1
NTPC LIMITED
(A Govt. of India Enterprise)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
FLUE GAS DESULPHURISATION (FGD) SYSTEM PACKAGE FOR
KHARGONE SUPER THERMAL POWER PROJECT (2 X 660 MW) LOCATED AT
P.O.: KHEDI (BUZURG), SO: BEDIYA, KHARGONE DISTRICT,
STATE OF MADHYA PRADESH, INDIA
(International Competitive Bidding)
IFB No. : 40078806 Date: 31.07.2017
Bidding Document No. : CS-9578-109-2
1.0 NTPC invites online bids on TWO STAGES (i.e. Stage-I: Techno-Commercial Bid and
Stage-II: Price Bid) from eligible Bidders for Flue Gas Desulphurisation (FGD) System
Package for Khargone Super Thermal Power Project (2x660MW) situated at
Khargone district, state of Madhya Pradesh, as per the Scope of Work mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
The scope of Flue Gas Desulphurisation (FGD) System Package for Khargone (2X660MW)
project shall cover design, engineering, manufacture, shop fabrication, preassembly, shop
testing/type testing at manufacturer’s works, packing, transportation, unloading, handling and
conservation of equipment at site, complete services of construction including erection,
supervision, pre- commissioning, commissioning and performance testing of equipments under
bidder’s scope of work of FGD System, Lime stone handling, storage, crushing and Gypsum
handling & storage, low height wet chimney and its associated auxiliaries including all
associated Electrical, Control & Instrumentation, Civil, Structural and Architecture works.
Detailed Scope of Work is as per specifications and scope defined in Bid Documents.
3.0 NTPC intends to finance the subject package through External Commercial Borrowings
(ECB)/Own Resources.
4.0 Detailed specification, scope of work and terms & conditions are given in the bidding
documents, which are available for examination and sale at the address given below and as
per the following schedule:
Documents Sale Dates & Timings
31.07.2017 to 29.08.2017 (up to 1500 hrs.
IST)
Last Date of Receipt of Query
04.09.2017
Pre Bid Conference Date
04.09.2017 at 1030 HRS (IST)
Last date for receipt of TechnoCommercial bid
(Stage-I)
04.10.2017 up to 1430 Hrs.(IST)
TechnoCommercial bid (Stage-I) opening Date &
Time
04.10.2017 at 1500 Hrs.(IST)
2
Bid Submission Date & Time for Stage-II (Price)
bid
Shall be intimated separately
Cost of Bidding Document per set for Indian
Bidders and per set for Foreign Bidders
INR 22,500/- (Indian Rupees Twenty Two
Thousand Five Hundred only)
US $ 500 (US Dollar Five Hundred only)
5.0 All bids must be accompanied by Bid Security for an amount of INR 13,07,14,000/- (Indian
Rupees Thirteen Crore Seven Lakh Fourteen Thousand only) or USD 20,14,100/- (United
States Dollars Twenty Lakh Fourteen Thousand and One Hundred only).
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 RETURNED TO THE BIDDERS WITHOUT BEING OPENED.
6.0 BENEFITS/EXEMPTIONS TO SUPPLIES FOR MEGA POWER PROJECTS
Khargone Super Thermal Power Project (2x660MW) has been declared a Mega Power Project
by Ministry of Power (Govt. of India). Accordingly, supplies of goods for this package shall be
eligible for the benefits / exemptions as per provisions of relevant policy & Notifications of Govt.
of India.”
7.0 QUALIFYING REQUIREMENT FOR BIDDERS
In addition to the requirements stipulated in Section ITB (Instructions to Bidder), the following
shall also apply:
1.0.0 Technical Criteria
The Bidder should meet the qualifying requirements stipulated in any one of the qualifying
routes i.e Route-1 (clause 1.1.0) or Route-2 (clause 1.2.0) or Route-3 (clause 1.3.0) or Route-
4 (clause 1.4.0) including requirements stipulated in sub clauses of respective Route. In
addition, the Bidder should also meet the requirements stipulated under clause 2.0.0 together
with the requirements stipulated under section ITB.
1.1.0 Route-1: Qualified Wet Limestone based Flue Gas Desulphurisation (FGD) System
Manufacturer (QFGDM)
1.1.1 The Bidder should have designed, engineered, supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) no. of wet limestone based Flue
Gas Desulphurisation System, having flue gas treatment capacity of not less than
20,00,000 Nm
3
/hr, with desulphurisation efficiency of at least 90 %, operating in a pulverised
coal fired power plant. The above wet limestone based Flue Gas Desulphurisation System
should have been in successful operation for a period not less than one (1) year prior to the
date of Techno-Commercial bid opening.
