NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
DESIGN, MANUFACTURING, SUPPLY, ERECTION AND COMMISSIONING OF DC SYSTEM FOR CHP-I
AT NTPC VSTPP
[REF NO.VSTPP/C&M/OTE/2017/03, NIT NO./SRM BID NO.40079928]
(Domestic Competitive Bidding)
NIT No: 40079928 Date:02.01.2018
Bidding Document No: 7225-201
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:
2.0 Brief Details
Not Applicable Technical Opening Date & Time
Equipment Supply & Erection
EMD in INR
Contract Classification
Source of IFB/NIT
NIT Date
NIT No.
Document Sale Commencement Date & Time
Document Sale Close Date & Time
Last Date and Time for Bid submission
Bid Opening Date & Time
Cost of Bidding Documents in INR
15.02.2018 09:00:00
09.03.2018 18:30:00
28.03.2018 10:30:00
28.03.2018 11:00:00
1,328.00
40079928
02.01.2018
Vindhyachal Super Thermal Power
129000.00
Pre-Bid Conference Date & Time (if any)
Last Query Date (if any) 17.03.2018
3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline/online by the stipulated
bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if
applicable) shall be treated as non-responsive by the employer and shall not be opened.
4.0 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
Vindhyanagar or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart).
For logging on to the SRM Site, the bidder would require vendor code and SRM user id and 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 alongwith duly
filled in questionnare for issue of vendor code and SRM user id/password.
5.0 Brief Scope of Work & other specific detail
DURING SUBMISSION OF STAGE-I BID, THE BIDDERS SHOULD SUBMIT SHEETS (WITHOUT INDICATING ANY
PRICE) WITH DETAILED BREAK UP OF SUPPLY PART AND ERECTION PART AND INDICATING DETAILED ITEMS,
SPECIFICATION ETC.
AS PER OUTPUT PREVIEW & ATTACHMENT OF C-FOLDER DOCUMENTS. BEFORE BID SUBMISSION, BIDDERS MAY
CAREFULLY READ ALL THE TERMS AND CONDITIONS GIVEN IN "INSTRUCTION / NOTE FOR BIDDERS, SPECIAL
INSTRUCTIONS TO BIDDERS" ATTACHED IN "Cover page,Special Instructions for Bidder,QR" AND OTHER
ATTACHMENTS.
6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding
documents.
7.0 Qualifying Requirements for Bidders:
QUALIFYING REQUIREMENTS FOR BIDDERS [POINT NO a) TO e) ]:
a) The bidder should be the original equipment manufacturer of DC Battery Bank & Battery Charger system or their authorized
representative.
b) The average annual turnover of the bidder in preceding three (3) financial years as on the date of bid opening shall not be less than
INR 6.40 millions.
c) The bidder should have executed the work of #Design, Manufacturing, supply, erection & commissioning of DC System# in any
power plant or process industry during last three (3) years which should be in successful operation for at least one (1) year on date of
NIT.
d) The bidder should have executed the work (s) of #Design, Manufacturing, supply, erection & commissioning of DC System#
directly under # PSU / Joint venture of PSU / Govt. Department / Quasi-govt. Department / Public limited company # during the last
seven (7) years as on bid opening date with following executed value (s) #
1. Single order of value not less than Rs. 5.12 Millions
OR
2. Two orders each of value not less than Rs. 3.84 Millions.
OR
3. Three orders each of value not less than Rs. 2.56 Millions.
e) Remarks:
1. Bid opening date refers to the first scheduled techno-commercial bid opening date.
2. The word #executed# means that the bidder should have achieved the progress specified in the QR even if total contract is not
completed / closed.
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 of three consecutive
financial years preceding the last financial year shall be considered for evaluating the financial parameters.
8.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any
reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.
