NTPC Limited

(A Government of India Enterprise)

SSC-ER-1, Barh, Patna

PO- NTPC Barh, Dist-Patna (Bihar)

N OTICE INVITING TENDER (NIT)/ INVITATION FOR BIDS (IFB)

(Domestic Competitive Bidding)

1.NTPC invites ONLINE bids from eligible Bidders for “DEPLOYMENT OF MANPOWER FOR

OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC

BARAUNI FOR A PERIOD OF 02 YEARS”, through e- tender (https://eprocurentpc.nic.in) under

Open Tender Single Stage Two Envelope bidding process.

2.Brief Information of NIT :

NIT Subject

 

DEPLOYMENT OF MANPOWER FOR OPERATION OF

 

 

UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250

 

 

MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS

NIT No. /Date

 

NTPC/SSC - ER-I(Barh)/ 9900199791/041/1028 dtd

 

 

08.05.2020

Estimated Cost

 

Not to be displayed

Completion Period

 

Two years (24) Months

NIT Publication date and time

 

08.05.2020, 18:00 Hrs

Online Document download through

 

GepNIC

site

 

https://eprocurentpc.nic.in)

(Sale)

 

Start Date & Time

 

 

Source of IFB/NIT

 

SSC ER-1, NTPC, Barh

Contract Classification

 

Services

 

 

Start Date for seeking clarification

08.05.2020, 18:00 Hrs

 

Last Date for seeking clarification

19.05.2020 16:00 Hrs

Start Date and Time for Bid submission

08.05.2020 18:00 Hrs

Last Date and Time for Bid submission

25.05.2020, 16:00 Hrs

Technical Opening Date & Time

 

26.05.2020, 16:00 Hrs

Price Bid Opening Date

 

To be informed later

Cost of Bidding Documents

 

Rs.4500.00 including GST

EMD Amount in INR

 

Rs.10,00,000.00 (Rupees Ten lakhs only) (For details including

 

 

exemption of EMD, refer clause-5 as mentioned below).

 

 

 

3.Bidder can view/download the complete set of Bid document as per the following procedure.

Type of Vendor

 

Required Document for viewing/downloading our tender document

 

 

 

Vendors already

having

 

GEPNIC vendor code and

Follow Clause No-4 as below:

Password

 

 

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

Vendors already having SAP

Step-1: The agency has to furnish duly filled Annexure-2 and register at

vendor code, but does not

GEPNIC e-Procurement Portal with valid login ID mapped with Digital

have GEPNIC Login ID and

signature.

Password

Step-2 After compliance of step-1, Follow Clause No-4 as below

New Vendor neither having

Step-1 :The agency has to furnish the followings:

any vendor code in SAP nor

 

 

any GEPNIC login id and

 

 

Password

 

 

 

A.

Duly Filled Annexure-1 (format given below)

 

B.

PAN card scanned/photo copy (self Attested)

 

C.

EFT form(Format Given Below), duly filled and endorsed by their

 

 

banker, Cancelled Cheque

 

D.

Copy of PF Documents

 

E.

Service Tax Registration

 

F.

ESI Code / Undertaking for ESI

 

All these should reach us at least seven working days prior to Last Date

 

of Tender Fee Payment.

 

Step-2 After compliance of step-1, Follow Clause No-4 as below.

4.Mode of Payment for purchase of tender document:

a)On-Line:

Vendors can view/download the tender document after logging in our e-tender site by clicking on “NTPC e-Tender in home page of https://eprocurentpc.nic.in

After logging in to our e-tender site as mentioned above, the interested bidder can pay the tender fee as mentioned in the “Tender Details” and “Guidelines to Bidders” which are available on the CPP portal.

In case of any difficulty, please contact help desk no- 180030702232, Mobile no. 7878007972 and 7878007973.

Presently, submission of tender fee -online mode / EMD in offline/online mode

b)Exemption on Cost of Tender Document: Applicable.

c)Tender fee is non-refundable.

5.Bid Security: (EMD):

1. The scan copy of on-line payment receipt/ MSE Benefit Certificate(if applicable) and MSE Undertaking /Declaration(if applicable) shall be attached at the designated place. Except bank guarantee, NO offline payment (like DD/BC,etc) is allowed.

2.Offline payment is allowed only for Bank Guarantee(BG). In case of BG, it should be sent in a sealed envelope,

super scribed on the top as under: Tender No._________

Due End Date of Bid Submission______

From _____________ (Name of Bidder).