1.2.0 Route-2: Wet Limestone based Flue Gas Desulphurisation System Manufacturer with
Collaboration and Technology Transfer Agreement with QFGDM
1.2.1 The Bidder should have designed, engineered, supplied, erected/supervised erection and
commissioned/supervised commissioning of at least one (1) no. of wet limestone based Flue
Gas Desulphurisation system having flue gas treatment capacity of not less than 6,00,000
Nm
3
/hr, with desulphurisation efficiency of at least 85%, operating in a pulverised coal fired
power plant. The above wet limestone based Flue Gas Desulphurisation System should have
3
been in successful operation for a period not less than one (1) year prior to the date of
Techno-Commercial bid opening.
1.2.2 Bidder should also have a valid ongoing collaboration and technology transfer agreement with
a QFGDM meeting requirements of clause 1.1.1 on its own, valid minimum up to the end of
the defect liability period of the contract. In such a case Bidder can either source the FGD
System from such manufacturer or manufacture/get manufactured the FGD System as per the
design and manufacturing drawings of such QFGDM.
1.2.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the QFGDM, in
which the executants of DJU shall be jointly and severally liable to the Employer for successful
performance of the FGD System including meeting the technical guarantees. The DJU
shall be submitted along with techno-commercial bid, failing which the Bidder shall be
disqualified and its bid shall be rejected.
1.2.4 In case of award, the QFGDM will be required to furnish an on demand bank guarantee for an
amount of 5% of the total contract price of the Flue Gas Desulphurisation System Package in
addition to the contract performance security to be furnished by the Bidder.
1.3.0 Route-3: Steam Generator Manufacturer / Indian JV company of Steam Generator
manufacturer or QFGDM/ Indian Subsidiary company of Steam Generator manufacturer
or QFGDM with Collaboration and Technology Transfer Agreement with QFGDM
1.3.1 (a) Bidder should have designed, engineered, manufactured/got manufactured, erected/
supervised erection and commissioned/supervised commissioning of at least one (1) no. of
pulverised coal fired steam generator for 200 MW or higher capacity unit or having
minimum 600T/hr steaming capacity. Further, such Steam Generator should have been in
successful operation for a period not less than one (1) year prior to the date of Techno-
Commercial bid opening.
Alternatively
(b) The Bidder shall be a Joint Venture (JV) Company incorporated in India under the
Companies Act of India, as on the date of techno-commercial bid opening, promoted by (i)
an Indian Company registered in India under the Companies Act of India and (ii) a Steam
Generator Manufacturer meeting requirements of clause 1.3.1(a) or a QFGDM meeting
requirements of clause 1.1.1, created for the purpose of manufacturing/supplying in India
steam generator sets/Flue Gas Desulphurisation System. The Steam Generator
Manufacturer/QFGDM shall maintain a minimum equity participation of 26% in the JV
Company for a lock-in period of 7 years from the date of incorporation of JV Company and
one of the promoters shall be a majority stakeholder who shall maintain a minimum equity
participation of 51% in the JV Company for a lock in period of 7 years from the date of
incorporation of JV Company or up to the end of defect liability period of the contract
whichever is later. Further, Bidder should have executed order(s), during the last 5 years,
with the total value of such project(s) being INR 5,000 million or more as on the date of
Techno-Commercial bid opening.
Alternatively
(c) The Bidder shall be an Indian Subsidiary Company of a Steam Generator Manufacturer
meeting requirements of clause 1.3.1(a) or an Indian Subsidiary Company of a QFGDM
meeting requirements of clause 1.1.1, registered in India under the Companies Act of India,
as on the date of techno-commercial bid opening, for manufacturing/supply of Steam
Generator sets/Flue Gas Desulphurisation System. The subsidiary Company shall remain a
4
subsidiary company of the Steam Generator Manufacturer/QFGDM for a minimum period
of 7 years from the date of incorporation of such Subsidiary Company or up to the end of
defect liability period of the contract whichever is later. Further, Bidder should have
executed order(s), during the last 5 years, with the total value of such project(s) being INR
5,000 million or more as on the date of Techno-Commercial bid opening.
