NTPC Limited
(A Government of India Enterprise)
PO- NTPC Barh,
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 - |
|
| 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 |
|
(Sale) |
| |
Start Date & Time |
|
|
Source of IFB/NIT |
| SSC |
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 |
|
|
|
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 | |
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 | ||
vendor code, but does not | GEPNIC | |
have GEPNIC Login ID and | signature. | |
Password | ||
New Vendor neither having | ||
any vendor code in SAP nor |
|
|
any GEPNIC login id and |
|
|
Password |
|
|
| A. | Duly Filled |
| 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. | |
|
4.Mode of Payment for purchase of tender document:
a)
Vendors can view/download the tender document after logging in our
After logging in to our
In case of any difficulty, please contact help desk no- 180030702232, Mobile no. 7878007972 and 7878007973.
Presently, submission of tender fee
b)Exemption on Cost of Tender Document: Applicable.
c)Tender fee is
5.Bid Security: (EMD):
1. The scan copy of
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
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
(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
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 /
Instruments for EMD / Tender Documents Fee.
While paying through
There is no need to submit
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
The BG should be on
The Stamp Duty applicable in Bihar is INR
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
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
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
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 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
| ||||||||
|
|
|
|
|
|
|
|
|
|
| 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 |
|
| ||||||||||||||||||||
| 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 | not be | less than INR 359 |
| Lakhs | (INR | Three | |||||||||||||||
| Hundred | 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 | share capital | of the Holding | Company. In such | an | event, | |||||||||||||||||
| the Bidder would be requested to furnish along | with its | |||||||||||||||||||||
| Undertaking | from | the |
| Holding Company, supported by the Holding Company’s Board Resolution, as | ||||||||||||||||||
| per the format enclosed in the | 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 | 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 | |||||||||||||||||||||
| 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 | ||||||||||||||||||||||
| 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 | ||||||||||||||||||||||
| 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 | ||||||||||
| individual contribution in the Joint Venture/ | Consortium/ Associate | |||||||||
| Project Authority | 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 | 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 | |||||||||
| 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 |
|
| |||||||
| 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 |
| 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
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
(A)Name: Ratnakar Behera
Designation:
Contact No.:9650992819
(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
17.Address for Communication: AGM(SSC- C&M)
Shared Service Centre
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
If you are not a supplier/Contractor of NTPC, and interested in participating in
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
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
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
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”
| 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.
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”
Format of Undertaking
(To be sent by Issuing Bank through official
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