NTPC Limited
(A Government of India Enterprise)
Vindhyachal Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
R&M package for the control panel of RC feeder UP-gradation with microprocessor based system(36 nos)
at NTPC Vindhyachal stage-I (6X210 MW)
Estimated Cost : 894.96 lacs
Mode of tender : Open tender: two stage
(Domestic Competitive Bidding)
NIT No: 40085565 Date:14.02.2018
Bidding Document No: 7141-048
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
16.02.2018 00:00:00
09.03.2018 23:59:00
02.04.2018 10:30:00
02.04.2018 11:00:00
5,310.00
40085565
14.02.2018
Vindhyachal Super Thermal Power
1790000.00
Pre-Bid Conference Date & Time (if any)
Last Query Date (if any) 16.03.2018
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
R&M package for the control panel of RC feeder UP-gradation with microprocessor based system(36 nos) at NTPC
Vindhyachal stage-I (6X210 MW)
Annexure:II
Salient Technical features of the systems covered in NIT/IFB no.40085565 are mentioned below. These salient features
are mentioned only to facilitate the prospective bidders to prima facie understand the requirement of the tender and shall
not in any way limit or alter the scope of work and technical features/specification of the equipment/system/services
covered in the bidding documents. Detailed provisions in regard of scope of work and technical features/specification of
equipment/system/services, contained in the bidding documents shall be final and binding.
SALIENT TECHNICAL FEATURES FOR R&M OF FEEDERS IN STAGE_I VINDHYACHAL
1 BRIEF SCOPE OF WORK
1.1 Intent of this R&M is to replace Control System of Coal Feeders. Scope covers the design, engineering, testing,
supply, erection and commissioning of Gravimetric feeder Control System and Variable frequency drive system in ST-I
Vindhyachal Super Thermal Power Station.
1.2 There are 36 Coal Feeders in 06 X 210 MW units. STOCK USA had supplied Gravimetric Feeder with solid
state control system. It is the intent of this R&M to replace Thirty-six (36) number of STOCK Gravimetric feeder control
system and VFD with new interconnecting cabling up to the panel terminal blocks.
2 OTHER TECHNICAL FEATURES :-
The STOCK Gravimetric feeder (Model 8236) with electronic weighing is designed to supply 8000 to 40,000 kilograms of
coal to the pulverizer per hour (max capacity 250 Tonnes/hr) while operating on a 415 volt, 3 phase, 50 hertz power
supply. The feeder weighing signal is generated by two load cells which support a weighing roller. Located on each side
of the weighing roller are two weigh span rollers which accurately define a given length of the belt on which the coal is
weighed.
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:
1.0.0 Technical Criteria :
1.1.0 Route # 1 : - Qualified Gravimetric Coal Feeder Manufacturer (QGCFM) :
The bidder should have designed, manufactured and erected / supervised erection and commissioned / supervised
commissioning of gravimetric belt type coal feeders of minimum 36 inch size and its microprocessor based control
system, operating in pulverized coal fired steam generating unit. Further, such pulverized coal fired steam generating unit
should have been in successful operation for a period not less than one (01) year prior to the date of Techno-Commercial
bid opening.
1.2.0 Route # 2 : - Gravimetric Coal Feeder Manufacturer in Collaboration with QGCFM :
1.2.1 The bidder should be a regular coal feeder manufacturer who has manufactured and supplied gravimetric coal feeder
and its microprocessor based control system for minimum one (01) pulverized coal fired steam generating unit.
1.2.2 The bidder who fulfills the requirement at Clause 1.2.1. above, should also have an on-going Collaboration
agreement or valid technology Licencing Agreement, as on the date of Techno-Commercial bid opening, for design,
engineering, manufacturing and supply of gravimetric coal feeders in India with such a manufacturer of coal feeders,
who meet the requirements of Clause 1.1.0 above.
1.2.3 The bidder shall either source the coal feeders from the QGCFM or manufacture the coal feeder as per the design
and manufacturing drawings of QGCFM under the on-going Collaboration agreement or valid Technology Licencing
Agreement.
1.2.4 The Bidder should furnish a Deed of Joint Undertaking (DJU) jointly executed by the bidder and QGCFM as per
the format enclosed in the bidding documents, in which the bidder and QGCFM, are jointly and severally liable to the
Employer to perform all the contractual obligations for complete package. The DJU should be submitted along with
Techno-Commercial bid, failing which the bidder shall be disqualified and its bid shall be rejected.