1.3.2 Bidder should also have a valid ongoing collaboration and technology transfer agreement
with a QFGDM meeting requirements of clause 1.1.1, valid minimum up to the end of the
defect liability period of the contract. In such a case Bidder can either source the FGD
System from such manufacturer or manufacture/get manufactured the FGD System as per
the design and manufacturing drawings of such QFGDM.
1.3.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it, the promoter(s)
having 25% or higher equity participation in the Subsidiary Company / JV Company (as the
case may be) and the QFGDM, in which the executants of DJU shall be jointly and
severally liable to the Employer for successful performance of the FGD System including
meeting the technical guarantees. The DJU shall be submitted along with techno-
commercial bid, failing which the Bidder shall be disqualified and its bid shall be rejected.
1.3.4 In case of award, the QFGDM will be required to furnish an on demand bank guarantee for
an amount of 5% of the total contract price of the Flue Gas Desulphurisation System
Package in addition to the contract performance security to be furnished by the Bidder.
1.4.0 Route-4: EPC Organization with Collaboration and Technology Transfer Agreement
with QFGDM
1.4.1 The Bidder should be an Engineering, Procurement and Construction (EPC) organization
and should have executed, in the last 10 years, large industrial projects on EPC basis (with
or without civil works) in the area of power, steel, oil & gas, petro-chemical, fertilizer, Flue
Gas Desulphurisation and / or any other process industry with the total value of such
projects being INR 5,000 million or more. At least one of such projects (in single or multiple
contract) should have a total contract value of INR 2,000 million or more. These projects
shall be in successful operation for a period of not less than one (1) year prior to the date of
Techno-Commercial bid opening.
1.4.2 Bidder should also have a valid ongoing collaboration and technology transfer agreement
with a QFGDM meeting requirements of clause 1.1.1, valid minimum up to the end of the
defect liability period of the contract. In such a case Bidder can either source the FGD
System from such manufacturer or manufacture/get manufactured the FGD System as per
the design and manufacturing drawings released by such QFGDM.
1.4.3 The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and the QFGDM,
in which the executants of DJU shall be jointly and severally liable to the Employer for
successful performance of the FGD System including meeting the technical
guarantees. The DJU shall be submitted along with techno-commercial bid, failing which
the Bidder shall be disqualified and its bid shall be rejected.
1.4.4 In case of award, the QFGDM will be required to furnish an on demand bank guarantee for
an amount of 5% of the total contract price of the Flue Gas Desulphurisation System
Package in addition to the contract performance security to be furnished by the Bidder.
5
Notes for clause 1.0.0
(1) Definitions
(i)
(i) “QFGDM" (Qualified Wet Limestone based Flue Gas Desulphurisation System Manufacturer)
means a manufacturer meeting requirements stipulated at 1.1.1.
(ii) Whenever the term 'coal fired' is appearing above, "Coal" shall be deemed to also include
bituminous coal/brown coal/lignite.
(iii) The word “executed” in Clause 1.3.1 (b)/ Clause 1.3.1 (c) means the Bidder should have
commissioned the project(s) specified in the Clause 1.3.1 (b)/ Clause 1.3.1 (c) even if the
contract has been started earlier and / or is not completed / closed.”
(2) Erection/Commissioning
Where erection / supervision of erection and commissioning / supervision of commissioning
has not been in the scope of the Bidder as mentioned in clause 1.1.1, 1.2.1 & 1.3.1 (a), the
Bidder should have acted as an advisor for erection and commissioning. Necessary
documents / certificates from the client, in support of above shall be furnished along with the
Techno-Commercial bid.
(3) Direct / Indirect order
The Bidder/ QFGDM shall also be considered qualified, in case the award for executing the
reference works has been received by the Bidder/ QFGDM either directly from owner of plant
or any other intermediary organization. However, a certificate from such owner of plant or any
other intermediary organisation shall be required to be furnished by the Bidder along with its
Techno-Commercial bid in support of the Bidder's/ QFGDM claim of meeting the qualification
requirement as per clause 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1 above. Further, certificate from owner
of the plant shall also be furnished by the Bidder along with the Techno-Commercial bid for
the successful operation as specified at clause 1.1.1, 1.2.1, 1.3.1(a) & 1.4.1 above.
(4) Holding Company as a Qualified Wet Limestone based Flue Gas Desulphurisation
system Manufacturer
(i) A Holding Company, singularly or collectively along with its Subsidiaries (held either directly or
indirectly), meeting the requirements of clause 1.1.1 above shall also be considered as
QFGDM.