10.0 Address for Communication
Salient technical Features
Design, Manufacturing, Supply, Erection and Commissioning of DC system for CHP-1 at VSTPP
1. Vindhyachal super thermal power project is located in Singrauli district of Madhya Pradesh. Nearest railway station is Shakti Nagar
(03 Kms approx.) and nearest major town is Varanasi (220Kms Approx.).
2. The subject DC system is required for CHP#1 HT switchgear which fed the power to the electrical equipments of coal handling
plant (stage#1) which caters to the coal requirement for six units of 210MW each.
3. The scope of work consists of 02 parts as mentioned below-
Part #A (10.10) Design, manufacturing & supply of 01 no DCDB panel, 02 nos Battery banks, 02 nos Battery chargers and other
required accessories (Vendor to visit our site for detail engineering & other assessment for carrying out the job properly.)
Part- B (20.10) Erection, testing & commissioning charges for DC system
4. DCDB: DCDB shall be indoor, air insulated, free standing type, totally enclosed, dust/vermin proof and floor mounting type made
of CRCA sheet steel (2mm). DCDB will have 02 nos 160A SFU/MCCB Incomers from battery charger, one 125A SFU/MCCB Bus
Coupler, 02 nos 125A SFU/MCCB incomers and 22 nos 63A outgoing feeders (11 nos each for both sections)
5. Battery Bank:
Ø Rated Capacity (C5) # 410 AH for 03 hrs discharge (Battery aging factor & temperature correction included)
Ø Nominal Voltage # 220V DC
Ø Battery type - Stationary Nickel-Cadmium Pocket Plate High discharge type (KPH)
Ø Nominal Voltage per cell # 1.2 VPC
Ø Calculated ECV # 1.14V
Ø Float Voltage # 1.4-1.42 VPC
Ø Boost Voltage # 1.7 VPC
Ø Codes & standards # IS 10918, IS 1069, IS 1652, IS 1146
Ø Ambient temperature # 50 Deg C
Ø Relative humidity # 85 %
6. Battery Charger
Ø Rating: 415V AC, 50 Hz, 3Ph 4Wire, 220V DC, 90A DC
Ø Power Conversion: AC to DC by means of a three phase full wave Full controlled rectifier consisting of thyristors.
Ø Output voltage regulation: ± 1% of set value for ± 10 % input voltage variations
Ø Ripple Voltage: less than 1% peak to peak
Ø The battery chargers shall be provided with static type automatic voltage regulators. The system shall have two separate float cum
boost charger. Normally both the charger will be operated in float mode and take care the load. If boost charging is required by the
battery, it has to be initiated manually. In this boost mode the charger should charge the battery bank at constant current mode, so that
it can get back its fully charged state as soon as possible. The interlocking should be provided with DCDB incomer using suitable
relay for disconnecting the load during boost charging. When one FCB in boost mode, the other FCB will supply the load & for this to
happen bus coupler should be in on position.
Ø The charger can be operated in manual mode by selecting the Auto/Manual selector switch and the output voltage can be varied by
operation of respective potentiometers. Normally the charger will operate in float mode in auto position.
7. Unloading, shifting and custody of the materials will be done by party until total package is handed over to NTPC after complete
erection, commissioning, testing, normal running of the total system. However NTPC will provide transportation facilities i.e Track/
Hydra or other lifting equipment free of cost within the plant premises.
8. Party should supply (if required) all the necessary components like iron channel, bends, angles, insulators, bus bars, connecting
cables for erection, commissioning & testing work.
9. Fabrication of base plate, cable entry hole as requirement to be done by the party.
10. All power & control cable connections after new panel erection to be done by the party.
11. Any type of modification work i.e cutting, welding, grinding, and making holes, sealing holes, foundation work, civil work
including platform making etc required for the erection & commissioning work will be done by the party.
12. All kinds of Pre-commissioning / post-commissioning tests and quality checks to be performed by the party as per approved
quality plan (QAP).
13. Detailed drawing (Electrical, general arrangement & mechanical) & manual (four sets of each) are to be submitted by the vendor.
