:00 pm shall
not be entertained.
5. Bid Security (EMD): Bidder has to submit earnest money deposit (EMD) of requisite value in a separate envelope offline
super scribing “EMD Envelope” containing (Requisite EMD in valid form and “No Deviation Certificate”) as detailed above,
the same must reach to the office at the address mentioned below before the bid submission deadline as mentioned in the e-
tender of our SRM system.
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 amount 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 / Demand Draft / Bankers Cheque in favor of NTPC Limited,
from any of the list of Nationalized or Scheduled Bank enclosed at ANNEX- III, payable at Vindhyanagr/
Singrauli/ Waidhan of M.P.
b) Unconditional and irrevocable Bank Guarantee from a nationalized bank/ scheduled bank. The bid security
shall remain valid for a period of 45 days beyond the original bid validity period (180 days) or beyond
any extension in the period of bid security. 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) Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single
point registration scheme and SSI units registered with MP SSIDC for the said item/ services shall be exempted
from payment of Tender Fee and EMD. Exemptions of EMD and other benefits to MICRO AND SMALL
ENTERPRISES (MSEs) shall be governed as per enclosed ANNEX-IV. Bidders seeking exemption should
enclose a self certified legible copy of valid registration certificate giving details such as items/ services for
which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the
certificate has expired or the stores items are not matching with the tendered items such requests run the risk of
their request being passed over as disqualified for this concession/exemption. In case of any doubt on eligibility
of such exemption/ concession bidder may get clarification from NTPC Official before submission of their bid.
d) The bid security of all the unsuccessful bidders will be returned as promptly as possible as per terms of
bidding documents.
e) No interest shall be payable by NTPC on the Bid Security.
f) Any Bid not accompanied by a Bid Security (EMD) in a separate sealed envelope, may be rejected online by
the owner as being non-responsive and the technical bid envelop shall be returned to the bidder without being
opened.
6. No Deviation Certificate: Bidders has to mandatorily accept the “No Deviation Certification” as an Attribute as per Format
enclosed in C-folder.
7. Clarification on Bidding documents: Bidder may seek clarification through e-mail or in hard copy (offline) upto the time
specified as mentioned in the bidding document. The queries will be answered by NTPC and posted in the C-folder/Brief of
amendments. The bidders can view all queries and all answers once they are posted in the C-folder.
8. Qualifying Requirements:
1.0 The bidder should have executed the work(s) of “Dredging in waterways/ water channels/ reservoir/ dam/ canal/ river/ ports/
dockyard/ Naval or any combination of above mentioned dredging works”, during last seven (07) years as on the date of
Techno-commercial bid opening, as any of the following:
(a) Three works having value not less than Rs.160.00 lacs each
OR
(b) Two works having value not less than Rs.200.00 lacs each
OR
(c) One work having value not less than Rs.320.00 lacs.
NOTE:
(i) The work “executed” mentioned above means that the bidder should have achieved the progress specified in the QR
even if total contract has been started earlier and/or not completed/closed.
(ii) Reference work executed by a bidder as a sub-contractor may also be considered provided the certificate issued by
main contractor is duly certified by Project Authority specifying the scope of work executed by the sub-contractor in
support of Qualifying Requirements.
2.0 Financial Criteria
(a) The average annual turnover of the Bidder, in the preceding three (3) financial years as on the date of Techno-
Commercial bid opening, should not be less than Rs.400.00 lacs (Rupees Four Hundred Lacs Only).
In case the bidder does not satisfy the average annual turnover criteria, stipulated above on its own, its Holding
Company would be required to meet the stipulated turnover requirements as above, 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
Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by the Holding Company’s
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.