The sealed envelope with BG must be submitted offline and reach (through SPEED POST or others) to: SSC ER-I, C&M, NTPC/Barh STPP, PO- NTPC Barh Campus, Dist – Patna, Bihar-803215 on or before Bid Submission End Date and time (BSED). The same received after BSED shall be treated as non responsive bid and the same shall be returned in original and online bid of the bidder if submitted shall not be opened.

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

In case of Bidders opting for Bank Guarantee as Bid Security but unable to send the Original Bank Guarantee in physical form at the tender opening location, following shall be applicable:

(i)The issuing bank shall intimate through their own official e-mail id to concerned C&M department with a copy to Bidder regarding issuance / extension of BG along with following documents:-

(a)The scanned copy of the BG.

(b)SFMS message acknowledgement copy sent to NTPC banker stating the date of sending.

(c)An undertaking through official e-mail id of bank as per format enclosed at Annexure-A

SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding documents.

SFMS confirmation shall be obtained by concerned NTPC executive from Employer’s bank with regard to issuance of Bank Guarantee before award.

(ii)Bidders shall be required to upload the scanned copy of the BG on GepNIC / e-tendering portal.

Instruments for EMD / Tender Documents Fee.

i)E-Payment : EMD / Tender Documents Fee (If applicable) may be paid through E-payment on GePNIC portal. Upon successful E-payment on the portal or Online Payment, an e-receipt shall be issued to the bidder by the system, a copy of which is to be online submitted by the bidder at GePNIC portal.

While paying through E-payment, bidder should mention the NIT / Tender No (9900XXXXXX) as reference and the same should be mentioned on self generated e-receipt.

There is no need to submit E-receipt physically at SSC ER-I NTPC Barh.

ii)Bank Guarantee (BG): In case Bid Security is submitted by way of Bank Guarantee (BG), the same should be valid for 225 days from the date of Opening of Techno-commercial offer.

The BG should be on Non-Judicial stamp paper/e-stamp paper of appropriate value as per Stamp Act prevailing in the State(s) where the BG is submitted or is to be acted upon or the rate prevailing in the State where the BG is executed, whichever is higher.

The Stamp Duty applicable in Bihar is INR 1000/-.

iii)EMD / Tender Fee Exemption (Benefits to MSEs) (Reference Clause 31.0 of ITB):

For availing MSE benefits for purchase preference, bidder shall confirm that they are manufacturer of all the item(s) specified in the bidding documents, which are a pre requisite for extending MSE benefits of purchase preference. In case, Bidder is not a manufacturer of all such items which are a pre-requisite for extending MSE benefits of purchase preference, but is a manufacturer of at least one of the item(s) of the package, then benefits of EMD and Tender fee exemption only shall be extended in such cases and its bid shall be evaluated / treated as Non-MSE bid. In support of above claim regarding manufacturing of each of the specified Item(s), Bidder will furnish necessary details of Stores/ Category of items etc. as mentioned in the MSE registration certificate along with the above Undertaking. In case, such details are not available in the Registration Certificate furnished by the Bidder for any of the above item(s), other relevant details / documentary evidence will be

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

furnished along with the Undertaking in support of the claim that such item(s) are manufactured by the Bidder. Format for declaration / undertaking by bidder at Annexure-A2

Benefits to MSEs are applicable only for (1) Goods produced and (2) Services provided by MSEs. MSE benefits shall not be applicable to Trader/Dealer of Goods. Further, MSE benefits shall also not be applicable for Works Contracts.

MSE bidders seeking Exemption from EMD / Tender Fee must online submit the following:

Valid MSE Certificate / Document

In case of MSEs availing ‘EMD and tender fee’ exemption based on relevant certificates of MSEs and undertaking as elaborated above submitted by them, it will be deemed that MSE benefits (for EMD and tender fee) have been extended provisionally. The evaluation of bid as MSE shall be done only after detailed scrutiny/evaluation of documents submitted by MSEs for availing ‘EMD and tender fee’ benefit. If the documents submitted for availing MSE benefits found in Non Compliance, the bid submitted by the concerned bidder shall be rejected and shall not be evaluated further.

Bidder’s Bank shall also send electronic message through secure SFMS (in case of BGs issued from within India) or SWIFT (in case of BGs issued from outside India) to Employer’s Beneficiary Bank whose details are provided herein below:

Beneficiary Bank details are provided herein below:

I

Bank Name

State Bank of India

 

 

 

Ii

Branch

NTPC Barh Campus

 

 

 

Iii

Bank Address

Barh STPP, PO- NTPC Barh Campus, Dist- Patna, Bihar – 803215.