1.2.5 In case of award, the QGCFM shall be required to furnish an on demand bank guarantee as per the format
enclosed with the bidding documents for a value equal to 5% (five percent) of the contract price of the package in
addition to the contract performance security to be furnished by the Bidder.
1.3.0 Route # 3 : - Subsidiary Company in collaboration with QGCFM :
1.3.1 The bidder should be a Subsidiary company of QGCFM meeting requirements stipulated at Clause 1.1.0 above or
of holding company of such QGCFM, formed for manufacturing and supply of gravimetric coal feeders and its
microprocessor based control system in India.
1.3.2 The Bidder who fulfills the requirement at Clause 1.3.1 above, should also have an on-going Collaboration
agreement or valid Technology Licensing Agreement, as on the date of Techno-Commercial bid opening, for design,
engineering, manufacturing and supply of gravimetric coal feeders and its microprocessor based control system in India
with Bidder#s promoter / promoter#s subsidiary(ies) company, who meets the requirements of clause 1.1.0. above
1.3.3 The Bidder shall either source the coal feeders from QGCFM or manufacture the coal feeder as per the design
and manufacturing drawings of QGCFM under the on-going Collaboration Agreement or valid Technology Licensing
Agreement.
1.3.4 In case of manufacturing of gravimetric coal feeders as per the above, the Bidder should have created
manufacturing facilities at his works as per collaborator / licenser#s design, manufacturing and quality control system for
gravimetric coal feeders, duly certified by collaborator / licensor, as on date of Techno # Commercial Bid Opening.
Further the collaborator / licenser shall provide (or should have provided) all design, design calculation, manufacturing
drawings and must provide (or should have provided) technical and quality surveillance assistance and supervision during
manufacturing erection, testing, commissioning of gravimetric coal feeders.
A certificate from QGCFM certifying the contents of the Clause 1.3.4 shall be submitted along with Techno-Commercial
Bid Opening.
1.3.5 The Bidder should furnish a Deed of Joint Undertaking (DJU) jointly executed by the bidder and QGCFM as
per the format enclosed in the bidding documents, in which the bidder and QGCFM, are jointly and severally liable to
the Employer to perform all the contractual obligations for complete package. The DJU should be submitted along with
Techno-Commercial bid, failing which the bidder shall be disqualified and its bid shall be rejected.
1.3.6 In case of award, the QGCFM shall be required to furnish an on demand bank guarantee as per the format
enclosed with the bidding documents for a value equal to 5% (five percent) of the contract price of the package in
addition to the contract performance security to be furnished by the Bidder.
1.4.0 Route 4 # R&M Organization in collaboration with QGCFM :
1.4.1 The Bidder should be an organization incorporated for carrying out Renovation and Modernization (R&M) work
of coal fired thermal power plants.
1.4.2 The Bidder who fulfills the requirements at Clause 1.4.1 above, should associate / collaborate with a
gravimetric coal feeder and its microprocessor based control system manufacturer, who meets the requirements of clause
1.1.0 above . Further, the Bidder shall source the coal feeder from such QGCFM.
1.4.3 The Bidder should furnish a Deed of Joint Undertaking (DJU) jointly executed by the bidder and QGCFM as
per the format enclosed In the bidding documents, in which the bidder and QGCFM, are jointly and severally liable to
the Employer to perform all the contractual obligations for complete package. The DJU should 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 QGCFM shall be required to furnish an on demand bank guarantee as per the format
enclosed with the bidding documents for a value equal to 5% (five percent) of the contract price of the package in
addition to the contract performance security to be furnished by the Bidder.
Notes for Technical criteria :
(1) Qualified Gravimetric Coal Feeder Manufacturer (QGCFM) means manufacturer meeting the criteria stipulated at
Clause 1.1.0.
(2) The bidder shall also be considered qualified, in case the award for executing the reference works(coal feeder) have
been received by the bidder either directly from the owner of the plant or from an intermediary organization who has
been engaged by the owner. A certificate from such owner of the plan or from an intermediary organization shall be
required to be furnished by the bidder along with Techno-Commercial bid in support of Bidder#s claim of meeting the
qualification requirement as per 1.1.0 or 1.2.0 or 1.3.0 or 1.4.0 above whichever is applicable. However, certificate for
the successful operation of coal feeder as specified as specified at clause 1.1.0 or .1.2.0 or 1.3.0 or 1.4.0 above,
whichever is applicable, shall necessarily be issued by the owner of the plant.
(3) Wherever the term #coal fired# is appearing above, #Coal# shall be deemed to also include bituminous coal / brown
/ coal / lignite.