(b) The Net Worth of the bidder as on the last day of the preceding financial year (reckoned on the date of techno-
commercial bid opening) should not be less than 100% of the Bidder’s paid-up share capital. In case the Bidder
meets the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or
Subsidiaries of its Holding Companies wherever applicable, the Net worth of the Bidder and its subsidiary(ies)
and/or Holding Company and/or subsidiary (ies) of the Holding Company, in combined manner should not be less
than 100% of their paid-up share capital. However individually, their Net worth should not be less than 75% of their
respective paid-up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the respective paid up share
capitals and Y1, Y2, Y3 are individual paid up share capitals.
(c) 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 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 case where audited results for the last financial year as on the date of 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 for the 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
Account certifying the financial parameters is not available.
NOTE:
(i) Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves
credited out of the profits and share premium account but does 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.
(iii) “Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per Companies Act
of India.
9. General Conditions: (For submission of bid)
a) Sealed tenders signed in all pages should be submitted offline in two (02) parts: -
a. Part (A) for EMD.
b. Part (B) for Technical Bid
c. However, the Price part must be quoted in SRM only.
b) The bids shall be received upto 10:30 Hrs. on date of Technical Bid Opening (PART-A and PART B in offline and
PRICE IN SRM), and PART-A and PART-B shall be opened at 11:00 Hrs. on the same date as stipulated above in the
presence of bidder, who wish to be present.
c) In case, the date of Bid opening coincides with HOLIDAY, it shall be shifted to next working day at the same time.
d) In the evaluation and comparison of bids, NTPC Limited reserves the right to allow purchase preference to Central Public
Sector Enterprises (CPSEs) and Joint ventures with CPSEs as admissible under the existing policy of the Govt. of India.
e) All credentials pertaining to this NIT must be submitted before the date of Bid Opening as mentioned in the NIT.
f) For bid submission, mandatory acceptance of bidders in Attribute Tab of SRM required for Letter of Undertaking, No
Deviation Certification (as per format attached in Tender documents in C-folder), Fraud Prevention Policy, Safety Rules,
Banning Policy and Integrity pact (if applicable).
g) For other General Conditions i.e. Fraud Prevention Policy, Safety Rules, Banning Policy and Integrity pact (if applicable)
please visit our website http://ntpctender.com.
h) For any postal/communication delay, NTPC Limited will not be held responsible.
i) Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.
j) Notwithstanding anything stated above, NTPC reserves the right to assess bidder’s capability & capacity to perform the
contract, should the circumstances warrant such assessment in overall interests of the Owner.
k) NTPC reserves the right to split, reject any or all bids or cancel/withdraw the invitation for bids without assigning any
reason whatsoever thereof and in such case no bidder/intending bidder shall have claim arising out of such action.
l) Tender document is not transferable.
m) Package Coordinators of NTPC-Vindhyachal:
i. Sh Ramlal Paikara, DGM(C&M)
Mobile No.: 9425823427, email id: ramlalpaikra@ntpc.co.in
ii. Sh A. K. Saha, Sr.Manager (CS)
Mobile No.: 9434751544, email id: aksaha03@ntpc.co.in
10. Address for Communication:
AGM (C&M)
NTPC Limited, Vindhyachal Super Thermal Power Project
P.O.- Vindhyanagar, Distt. Singrauli (M.P) 486 885.
Phone/fax : 07805-247439
ADDL. GENERAL MANAGER(C&M)
Annexure-I
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 the following.
Form-A:
For New Vender (Prospective)
Name : _________________________________________________________
Address : _________________________________________________________
_________________________________________________________
_________________________________________________________
State : ________________________ City : _____________________
Country : ________________________ PIN: _____________________
Telephone No. : ________________________ Extn.: _____________________
Mobile No. : ___________________________
Fax No. : ______________________________
E-mail ID : _________________________________________________________
Your Company’s Bank Name : __________________________________________________
Account No. : ___________________________________________
Branch : ___________________________________________
Address : _____________________________________________________
_____________________________________________________
PAN Number : ______________________________________________________
CST Number : ______________________________________________________
Excise Regn. Number: _____________________________________________________
SSI No. : _______________________________________________________
Contact Person’s Name: _________________________________________________
Designation : _______________________________________________________
Bid Invitation Number interested in: ___________________________________________
DD details as tender fee: Issuing Bank: _____________________________________
No. : ___________________________ Date of Issue: ________________________
Amount: ________________________ DD Valid till: ________________________
Note: Please download print and fill this form. Submit it to the Package In charge/Contact Person as mentioned in the Bid
invitation along with the DD of required amount.