(ii) In such a case, if the Holding Company itself is not the Bidder as a QFGDM, the Holding
Company and all such subsidiaries lending strength / experience to the Holding Company for
meeting the requirements of clause 1.1.1 above should necessarily be part of the DJU being
submitted by the Bidder for successful performance of the contract as per format enclosed
with the bidding documents, failing which the bidder shall be disqualified and its bid rejected.
Further, the Holding Company and all such entities lending strength / experience to the
Holding Company for meeting the requirements of clause 1.1.1 above shall each be required
to furnish separate on demand bank guarantees as per the format enclosed with the bidding
documents for an amount aggregating 5 % of the total contract price of the Flue Gas
Desulphurisation System Package divided equally among them, in addition to the contract
performance security to be furnished by the Bidder. This bank guarantee requirement shall
supersede bank guarantee requirement stipulated at clause 1.2.4, 1.3.4 & 1.4.4 for the
QFGDM.
(iii) In case the Holding Company itself is the Bidder as a QFGDM as per clause 1.1.1, the
Holding Company shall submit its board resolution stating that in case of any likely change of
6
management control of any of these subsidiaries lending strength / experience to the Holding
Company for meeting the requirements of clause 1.1.1 above , the Bidder shall arrange for
separate on demand bank guarantees as per the format enclosed with the bidding documents
from all such entities lending strength / experience to the Holding Company for fulfillment of
requirement of clause 1.1.1, above for an amount aggregating 5 % of the total contract price
of the Flue Gas Desulphurisation System Package divided equally among them, in addition to
the contract performance security to be furnished by the Bidder before the change in
management control actually occurs.
(5) Technology Transfer Agreement (Applicable for Clause 1.2.0, 1.3.0 & 1.4.0)
The technology transfer agreement between the Bidder & QFGDM shall necessarily cover
transfer of technological knowhow for Wet Limestone based Flue Gas Desulphurisation
System in the form of complete transfer of design dossier, design softwares, drawings and
documentation, quality system manuals and imparting relevant personnel training to the
Bidder.
(6) Equity Lock in period
Wherever equity lock in period requirement or subsidiary status requirement is indicated, the
Bidder would be required to furnish along with its techno-commercial bid, a Letter of
Undertaking from the promoter(s), supported by Board Resolution as per the format enclosed
in the bid documents, for maintaining the required minimum equity for the specified lock in
period.
2.0.0 Financial Criteria
2.1.0 Financial Criteria of Bidder
2.1.1 The average annual turnover of the Bidder, in the preceding three (3) financial years as on
the date of Techno-Commercial bid opening, should not be less than INR 2336 Million (Indian
Rupees Two thousand three hundred thirty six Million only) or in equivalent foreign currency.
In case a Bidder does not satisfy the average annual turnover criteria, stipulated above on its
own, its Holding Company would be required to meet the stipulated turnover requirements
as above, provided that the Net Worth of such Holding Company as on the last day of the
preceding financial year is at least equal to or more than the paid-up share capital of the
Holding Company. In such an event, the Bidder would be required to furnish along with its
Techno-Commercial bid, a Letter of Undertaking from the Holding Company, supported by
the Holding Company’s Board Resolution, as per the format enclosed in the bid documents,
pledging unconditional and irrevocable financial support for the execution of the Contract by
the Bidder in case of award.
2.1.2 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 date of Techno-commercial
bid opening. In case the Bidder does not meet the Net worth criteria on its own, it can meet
the requirement of Net worth based on the strength of its Subsidiary(ies) and/or Holding
Company and/or Subsidiaries of its Holding company wherever applicable. In such a case,
however the Net worth of the Bidder and its Subsidiary(ies) and/or Holding Company and/or
Subsidiary(ies) of the Holding Company, in combined manner should not be less than 100%
(hundred percent) of their total paid up share capital. However individually, their Net worth
should not be less than 75% (seventy five percent) of their respective paid up share capitals.
For Consortiums/Joint Ventures , the Net worth of all Consortium/Joint Venture members in
combined manner should not be less than 100% (hundred percent) of their paid up share
7
capital however individually, their Net worth should not be less than 75% (seventy five
percent) of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the
respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.
2.1.3 In case the Bidder is not able to furnish its audited financial statements on standalone entity
basis, the unaudited unconsolidated financial statements of the Bidder can be considered
acceptable provided the Bidder further furnishes the following documents for substantiation of
its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the Bidder along with
copies of the audited consolidated financial statements of its Holding Company.
(ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed
with 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, 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.