The drawings are to be approved by NTPC.
14. Supply of one complete set of all types of mandatory spares required for smooth running after complete handover.
15. All quality checks / testing will be inspected by NTPC as per approved quality assurance plan (QAP).
16. Coverage of Contract: The contract is a complete one for labour and materials, with the contractor#s overhead and profits, to &
fro transportation, including the provision and use of various equipments, tools, tackles, etc. required completing the work. The
various obligations of the contractor under the contract shall be at the cost of the contractor.
17. Duration of work: 03 months
18. Defect Liability period: 03 month
19. Others terms & conditions which are not covered above will be as per our GCC.
1) TWO STAGE BIDDING:-
A) In Two Stage Bidding, bidders are required to submit their Techno-commercial Bids (including data/document pertaining to
Qualifying Requirements) during the first stage, in accordance with the specifications, but without price.
B) A prospective bidder may request for any modification or clarification to the bidding documents prior to the specified last date for
clarifications. Queries will not be entertained beyond last query date (as indicated in the NIT).
C) The Techno-commercial Bids (Stage-I Bids) will be opened at the date and time mentioned in the Bid document. The evaluation of
techno-commercial bids will be carried out to determine whether the bid is generally complete, acceptable & responsive to the bidding
documents and meeting the stipulated Qualifying Requirements (QR).
D) After examination of Techno-commercial Bids, individual bidder (who have been considered qualified and whose
Techno-commercial Bid have been found to be responsive) may be invited for clarifications. Subsequently, NTPC may issue
amendments/clarifications, if considered necessary.
E) After evaluation/examination of Techno-commercial Bids and issuance of amendments/clarifications (if considered necessary),
invitation will be given for submission of Price bid (Stage-II Bid) from the bidders who have been considered qualified and whose
Techno-commercial Bid have been found to be responsive and meeting the stipulated Qualifying Requirements(QR).
F) The Price Bid (Stage-II Bid) submitted by the bidder must be in strict compliance to all the provisions of the bidding documents
including its amendments/clarifications issued by NTPC and no deviations/variations/exceptions to the bidding documents and/or its
amendments/clarifications shall be permitted in the Price Bid. During/prior to submission of Price bid, qualified and responsive
bidders will have to submit #No deviation certificate# (as per format enclosed with the tender document) alongwith the Price bid and
this #no deviation certificate# shall be opened prior to opening of the Price bid. The Price bid without acceptable #No deviation
certificate# as per NTPC#s format (enclosed with the tender document) shall be rejected and returned to the bidder without being
opened.
G) Actual Price bid opening date will be intimated to all qualified and responsive bidders through a separate bid (i.e. through Stage- II
bid). Based on the evaluation of Price bids and approval, the contract shall be awarded to the successful Bidder whose Bid has been
determined to be the lowest evaluated, responsive and meeting the specified Qualifying Requirements.
2) BID SUBMISSION:
(A) OFFLINE SUBMISSION: During Stage- I bidding, bidders should submit following documents in original physical form only in a
separate envelope (sealed / closed) :
(I) ENVELOPE NO.1 should contain (a) "EARNEST MONEY DEPOSIT" (EMD) and (b) "LETTER OF UNDERTAKING" (LOU)
(as per tender conditions).
[BIDDERS MUST SIGN AND SEAL ON LOU, BG DOCUMENTS, NO DEVIATION
CERTIFICATE ETC SUBMITTED BY THEM IN HARD COPY].
(B) ONLINE SUBMISSION:
(I) During Stage- I bidding, Technical bid, QR documents are to be submitted by all the bidders On Line only at NTPC SRM e-tender
Site. These documents must be uploaded by the bidder in the c-folder (collaboration) of enquiry [including all technical credentials,
all documents to fulfill QR of NIT, all technical data sheets (if any) as per the format provided in the tender document duly filled, any
other document/data/information as sought in our tender document etc]. The detailed procedure may be read from the #Bidder's
manual" available on the SRM login screen.