(4) The Employer reserves the right to assess and fully satisfy himself regarding capability and capacity of the Bidder /
its Sub vendor(s) / Collaborators / Associates and the proposed arrangement to perform the contract and may prescribe
additional requirement before allowing manufacturing of the equipment above for this contract in the overall interest of
the Employer.
2.0.0 Financial Criteria :
2.1.0 Financial Criteria for the 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 Rs. 448.0 Lakhs (Rupees Four Hundred Forty Eight Lakhs
only).
2.1.2 In case the bidder does not satisfy the average annual turnover criteria, stipulated above on its own, the 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 enclose enclosed in the bid documents., pledging unconditional and irrevocable financial
support of the execution of the Contract by the Bidder in case of award. For Joint Venture / Consortiums bid , all the
partners of the Joint Venture / Consortium shall be collectively required to meet the turnover criteria.
2.1.3 The Net Worth of the bidder as on the last day of the preceding financial year (reckoned on the date of
techno-commercial bid opening) should not be less than 100% of the Bidder#s paid-up share capital . In case the Bidder
meets the requirement of Net worth based on the strength of its Subsidiary (ies) and / or Holding Company and / or
Subsidiaries of its Holding companies wherever applicable, 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%
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. For Consortiums / Joint Venture, wherever applicable, the Net worth of all consortiums / Joint
Ventures members in combined manner should not be less than 100% of their 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 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.
2.1.4 In case the bidder is not able to furnish its audited financial statements on stand-alone entity basis, the unaudited
unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes the
following documents for substantiation of its qualification.
Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated
financial statements of its Holding Company.
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.
2.1.5 In case 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 for the 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 Charterd Accountant certifying the financial parameters is not
available.
.
2.2.0 Financial Criteria of Criteria of Collaborator / Associate of the Bidder.
2.2.1 For bidder seeking qualification through Clause 1.2.0 or 1.3.0 or 1.4.0 above, the average annual turnover of the
Collaborator / Associate, in the preceding three (3) financial years on the date of Techno-Commercial bid opening, should
not be less than Rs. 448.00 Lakhs (Rupees Four Hundred Forty Eight Lakhs only).
2.2.2 In case the 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 its Holding Company, supported by
Board Resolution of the Holding Company, 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.
2.2.3 The Net Worth of each Collaborator / Associate, as on the last day of the preceding financial year (reckoned on
the date of techno-commercial bid opening) should not be less than 100% of its paid-up share capital. In case the
Collaborator / Associate meets the requirement of Net worth based on the strength of its Subsidiary (ies) and / or
Holding Company and / or Subsidiaries of the Holding company wherever applicable, 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% 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 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.
2.2.4 In case the Collaborator / Associate is not able to furnish its audited financial statements on stand-alone 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 :
Copies of the unaudited unconsolidated financial statements of the Collaborator / Associate along with copies of the
audited consolidated financial statements of the Holding Company of Collaborator / Associate.
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 from part of the consolidated annual financial statements of
the Holding Company of Collaborator / Associate.
2.2.5 In case 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 for the 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 of the
collaborator / Associate 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 FINANCIAL CRITERIA :
(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 reserve 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.
(iii) #Holding Company# and #Subsidiary Company# shall have the meaning ascribed to them as per Companies Act of
India.
3.0.0 Notwithstanding any of the above, the Employer reserves the right to assess capability and capacity of the Bidder
/ its Sub vendor(s) / Collaborators / Associates to perform the contract, should the circumstances warrant such assessment
in the overall interest of the Employer.
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
Address for submission of physical documents as per Instruction To Bidder (ITB) at the following address :
A.G.M.(C&M-CS)
NTPC/VSTPP,PO-VINDHYANAGAR,
SINGRAULI-486885,MP
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in
11. Bidder can view/download the complete set of Bid documents as per the following procedure:
11(a) Vendors already having SRM Vendor code and Password :
Refer Clause No. 12 below.
11(b) Vendors already having SAP vendor code but does not have SRM Login ID and Password .
The agency has to furnish duly filled, signed and stamped Annexure-II (format attached).
It shall be submitted up to 02 Days before bid document sale period last date at the address given below at clause 17.
After obtaining SRM login ID and password , the agency shall follow as per login password status 11(a) above.