DD should be in favor of “NTPC Limited” payable at the ordering location mentioned the Bid invitation.
Annexure-II
REQUEST FOR LOGIN ID ON NTPC e-TENDER
If you are already a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill the
following.
Form-B:
For Existing Venders
Existing Vender Code with NTPC: ______________________________ Pre ERP
Post ERP
Telephone No.: ________________________ Extn.: _____________________
Mobile No. : __________________________
E-mail ID : _________________________________________________________
Contact Person’s Name: __________________________________________________
Designation : _________________________________________________________
Bid Invitation Number interested in: _____________________________________________
DD details as tender fee: Issuing Bank: _____________________________________
No. : ___________________________ Date of Issue: ________________________
Amount: ________________________ DD Valid till: ________________________
Address and other details (Only in case of change):
Name : _________________________________________________________
Address : _________________________________________________________
_________________________________________________________
_________________________________________________________
State : ________________________ City : _____________________
Country : ________________________ PIN: _____________________
Telephone No. : ________________________ Extn.: _____________________
Mobile No. : ________________________
Fax No. : ______________________________
E-mail ID : _________________________________________________________
Your Company’s Bank Name : __________________________________________________
Account No. : _____________________________________________________
Branch : _____________________________________________________
Address : _____________________________________________________
_____________________________________________________
Note: Please tick the approximate box in front of vendor code to indicate whether the vendor code given is Pre-ERP or Post-
ERP. Tender fee payment can be given through DD or Payment Gateway. In case the Option of DD is opted should be in
favor of “NTPC Limited” payable at ordering location mentioned in the Bid invitation.
Request for login may be sent through E-mail or manually sent to Package in charge/control person as mention in the Bid
Invitation.
Annexure A2 (INB)
NO DEVIATION CERTIFICATE
NAME OF PACKAGE & PROJECT: Job Contract for Dredging of over flow Lagoon of Stage- I & II at NTPC.
Vindhyachal under Mega R&M of Stage-I.
Bidding Document No. / NIT No.: 40076580
Bidders Name and Address
M/s To, AGM (C&M)-I/c
NTPC Vindhyachal
Dear Sir,
1.0 With reference to our Bid Proposal No.-** Dt… for ABOVE
PACKAGE & PROJECT” bid document No. stated as above, we hereby confirm that we comply with all
terms, conditions and specification of the bidding Documents read in conjunction with Amendment (s)
/Clarifications(s)/Addenda/ Errata (if any) issued by the Employer prior to opening of Techno Commercial Bids
and the same has been taken into consideration while making our Techno- Commercial Bids & Price Bid and we
declare that we have not taken any deviation in this regard.
2.0 We further confirm that any deviation, variation or additional condition etc, or any mention contrary to Bidding
Documents and its Amendment (s)/ clarification(s)/ Addenda/ Errata (if any) as mentioned at 1.0 above found
anywhere in our Techno- commercial Bid 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.
Date-16/04/201 (Signature) ____________________
Place: (Name ) ____________________
(Designation )____________________
(Common Seal)____________________
** Agency’s forwarding letter ref No and date, if any, may be entered
Note: This No Deviation Format must be submitted duly Filled, Signed and
Stamped along with Bid.