 

 

 

Iv

IFSC Code

SBIN0010085

 

 

 

Bidders are advised to ensure that the message is sent by their Bankers and the Bidders must submit the reference details as part of the bid with the EMD.

Exemptions:

(i)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 or Udyog Aadhar registered vendor and Handloom 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.

IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/CWPRS/CWC and other Govt. Institutes/agencies (excluding PSUs) are also exempted from submission of EMD.

a) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

b)The Bid Security shall be forfeited in any of the following circumstances by the Owner without any notice or proof of damage to the Owner:

(i)If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder in the Bid Proposal.

(ii)In case the Bidder does not accept the corrections towards the discrepancies in their bid, where ever the breakup of prices have been asked separately.

(iii)If any deviation, variation or additional condition etc found anywhere in our technical 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.

(iv)In the case of a successful bidder, if the bidder fails within the specified time limit to furnish the acceptance of Letter of Award / Purchase Order.

(v)In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the required Contract Performance Guarantee in case the same is required as per conditions of the P.O / LOA.

(vi)If the bidder / their representative commit any fraud while competing for this contract pursuant to Fraud prevention policy of NTPC.

c)No interest shall be payable by NTPC on the Bid Security.

d)ANY BID NOT ACCOMPANIED BY A BID SECURITY, SHALL BE REJECTED BY THE EMPLOYER AS BEING NON RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING OPENED.

6.No Deviation Certificate:

“No deviation, whatsoever, is permitted by the Owner to any provisions of bidding Documents.”

The acceptance of above is an attribute of the on line Bid Invitation and the Bidders are required to confirm acceptance of Compliance to All Provisions of Bidding Documents (NIL Deviation Certificate) online. Only after acceptance of the above condition the bidder shall be allowed to submit the bid.

In case any deviations, variations and additional conditions are found anywhere in the bid (Techno Commercial Bid & Price Bid), the same shall not be given effect to in evaluation and it will be considered that the bidder complies to all the terms and conditions of Bidding Documents without any extra cost to the Owner irrespective of any mention to the contrary, anywhere in the bid, failing which the Bid Security of the Bidder be forfeited.

7. Clarification on Bidding Documents:

Bidder can seek clarifications through e-mail or online through GepNIC site up to the time specified as mentioned in the bidding document. The queries will be answered by NTPC and replied through email

8. Qualifying Requirements of Bidders:

In addition to the requirements stipulated in Section ITB (Instructions to Bidders), the Bidder shall also meet the Qualifying Requirements stipulated hereunder.

Sl No

QUALIFYING REQUIREMENTS

 

1.0

TECHNICAL CRITERIA:

 

1.1

Route 1:

 

 

 

The Bidder should be in the field of “DCS controlled operation of Thermal Power Units of 110 MW

 

or higher

rating” and should have executed the work of “providing manpower for

DCS controlled

 

operation of at least 01 (One) Thermal Power Unit of 110 MW or higher rating, for a continuous

 

period of

one year or more” during the past seven (07) years reckoned from the

date of techno-

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

 

commercial bid opening.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

OR

 

 

 

 

 

 

 

 

 

 

 

1.2

Route 2:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

The

Bidder

should

 

have experience of “having commissioned/ supervised commissioning/

 

carried out the Performance Guarantee test

of at

least 01 (One)DCS

controlled Thermal Power

 

Unit

of 110

MW or higher rating” during the past seven (07) years reckoned

from

the

date of

 

techno-commercial bid opening.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

OR

 

 

 

 

 

 

 

 

 

 

 

 

Route 3:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1.3

The Bidder should have experience of “DCS controlled

operation of

at least 01 (One) Self owned

 

Thermal Power Unit of 110 MW or higher rating, for a continuous

period

of

one year or more

 

during the past seven (07) years reckoned from the date of techno-commercial bid opening.

 

 

 

In such

a

case, notarized Affidavit to

this

effect, is required to be submitted by the bidder.

 

2.0

FINANCIAL CRITERIA:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

The average annual turnover of the bidder

in the preceding three (03) financial years as on

the

 

date

of

Techno-Commercial bid opening, should

not be

less than INR 359

 

Lakhs

(INR

Three

 

Hundred

Fifty-nine

Lakhs only).

 

 

 

 

 

 

 

 

 

 

 

 

 

 

3.1

In case a Bidder does not satisfy the financial

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 requested 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 Techno-Commercial

Bid Documents, pledging unconditional &

 

irrevocable financial support for the execution of the Contract by the Bidder in case of award.