(II) During Stage- II bidding, Price Bid is to be submitted by the qualified and responsive bidders On Line only at NTPC SRM
e-tender Site. The bidder has to go to "Item data" at NTPC SRM e-tender site and the prices are to be filled in at the relevant fields in
pricing conditions. The detailed procedure may be read from the #Bidder's manual" available on the SRM login screen.
[During/prior to submission of Price bid, qualified and responsive bidders will have to submit #No deviation certificate# (as per
format enclosed with the tender document) alongwith the Price bid and this #no deviation certificate# shall be opened prior to opening
of the Price bid. By submission of "No Deviation Certificate", the bidders will confirm that all the provisions of bidding documents
including its Amendment(s)/Clarification(s)/Addenda/Errata (if any) are acceptable to them and the same has been taken into
consideration while quoting their bid price in the Price bid and they declare that they have not taken any deviation in this regard. The
Price bid without an acceptable #No deviation certificate# as per NTPC#s format (enclosed with the tender document) shall be
rejected and returned to the bidder without being opened.]
3) Earnest Money Deposit is to be submitted only in the form of Demand Draft / Bankers Cheque / Bank Guarantee in favour of
NTPC LIMITED, VSTPP (any other form of EMD shall not be acceptable). Demand Draft / Bankers Cheque must be from any of the
list of nationalized or scheduled bank enclosed at Annexure-III payable at Vindhyanagar / Singrauli / Waidhan of MP.
4) EMD should be given in acceptable form as mentioned above. In case of Bank Guarantee, the stamp paper of appropriate value
(see document/note given in the tender) shall be purchased in the name of Bidder / Bank issuing the guarantee and the Bank
Guarantee should be valid for a period of forty five (45) days beyond the original bid validity period or beyond any extension in the
period of bid validity subsequently requested [EMD-BG validity should be minimum 8 Calendar months from Bid Opening Date].
Also, the Bank Guarantee shall be from a bank as per provisions of the bidding documents and the format of Bank Guarantee towards
bid security shall be in accordance with the format included in the bidding documents [please refer IOM copy (enclosed with tender
documents) regarding revision in stamp duty in the state of MP, Additional conditions for EMD, BG format, BG check list, Bank list
etc enclosed with the tender].
5) Letter of undertaking is to be submitted on non-judicial stamp paper worth Rs.10/- purchased in the name of the firm and as per the
enclosed proforma.
6) During Stage-I bidding, Envelope no 1 (containing original EMD and LOU) shall be submitted in hard copy only, in sealed
envelope mentioning NIT No/SRM Bid No., Name & address of vendor, Name of work at Contracts Services department, NTPC
Ltd-Vindhyachal (at the address given in NIT) prior to stipulated bid submission closing date and time (for Stage-I bid) as in NIT.
While sending the envelope by post, the above envelope must be sent with the superscription on top of envelope that inside there are
"EMD AND LOU" (SRM BID No. and Package No. to be indicated on top of the envelope).
7) On Bid opening date (Stage-I bid opening date as indicated in the Bid document), technical bid, QR documents shall be opened
online of those bidders whose "EMD" will be found in order /meeting conditions as stipulated in the tender documents. EMD (in
appropriate form and of appropriate value) and Letter of undertaking must be submitted as per details given in the tender documents or
#INSTRUCTION / NOTE FOR BIDDERS#. Any bid without an acceptable EMD (sealed in Envelope no.1) shall be rejected as being
non-responsive and returned to the bidders without being opened. After evaluation/examination of Techno-commercial Bids and
issuance of amendments/clarifications (if considered necessary), invitation will be given for submission of Price bid (Stage-II Bid)
from the qualified and responsive bidders (who have been considered qualified and whose Techno-commercial bid have been found
to be responsive and meeting the stipulated Qualifying Requirements). Actual Price bid opening date will be intimated to all qualified
and responsive bidders through a separate bid (i.e. through Stage-II bid).