Annexure III
List of Banks for Bank Guarantee for Bid Security
A SBI AND ASSOCIATES
1. State Bank of India
2. State Bank of Bikaner & Jaipur
3. State Bank of Hyderabad
4. State Bank of Mysore
5. State Bank of Patiala
6. State Bank of Travancore
B NATIONALISED BANKS
1. Allahabad Bank
2. Andhra Bank
3. Bank of India
4. Bank of Maharashtra
5. Canara Bank
6. Central Bank of India
7. Corporation Bank
8. Dena Bank
9. Indian Bank
10. Indian Overseas Bank
11. Oriental Bank of Commerce
12. Punjab National Bank
13. Punjab & Sind Bank
14. Syndicate Bank
15. Union Bank of India
16. United Bank of India
17. UCO Bank
18. Vijaya Bank
19. Bank of Baroda
20. Bhartiya Mahila Bank
C SCHEDULED PRIVATE BANKS (INDIAN BANKS)
1. Catholic Syrian Bank
2. City Union Bank
3. Dhanlaxmi Bank Ltd.
4. Federal Bank Ltd
5. Jammu & Kashmir Bank Ltd
6. Karnataka Bank Ltd
7. Karur Vysya Bank Ltd
8. Lakshmi Vilas Bank Ltd
9. Nainital Bank Ltd
10. Kotak Mahindra Bank
11. Ratnakar Bank Ltd
12. South Indian Bank Ltd
13. Tamilnad Mercantile Bank Ltd
14. ING Vysya Bank Ltd
15. Axis Bank Ltd.
16. IndusInd Bank Ltd
17. ICICI Bank18. HDFC Bank Ltd.
19. DCB Bank Ltd
20. Yes Bank Ltd
D SCHEDULED PRIVATE BANKS (FOREIGN
BANKS)
1. Abu Dhabi Commercial Bank Ltd
2. Bank of America NA
3. Bank of Bahrain & Kuwait B.S.C.
4. Mashreq Bank p.s.c.
5. Bank of Nova Scotia
6. Crédit Agricole Corporate and Investment Bank
7. BNP Paribas
8. Barclays Bank
9. Citi Bank N.A.
10. Deutsche Bank A.G.
11. The HongKong Shangai Banking Corporation Ltd
12. HSBC Bank Oman S.A.O.G.
13. Societe Generale
14. Sonali Bank Ltd.
15. Standard Chartered Bank
16. J.P. Morgan Chase Bank, National Association
17. State Bank of Mauritus Ltd.
18. DBS Bank Ltd.
19. Bank of Ceylon
20. Bank Internasional Indonesia
21. A B Bank
22. Shinhan Bank.
23. CTBC Bank Co. Ltd.
24. Mizuho Corporate Bank Ltd
25. Krung Thai Bank Public Company Ltd.
26. Antwerp Diamond Bank N.V.
27. The Bank of Tokyo-Mitsubishi UFJ Limited.
28. Austalia & Newzealand Banking Group Limited
29. Sumitomo Mitsui Banking Corporation
30. American Express Banking Corporation
31. CommonWealth Bank of Australia
32. Credit Suisse A.G.
33. FirstRand Bank Ltd.
34. Industrial & Commercial Bank of China Ltd.
35. JSC VTB Bank
36. National Australia Bank
37. Rabobank International
38. Sberbank
39. UBS AG
40. United Overseas Bank Ltd.
41. Westpac Banking Corporation
42. Woori Bank
43. The Royal Bank of Scotland N.V.
44. Doha Bank Qsc
E OTHER PUBLIC SECTOR BANKS
1. IDBI Bank Ltd
Annexure IV
1. EXEMPTION FROM PAYING TENDER FEES & EARNEST MONEY DEPOSIT:
Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries
Corporation or Directorate of Handicrafts and Handloom or Udyog Aadhar or any other body specified by
Ministry of Micro, Small and Medium Enterprises as per MSMED Act 2006,for goods produced and
services rendered, shall be issued the bid documents free of cost and shall be exempted from paying
Earnest Money Deposit.