 

 

 

3.2

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 the Holding Company.

 

 

 

 

 

 

 

 

 

 

ii) A certificate from the CEO/CFO of the Holding Company, as per 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.

 

 

 

 

 

3.3

In cases 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 (03)

 

consecutive

financial years preceding the last financial year shall

be

considered

for evaluating

 

the financial parameters. Further, a certificate would be required from CEO/CFO as per the

format

 

enclosed

in

the bidding

document 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

 

Accountant certifying financial parameters is not available.

 

 

 

 

 

 

 

 

 

 

3.4

Net worth of the Bidder should not be less than 100% (hundred percent) of its paid up share

 

capital as on the last day of the preceding Financial year on the due date of Techno-commercial

 

bid opening. In

case

the

Bidder does not meet

the Net

worth criteria

on

its own,

it

can

meet

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

the requirements of Net worth based on the strength of its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of the Holding Companies, wherever applicable. In such a case, however the Net worth of the Bidder and its Subsidiary(ies) and/or Holding Company and/or Subsidiaries of the Holding Companies, in combined manner should not be less than 100% of their total paid up share capital. However individually, their Net worth should not be less than 75% of their respective paid up share capitals.

3.5

Net worth in combined manner shall be calculated as follows:

 

 

 

 

Net worth (combined)= [ (X1+ X2 +X3) / (Y1 +Y2+Y3)] X 100Where 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.

 

 

 

 

 

3.6

Reference works executed by the bidder as

a member of Joint Venture / Consortium/ Associate

 

can also be considered provided:

 

 

 

 

 

 

(i)The allocation of scope of work between the partners of the Joint Venture/ Consortium/

 

Associate is clearly defined in the executed Joint Venture Agreement/ Consortium Agreement/ Deed

 

of Joint Undertaking and Bidder’s scope of work and break-up of quantities executed by them as

 

individual contribution in the Joint Venture/

Consortium/ Associate -duly authenticated by the

 

Project Authority -should meet the

relevant provisions of Qualifying Requirement.

 

 

(ii)In case the reference work has been executed by the Bidder in

an integrated Joint venture where

 

in allocation

of

scope of work and break-up of quantities between the partners is not

clearly

 

specified

in

the

integrated Joint

Venture Agreement, then

the credit of executed quantities

 

can

be claimed

by

the bidder in the ratio of bidder’s share in the integrated

Joint

Venture

 

Agreement, provided the bidder establishes

that it regularly undertakes works as at clause 1.0

 

above (through any of the three defined routes). The executed works/quantities by the

 

integrated Joint Venture shall be duly authenticated by the Project Authority.

 

 

 

(iii)Reference work executed by a bidder as

a sub-contractor may also be considered. In such a

 

case, the bidder shall submit the documentary evidence in support of above.

 

 

 

(iv)In case of composite work/ BOQ, the

bidder shall have to furnish Certificate from Owner

 

certifying the specific nature of work, as mentioned in Route 1.0, 2.0 & 3.0 of Technical Criteria (as

 

applicable)

 

 

 

 

 

 

 

 

3.7

Notes:

 

 

 

 

 

 

 

 

 

 

(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 figures.

 

 

 

(iii)

Holding Company” and “Subsidiary Company” shall have

the meaning ascribed to

them as

 

 

per Companies Act of India.

 

 

 

 

 

 

(iv)

For Annual Turnover indicated in foreign currency, the exchange rate as on

seven (07) days

 

 

prior to the date of techno-commercial bid opening shall be used.

 

 

 

Remarks:

 

 

 

 

 

 

 

 

 

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

i) Bidder must submit requisite credentials in support of having met the qualifying requirement. A summary sheet of all documents need to be submitted along with the technical offer. Summary Sheet should clearly describe the eligibility credentials. Credentials may include:

1.Purchase order/ work order copies.

2.Work Completion /Performance Certificate against purchase order/ Work Order Copies from the End user

9.Brief Description of items: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS

10.Following documents must be uploaded online, failing which the offer shall be liable for rejection:

I.Qualifying Requirement: Total credential to fulfill all the criteria as mentioned in Qualifying requirement of the NIT/IFB.

II.Technical Bid:

a.All TECHNICAL DATA SHEETS as per the format provided in the tender document duly filled.

b.Any other data/information as sought in our tender document.

