NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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 Supply, Installation, commissioning, O and M for one
year of grid connected Rooftop Solar Photovoltaic system at Stage-2 NTPC Barauni , through e- tender
(https://eprocurentpc.nic.in) under Open Tender Single Stage Two Envelope bidding process.
2. Brief Information of NIT :
NIT Subject
Supply, Installation, commissioning, O and M for one year of
grid connected Rooftop Solar Photovoltaic system at Stage-2
NTPC Barauni
NIT No. /Date
NTPC/SSC - ER-I(Barh)/ 9900201218/046/1028 dtd
22.06.2020
Estimated Cost
Not to be displayed
Completion Period
Supply, Installation, commissioning -Four (4) Months. post
commissioning 1 year of O&M
NIT Publication date and time (Online
Document download through GepNIC
site https://eprocurentpc.nic.in) (Sale)
Start Date & Time
23.06.2020: 10.00 Hrs
Source of IFB/NIT
SSC ER-1, NTPC, Barh
Contract Classification
Works Contract
Start Date for seeking clarification
23.06.2020: 10.00 Hrs
Last Date for seeking clarification
02.07.2020 16:00 Hrs
Start Date and Time for Bid submission
23.06.2020: 10.00 Hrs
Last Date and Time for Bid submission
10.07.2020, 16:00 Hrs
Technical Bid Opening Date & Time
11.07.2020, 16:00 Hrs
Price Bid Opening Date
To be informed later
Cost of Bidding Documents
Rs.2250.00 including GST
EMD Amount in INR
Rs.5,00,000.00 (Rupees Five lakhs only) (For details 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
Password
Follow Clause No-4 as below:
Vendors already having SAP
vendor code, but does not have
GEPNIC Login ID and Password
Step-1: The agency has to furnish duly filled Annexure-2 and register at
GEPNIC e-Procurement Portal with valid login ID mapped with Digital
signature.
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:
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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 h ttps://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 as per detail mentioned below.
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: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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): EMD / Tender Fee
Exemption Applicable, Puechase preference to MSE bidders-Not applicable
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
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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 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 ( Exemption from EMD / Tender Fee) for this NIT.
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:
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.
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
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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.
(a) Bid Security/ EMD: Applicable
(b) Period of validity of Bid Security : 45 days beyond expiry of the validity of bid, i.e. 225 days from
the deadline for submission of bid.
(c) The Bidder shall furnish, as part of its Bid, a Bid Security in a separate envelope in the amount and
currency as stipulated in the Bid Data Sheet.
(d) The Bid Security shall, at the Bidder's option, be in the form of a crossed Demand Draft/Pay
Order/Banker’s Cheque or a Bank Guarantee from any of the banks specified in the Bid Data Sheets.
(e) The format of the Bank Guarantee shall be in accordance with the form of bid security included in
the Bidding Documents. Bid Security shall remain valid for a period of forty five (45) days beyond the
original Bid validity period and beyond any extension of bid validity subsequently requested under ITB
Sub-Clause 13.3.
(f) The Bidders at their option may also submit the Bid Security amount through E-Payment by Credit
Card/Debit card/Net Banking on the NTPC e-tender portal. Upon successful e-payment on the portal, an
e-receipt shall be generated by the system, a copy of which is to be submitted by the bidder along with
the bid as a proof of e-payment of Bid Security.
4.2 Wherever Bids under Joint Venture route are permitted as per the Qualifying Requirements in the
Bidding Documents, the Bid Security by the Joint Venture must be on behalf of all the partners of the
Joint Venture.
4.3 In case of Single Stage Single Envelope and Single Stage Two Envelope bidding process, the Bid
Security shall be furnished in a separate sealed envelope.
In case of Two Stage bidding process, the Bid Security (in case of Stage-I (Techno- Commercial Bid) and
extension of bid security (in case of Stage-II (Price Bid) shall be furnished in a separate sealed envelope.
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
Any bid not accompanied by an acceptable Bid Security in a separate sealed envelope shall be rejected
by the Employer as being non-responsive and shall not be opened.
Further Stage-II (Price Bid) (in case of Two Stage bidding) not accompanied by requisite bid security
extension in a separate sealed envelope shall be rejected by the Employer as being non-responsive and
shall not be opened.
4.3 In case of Single Stage Single Envelope bidding process, the Bid Security of all the bidders except
recommended/evaluated L-1 bidder shall be returned immediately after placement of award on the
successful bidder.
In case of Single Stage Two Envelope and Two Stage bidding process, the Bid Security of the Bidders
whose Technical Bids has not been found acceptable, shall be
returned along with letter communicating rejection of Technical Bid. The Bid Security of all the
Bidders except recommended /Evaluated L-1 bidder, whose price bids are opened, shall be
returned immediately after placement of award on the successful bidder.
An intimation in this regard shall also be sent to all such bidders, after return of their Bid Security,
through e-Tendering system / e-mail by the Package coordinator / concerned executive.
4.4 The Bid Security of the successful Bidder to whom the Contract is awarded will be returned
when the said Bidder has signed the Contract Agreement pursuant to ITB Clause 33 and has
furnished the required Performance Securities pursuant to ITB Clause 34.