2. PRICE PREFERENCE:
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price within
price band of L1 + 15 percent shall also be allowed to supply a portion of requirement by bringing down
their price to L1 price in a situation where L1 price is from someone other than a Micro and Small
Enterprise and such Micro and Small Enterprise shall be allowed to supply up to 20 percent of total
tendered value. In case of more than one such MSE, the supply will be shared proportionately (to tendered
quantity).
However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting
price within price band of L1 + 15 percent shall be allowed to execute the package by bringing down
their price to L1 price in a situation where L1 price is from someone other than a Micro and Small
Enterprise. The award shall be made as follows:
a) Award shall be given to L1 bidder if L1 bidder is a MSE.
b) In case L1 bidder is not a MSE, then all the MSE vendor(s) who have quoted within the range of L1
+ 15%, shall be given the opportunity in order of their ranking (starting with the lowest quoted
MSE bidder and so on) to bring down its price to match with L1 bidder. Award shall be placed on
the MSE vendor who matches the price quoted by L1 bidder.
c) If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1 bidder, then
the award shall be made to the L1 bidder.
The benefit as above to MSEs shall be available only for goods/services produced & provided by MSEs for
which they are registered. MSEs seeking exemption and benefits should enclose a attested/self-certified
copy of registration certificate, giving details such as stores/services, validity (if applicable) etc. failing
which they run the risk of their bid being passed over as ineligible for the benefits applicable to MSEs.
NOTE:
Generally, in tenders having Itemwise evaluation, splitting is allowed unless otherwise specified in the
Special Conditions of Contract (SCC). Further, in tenders having Packagewise/Lumpsum evaluation
generally splitting is not allowed. Please refer Special Conditions of Contract for specific tender provisions.
The benefits as above to MSEs shall be available only for goods/ services produced and provided by MSEs
for which they are registered.
MSEs seeking exemption should enclose an attested/ self-attested copy of valid registration certificate
giving details such as validity, stores/ services, etc. failing which they run the risk of their bid being passed
over as ineligible for the benefits applicable to MSEs.
Annexure V
E.F.T. Form
(TO BE RETURNED TO THE NTPC)
To
Vindhyachal Super Thermal Power Project
NTPC Limited , P.O. Vindhyanagar
Dist. Sidhi (MP) 486885
Dear Sir,
REF: AUTHORISATION OF ALL OUR PAYMENTS THROUGH
ELECTRONIC FUND TRANSFER SYSTEM
We hereby authorize Vindhyachal Super Thermal Power Project, P.O. Vindhyanagar, Dist. Sidhi (MP)-
486885 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.
C) BRANCH ADDRESS
PIN
CODE
BANK CODE
IFSC CODE
VENDOR CODE
D) BANK FAX NO. (WITH STD CODE)
E) 9 DIGIT MICR CODE OF THE BANK BRANCH
(ENCLOSE COPY OF A CANCELLED CHEQUE)
F) BANK ACCOUNT NUMBER
G) BANK ACCOUNT TYPE (TICK ONE)
SAVING
CURRENT
LOAN
CASH CREDIT
OTHERS
H) IF OTHERS, SPECIFY
5. PERMANENT ACCOUNT NUMBER (PAN)
6. E-MAIL Address for Intimation regarding release of payments
7 a) IFSC CODE:
b) BRANCH CODE:
c) BANK CODE:
I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is
not effected at all for reasons of incomplete or incorrect information, I/We would not hold the Company responsible.
SIGNATURE
DATE
(AUTHORISED SIGNATORY)
Name:
OFFICIAL STAMP
----------------------------------------------------------------------------------------------------------------------------------------------
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.
SIGNATURE
DATE
(AUTHORISED SIGNATORY)
Name:
OFFICIAL STAMP
Note: 1) CANCELLED MICR CHEQUE MUST BE ENCLOSED.
2) XEROX COPY OF PAN CARD TO BE ENCLOSED.
3) PLEASE MENTION SAP VENDOR CODES, if applicable.