III. Company/Firm Details:

a.Document related to legal status of the Bidder (i.e., Sole Proprietorship Concern/Partnership Firm/ Private Limited Companies/ Public Limited Companies and Statutory Corporation/ Consortium/ Joint Venture), Name and address (es) of the sole proprietor / partners / Board of directors.

b.Memorandum and articles of association/photocopy of partnership deed/affidavit of proprietorship.

IV.

Copy of GST certificate.

V.Copy of valid independent PF code no. issued by concerned RPFC.

VI.

Copy of PAN card.

VII.

Copy of ESI Certificate/Undertaking for submission of ESI (As per Annexure-X mentioned in the bid

 

document).

11.Participation in the tender does not automatically mean that the bidders are considered qualified. NTPC shall evaluate the qualifying requirement of each bidder as per NIT after opening of technical bid and the bids of the bidder who is not meeting the qualifying requirement shall not be considered.

12.NTPC reserves the right to reject any or all bids or cancel/withdraw the invitation for bids/IFB without assigning any reason whatsoever and in such case no bidder/intending bidder shall have claim arising out of such action.

13.NTPC will not be responsible for any loss/late receipt/non-receipt of applications for tender documents/bids due to any postal delay or delay, in any form, in transit.

14.If the last date for receiving applications/ selling of bids/ date of bid opening coincides with holiday, the date will be shifted to the next working day.

15.Tender document is not transferable.

16.Package Co-ordinator:

(A)Name: Ratnakar Behera

Designation: DGM(SSC-C&M)

Contact No.:9650992819

E-mail: ratnakar04@ntpc.co.in

(B)Name: Sanjeev Kumar Varsheney Designation: AGM (SSCC&M)/Contracts

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

Contact No.:9471701256

E-mail: skvarsheney@ntpc.co.in

17.Address for Communication: AGM(SSC- C&M)

Shared Service Centre (SSC-C&M), ER-1, Barh STPP, NTPC Ltd.,

PO- NTPC Barh Campus, Dist- Patna, Bihar- 803215.

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

nnexureA No 1

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 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 Ltd” payable at the ordering location mentioned in the Bid Invitation.

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

Annexure No 2

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 followingform. F orm B

For Existing Venders:

Existing Vender Code with NTPC:

 

 

 

 

 

__Pre ERP

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Post ERP

 

Phone Number:

 

 

 

 

 

 

_

 

 

 

 

 

 

 

 

 

Extn:

 

 

 

 

 

 

 

Email 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 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.

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 Ltd” payable at the ordering location mentioned in the Bid invitation.

Request for Login may be sent through E-mail or manually sent to Package in charge / Contact

person as mentioned in the Bid Invitation.

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

Annexure-3

 

E .F.T. Form

Bidder’s Name and Address:

To, NTPC Limited,

 

.............................................

 

.............................................

Dear Sirs,

We, hereby authorize the 0wner 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 NUMBER (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)

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

(E)BRANCH CODE

(F)9 DIGIT MICR CODE OF THE BANK BRANCH (ENCLOSE COPY OF A CANCELLED CHEQUE)

(G)BANK ACCOUNT NUMBER

(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 transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold the owner responsible.

 

 

 

NAME ………………………………………………

 

 

 

SIGNATURE (AUTHORISED SIGNATORY)

DATE

_

OFFICE

 

 

 

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

(AUTHORISED SIGNATORY)

DATE_

Authorization

No.:....................................

NAME: _

OFFICE STAMP

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS”

Annexure-A

Format of Undertaking

(To be sent by Issuing Bank through official e-mail id)

From: xxxbank@xx.in

To: xxxx@ntpc.co.in

We have issued BG No. __________ dated_________ for an amount of Rs. ___________ on

behalf of ___________ towards Bid Security / EMD for Tender No ____________ in favor of

NTPC.

Please find enclosed the soft copy of the Bank Guarantee and SFMS acknowledgement. The SFMS is sent on _______(date).

We undertake to send the original BG to __________ (name of tendering location)directly once

postal /courier services are restored and that NTPC’s claim will be binding on us without the physical copy.

We undertake not to cancel the aforementioned BG No. _______ without written consent /

instruction from NTPC Ltd.

(Name of Bank Official)

Authority No.

NAME OF PACKAGE: “DEPLOYMENT OF MANPOWER FOR OPERATION OF UNIT NO. 6 & 7 (2X110 MW) & UNIT NO.8 & 9 (2X250 MW) AT NTPC BARAUNI FOR A PERIOD OF 02 YEARS