8) The EMD of all the unsuccessful bidders will be returned as promptly as possible as per terms of bidding documents. No interest
shall be payable by NTPC on the Bid security/EMD.
9) Any document submitted by the agency in hard copy other than EMD, #Letter Of Undertaking# and #No deviation certificate#
before bid opening, will not be considered. In spite of this condition, if any document is submitted by the agency in hard copy other
than EMD, #Letter Of Undertaking# and #No deviation certificate# before bid opening shall be ignored and the offer submitted
through E-tendering shall be binding on the agency.
10) It may be noted that issue of tender documents does not imply that your offer shall be considered unless NTPC themselves
satisfied with the documents submitted by you in favour of your qualifying requirements and your capabilities to execute the work.
11) The validity period for the rates quoted shall be 180 days in normal circumstance from the date of bid opening. However, this
may be altered by giving proper notice.
12) 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
2(A) Vendors already having SRM vendor code and Password:-
Follow Clause No- 4.1 as below
2(B) Vendors already having SAP vendor code, but does not have SRM Login ID and Password:-
Step-1: Such vendor should contact with following details immediately at the given address.
1. SAP Vendor Code
2. Contact Person Name
3. Contact Person Designation in Firm
4. Office Telephone No.(with STD code), Mobile No., Fax No. etc.
5. Email ID
All the above should reach us at least Six working days prior to Last Date of Tender Fee Payment.
Step-2 : After compliance of step-1, Follow Clause No- 4.1 as below
2(C) New Vendor neither having any vendor code in SAP nor any SRM login ID and Password:-
Step-1 : Such vendors should contact immediately at the given address. They have to submit copy of 1) Copy of PAN Card(self
attested), 2) Cancelled Cheque, 3) Address proof, 4) EFT form (duly filled, EFT format may be taken from NTPC), 5) Partnership
deed/affidavit for proprietorship/certificate of Incorporation, 6) Copy of PF Documents 7) GST Registration and 8) details as in serial
no. 2 to 5 as indicated above [i.e. 2. Contact Person Name 3. Contact Person Designation in Firm 4. Office Telephone No.(with STD
code), Mobile No., Fax No. etc. 5. Email ID ].
All the above should reach us at least Twelve working days prior to Last Date of Tender Fee Payment.
Step-2 : After compliance of step-1, Follow Clause No- 4.1 as below
13) Note:
1. The bidder can login e-tender site (SRM login site) for participation in our tendering after complying to above. The bidder can
reach our e-tender site (SRM login site) directly through below mentioned address.
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
They can also reach our e-tender site (SRM login site) through www.ntpctender.com and clicking on Login (e-Tender)
2. Digital Certificate (Class III) is a must for vendors to participate in this tender. For further details regarding this please visit
#GUIDELINES TO BIDDERS# in NTPC E-Tender Website. NTPC won#t be responsible for any vendor not having a suitable valid
digital certificate.
4.1 Mode of Payment (non-refundable) for purchase of tender document:-
a. On-Line:
Vendors can view/download the tender document after logging in our e-tender site
i. by clicking on #e-Tender# in home page of www.ntpctender.com or
ii. by directly going to the e-tender site in the following address. https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging in to our e-tender site as mentioned above, the interested bidder can pay the tender fee as mentioned in the #Bidder#s
Manual# and #Guidelines to Bidders# which are available on the SRM Login screen.