2.2.0 Financial Criteria of Collaborator/Associate (Applicable for clause 1.2.0, 1.3.0 & 1.4.0)
2.2.1 The average annual turnover of the Collaborator/Associate, in the preceding three (3) financial
years as on the date of Techno-Commercial bid opening, should not be less than INR 234
Million (Indian Rupees Two hundred thirty four Million only) or in equivalent foreign currency.
In case a Collaborator/Associate does not satisfy the average annual turnover criteria,
stipulated above on its own, its Holding Company would be required to meet the stipulated
turnover requirements as above, provided that the Net Worth of such Holding Company as on
the last day of the preceding financial year is at least equal to or more than the paid-up share
capital of the Holding Company. In such an event, the Collaborator/Associate would be
required to furnish along with bidder's 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 to the Collaborator/Associate to honour the terms and conditions of the Deed of Joint
Undertaking in case of award of the Contract to the Bidder with whom Collaborator/Associate
is associated.
8
2.2.2 Net worth of the Collaborator/Associate 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 date of
Techno-commercial bid opening. In case the Collaborator/Associate does not meet the Net
worth criteria on its own, it can meet the requirement of Net worth based on the strength of its
Subsidiary(ies) and/or Holding Company and/or Subsidiaries of its Holding company wherever
applicable. In such a case, however the Net worth of the Collaborator/Associate and its
Subsidiary(ies) and/or Holding Company and/or Subsidiary(ies) of the Holding Company, in
combined manner should not be less than 100% (hundred percent) of their total paid up share
capital. However individually, their Net worth should not be less than 75% (seventy five
percent) of their respective paid up share capitals. For Consortiums/Joint Ventures, the Net
worth of all Consortium/Joint Venture members in combined manner should not be less than
100% (hundred percent) of their paid up share capital however individually, their Net worth
should not be less than 75% (seventy five percent) of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows:
Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the
respective paid up share capitals and Y1,Y2,Y3 are individual paid up share capitals.
2.2.3 In case the Collaborator/Associate is not able to furnish its audited financial statements on
standalone entity basis, the unaudited unconsolidated financial statements of the
Collaborator/Associate can be considered acceptable provided the Collaborator/Associate
further furnishes the following documents for substantiation of its qualification:
(i) Copies of the unaudited unconsolidated financial statements of the
Collaborator/Associate along with copies of the audited consolidated financial
statements of its Holding Company.
(ii) A Certificate from the CEO/CFO of the Holding Company, as per the format enclosed
with 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, Collaborator/Associate 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.
Notes for Clause 2.1.0 & 2.2.0
(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
9
account and miscellaneous expenses to the extent not adjusted or written off, if any,
shall be reduced from reserves and surplus.
(ii) Other income shall not be considered for arriving at annual turnover.
(iii) “Holding Company” and “Subsidiary Company” shall have the meaning ascribed to
them as per Companies Act of India.
(iv) For annual 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.
8.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids
without assigning any reason whatsoever and in such case no Bidder / intending Bidder shall
have any claim arising out of such action.
9.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on
payment (non-refundable) of the cost of the documents as mentioned above in the form of a
crossed account Payee demand draft in favour of NTPC Ltd., Payable at New Delhi or directly
through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in). For logging
on to the SRM Site, the bidder would require Vendor Code and SRM User ID & Password
which can be obtained by submitting a questionnaire available at our SRM site as well as at
NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are
required to approach NTPC at least three working days prior to Document Sale Close date
along with duly filled in questionnaire for issue of Vendor Code and SRM User ID & Password.
10.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to
be qualified. Bids shall be submitted online and opened at the address given below in the
presence of Bidder’s representatives who choose to attend the bid opening. Bidder shall
furnish Bid Security, Integrity Pact, Power of Attorney and Joint Deed of Undertaking(s) (if
applicable) separately offline as detailed in Bidding Documents by the stipulated bid
submission closing date and time at the address given below.
11.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
12.0 Address for communication:
Manager (CS-II) / AGM (CS-II)
NTPC Limited,
6
th
Floor, Engineering Office Complex,
A-8A, Sector-24, NOIDA,
Distt. Gautam Budh Nagar, (UP), INDIA
Pin - 201301
Fax No.: 0091-120 - 2410011
Tel. No.: 0091-120 - 4946676/8611
E-mail: amitk@ntpc.co,in, vbtotale or sanjaydeodhar@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in or www.ntpctender.com or www.ntpc.co.in