4.5 The Bid Security may be forfeited
a) If the Bidder withdraws or varies its Bid during the period of Bid validity;
b) If the Bidder does not accept the correction of its Bid Price pursuant to ITB Sub- Clause 25.2;
c) (Applicable for Single Stage Single Envelope Bidding):
If the Bidder refuses to withdraw, without any cost to the Employer, any deviation not listed in
Attachment-6 but found elsewhere in the Bid;
OR
(Applicable for Single Stage Two Envelope Bidding):
If the Bidder refuses to withdraw, without any cost to the Employer, any deviation, variation,
additional condition or any other mention any where in the bid, contrary to the provisions of
bidding documents;
OR
(Applicable for Two Stage Bidding):
If the Bidder refuses to withdraw, without any cost to the Employer, any deviation, variation,
additional condition or any other mention any where in the Price bid, contrary to the provisions of
bidding documents;
d) In the case of a successful Bidder, if the Bidder fails within the specified time limit
i) to sign the Contract Agreement, in accordance with ITB Clause 33, and/or
ii) to furnish the required Contract Performance Guarantee/Security Deposit in accordance with
ITB Clause 34
(f) If the bidder/his representatives commits any fraud while competing for this contract pursuant
to Fraud Prevention Policy of NTPC.
(g) In case the Bidder/Contractor is disqualified from bidding process in terms of Section 3 and 4 of
Integrity Pact.
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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/online through GepNIC site.
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:
The bidder should have designed, supplied, erected/ supervised erection, commissioned/
supervised commissioning and done O&M of SPV based grid connected power plant ”for at
least one plant of 100 KWp or above and cumulative capacity of 640KWp or above. The reference
plant of 100 KWp or above capacity must have been in successful operation for at least six
months as on the date of techno-commercial bid opening.
1.1
Notes for Clause 1.0 above:
1. The reference SPV based grid connected power plant of 100 KWp or above capacity
developed by Bidder for itself or any other client.
2. Bidder shall submit certificate of successful completion/operation from the Owner. In case
the Bidder has executed the project for its own group company/special purpose
vehicle, Bidder shall, in addition, obtain a certificate from DISCOM/power procurement
agency for commissioning date.
3. Projects executed by Bidder's group company, Holding Company or Subsidiary Company shall
not be considered as Bidder's experience for meeting the Qualifying Requirements.
4. The Bidder shall also be considered qualified, in case the award for the reference
works has been received by the Bidder either directly from owner of plant or any other
intermediary organization. A certificate from such owner of plant shall be required to be
furnished by the Bidder along with its techno-commercial bid in support of its claim of
meeting requirement stipulated above.
5. SPV based Roof-top and ground mounted solar power projects, which are grid connected,
shall be considered as Bidder's experience for meeting the Qualifying Requirements.
6. Regarding reference work through which bidder is seeking qualification, Bidder to
compulsorily include with their bid a statement informing the scheduled date and actual
date of completion of reference work.
2.0
FINANCIAL CRITERIA:
Average Annual Turn Over: The average annual turnover of the Bidder, in the preceding three (03)
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
consecutive financial years as on the date of Techno-Commercial bid opening, should not be
less than Rs. 3.28 Crores (INR Three Crores and Twenty-eight lakhs only).
2.1
In case a Bidder does not satisfy the 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.
2.2
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 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.
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.
2.3
In case the bidder is not able to furnish its audited financial statementson 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 financial statements of the Holding Company.
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 the Bidder is not able to submit the Certificate from a
practicing Chartered Accountant certifying its financial parameters, the audited results of 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 Accountant certifying the financial parameters is not available.
3.0
Notes for Clause 2.0:
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.
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
iii. "Holding Company" and" Subsidiary" shall have the meaning ascribed to them as per
Companies Act of India.
iv. For Turnover indicated in foreign currency, the exchange rate as on seven (7) days prior
to the date of techno-commercial bid opening shall be used.
4.0
Proven-ness Criteria:
The Bidder/ Subcontractor shall meet the requirements as stipulated in para (I) and (II) below:
I. The Bidder / sub-contractor should have manufactured and supplied the solar PV
modules of cumulative installed capacity of 1 MWp or above using any rating of modules
and any source of indigenous or imported PV cells in any one financial year.
II. The Bidder I sub-contractor should have manufactured and supplied solar PV modules
built up using indigenous and/or imported PV cells of power rating 240 Wp or above
which must have been in successful operation for at least six months as on date of Techno
commercial bid opening
5.0
Notwithstanding anything stated above, the Employer reserves the right to assess the capabilities and
capacity of the Bidder/ his collaborators/ associates/ subsidiaries/ group companies to perform
the contract, should the circumstances warrant such assessment in the overall interest of the
Employer.
9. Brief Description of items: Supply, Installation, commissioning, O and M for one year of grid
connected Rooftop Solar Photovoltaic system at Stage-2 NTPC Barauni
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. T echnical 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
NAME OF PACKAGE: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
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
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: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
Annexure 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:
Fax Number:
Extn:
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:
Amount: _
Date of Issue:
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: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
__
A nnexure 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 following form. 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:
Amount: _
Date of Issue:
DD Valid till:
Address and other detail (Only in case of change)
Name:
Address:
State: _
Country:
Pin:
Telephone NO:
Fax Number:
City:
Extn:
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: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
E .F.T. Form
A nnexure-3
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: Supply, Installation, commissioning, O and M for one year of grid connected Rooftop
Solar Photovoltaic system at Stage-2 NTPC Barauni
(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.
DATE _
NAME ………………………………………………
SIGNATURE (AUTHORISED SIGNATORY)
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.
DATE _
No.:....................................
SIGNATURE
(AUTHORISED SIGNATORY)
Authorization
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.