In case of any difficulty, please contact help desk no. as mentioned in e-tender site.
b. Off-Line: Tender fee shall be made in form of Pay order / demand draft / Bankers cheque in favor of NTPC Limited, VSTPP from
any of the list of Nationalized or Scheduled Bank enclosed at ANNEXURE-III (given below), payable at Vindhyanagar/ Singrauli/
Waidhan of MP, and the same should reach NTPC LTD-VSTPP in the given communication address (as in NIT) two working days
prior to Last Date of Tender Fee Payment for vendors mentioned at clause 2(A) and for vendors mentioned at clause 2(B) & 2(C), on
or before dates/days mentioned at clause no. 2(B) & 2(C) along with the requisite documents mentioned as per clause 2(B) & 2(C)
above. Tender fee shall be submitted as mentioned above alongwith the request of issuance of tender documents. Bid document issue
time (offline) is from 9.30 AM to 5.30 PM (excluding Sunday/closed holiday) and dates/days are as mentioned above.
c. Exemptions of cost of tender document: Refer clause no 4.2 (A), (B) as given below.
NOTE:- Request for tender documents received after the offline last date as mentioned at clause no. 4.1(b) shall not be entertained.
4.2 (A) Small Scale Industries registered with the National Small Scale Industries Corporation (NSIC) under single point registration
scheme and SSI units registered with MPSSIDC for the said item/ services shall be exempted from payment of Tender Fee and EMD.
Bidders seeking exemption should enclose a self certified legible copy of valid registration certificate giving details such as items/
services for which registered, validity, monetary limit etc. along with their request of Tender Document. If the validity of the
certificate has expired or the stores items are not matching with the tendered items such requests run the risk of their request being
passed over as disqualified for this concession/exemption. In case of any doubt on eligibility of such exemption/ concession bidder
may get clarification from NTPC Official before submission of their bid.
(B) Micro and Small Enterprises (MSEs) registered with District Industries Centres or Khadi and Village Industries Commission or
Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or 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 bidding documents free of cost and shall be exempted from paying Earnest Money
Deposit.
The benefit as above to MSEs shall be available only for goods/services produced & provided by MSEs for which they are registered.
MSEs seeking exemption and benefits should enclose a attested/self certified copy of valid registration certificate, giving details such
as validity, stores/services etc. failing which they run the risk of their bid being passed over as ineligible for the benefits applicable to
MSEs. In case of any doubt on eligibility of such exemption/ concession bidder may get clarification from NTPC Official before
submission of their bid.
14) ANNEXURE- III : LIST OF BANKS
(FOR DEMAND DRAFT / BANKERS CHEQUE/ PAY ORDER)
It shall be Payable at Vindhyanagar / Singrauli / Waidhan (M. P.) only
1- UNION BANK OF INDIA
2- STATE BANK OF INDIA
3- AXIS BANK LTD
4- ALLAHABAD BANK
5- BANK OF BARODA
6- CENTRAL BANK OF INDIA
7- DENA BANK
8- ORIENTAL BANK OF COMMERCE
9- PUNJAB NATIONAL BANK
10- ICICI BANK
11- HDFC BANK LTD.
12- IDBI BANK LTD
15) In case the date of bid opening coincides with holiday, the bid opening date will be shifted to next working day at the same time.
16) Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified.
17) NTPC reserves the right to issue, 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 claim arising out of such action.
18) 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.
19) 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.
20) Tender document is not transferable.
21) Other terms and conditions have been provided in the tender documents.
22) Package Co-ordinator:
1) P. Sinha, Manager (CS), NTPC-VSTPP;
Mob: 09424769298; E-mail: paramitasinha@ntpc.co.in
2) R.L.Paikara, DGM (CS), NTPC-VSTPP;
Mob: 9425823427 / 7440223888 ; E-mail: ramlalpaikra@ntpc.co.in
23) Address for Communication:
AGM, CONTRACT SERVICES,
NTPC LTD.-VSTPP
VINDHYACHAL SUPER THERMAL POWER PROJECT
PO.VINDHYANAGAR, DIST. SINGRAULI (M.P) - 486 885.
Phone/Fax : 07805-247522
Email: ramlalpaikra@ntpc.co.in / paramitasinha@ntpc.co.in
ADDL. GENERAL MANAGER(C&M)- CS
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in