11(C) New Vendor neither having any vendor code in SAP nor any SRM Login ID and Password
The agency has to furnish the followings:
i. Duly filled, signed and stamped Duly filled Annexure-I (format attached)
ii. Partnership deed/affidavit for proprietorship/certificate of incorporation.
iii. PAN Card scanned/Photo Copy (self attested)
iv. Address proof with postal Pin code
v. Copy of PF Documents
vi. GST Registration
vii.EFT FORM with cancelled cheque
All these documents shall be submitted up to 03 working Days before bid document sale period last date at the address
given below at clause 17.
After obtaining SRM login ID and password , the agency shall follow as per login password status 11(a) above.
Note: Digital certificate (Class-III category is required) is a must for vendors to participate in e-tender. For further details
please visit "Guidelines to Bidders" in SRM Login screen.
12. Mode of payment for purchase of tender documents:
a) On-line: Bidders can view/download the tender documents after logging in our e-tender site:
i) By clicking on "e-tender" in home page of www.ntpctender.com
ii) In the Internet browser directly type the URL
https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart
After logging to our e-tender site as mentioned above, the bidder shall pay the requisite tender fee through payment
gateway by clicking "pay tender fee" as mentioned in the "Bidder's Manual" and also in Guidelines to Bidders which are
available on the SRM Login screen.
In case of any difficulty, please contact help desk no. 0120-2952319 .
b) Off-line: Tender fee shall be made in form of Pay order / demand draft / Bankers cheque in favour of NTPC
Limited, from any of Nationalized or Scheduled Bank , payable at Vindhyanagr/ Singrauli/ Waidhan of MP, and the same
should reach NTPC Vindhyachal in the communication address given at S.No.17 up to bid document sale period last
date for vendors mentioned at clause 11(a) and For vendors mentioned at clause 11(b) & 11(c) on & before dates
mentioned at clause 11(b) & 11(c) along with the requisite documents .
Request for tender documents received after the offline last date as mentioned at clause 12(b) shall not be entertained.
13 BID SECURITY/GUARANTEE/EARNEST MONEY
(a) The EMD can also be submitted through online system bidders may refer online EMD manual present at SRM
login page .
If EMD submitted online then EMD submission confirmation copy to be submitted vide mail or in hard copy before Bid
submission date & time .
(b) If the EMD offered in the form of a crossed Demand Draft/ Pay Order / Bankers Cheque as per of ITB , the same
shall be payable at payable at Vindhyanagr/ Singrauli/ Waidhan of Madhya Pradesh.
(c) The benefit to MSEs , as per MSME act , shall be available only for goods/services produced and 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.
14. As per SCC
15. Preparation and Submission of BID :
The Bid shall be prepared by bidders as per 'PREPARATION OF BID' of ITB .
The prepared bid as above shall be submitted as per ''SUBMISSION OF Bid'' of ITB
16. IMPORTANT NOTES:
Bid document issue time (offline) from 10.00 am to 5.00 pm (Excluding Sunday/Closed Holiday) & dates are as per
clause 2 & 11 above .
17. Address for Communication:
Package Coordinators of NTPC Vindhyachal :
PRAMOD KR GUPTA
MANAGER(CS)
NTPC/VSTPP,PO-VINDHYANAGAR,SINGRAULI-486885,MP
MOB NO.9425823244
Email:pramodkumargupta@ntpc.co.in
Vishal Jain
Deputy General Manager (Contract Services)
Vindhyachal Super Thermal Power Station
P.O. Vindhyanagar
District Singrauli
Madhya Pradesh- 486885, India
M: +91 9413354939
Email : vishaljain@ntpc.co.in
ADDL. GENERAL MANAGER(C&M)
__________________________________________________________________
Annexure-I
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 the
following.
Form-A:
For New Vender (Prospective)
Name :_________________________________________________________
Address :_________________________________________________________
_________________________________________________________
_________________________________________________________
State :________________________ City : _____________________
Country :________________________ Pin : _____________________
Telephone No.:____________________ Extn.: _____________________
Fax No. :______________________________
Email ID :_________________________________________________________
Your Company#s Bank Name:__________________________________________
Account No.: _____________________________________________________
Branch : _____________________________________________________
Address : _____________________________________________________
_____________________________________________________
PAN Number: _____________________________________________________
CST Number: _____________________________________________________
Excise Regn.Number:________________________________________________
SSI No. : _____________________________________________________
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 Incharge/Contact Person as mentioned in the Bid
invitation along with the DD of required amount.
DD should be in favor of #NTPC Limited# payable at the ordering location mentioned the Bid invitation.
Annexure-II
REQUEST FOR LOGIN ID ON NTPC e-TENDER
If you are already a supplier/Contractor of NTPC, and interested in participating in e-tenders in NTPC, please fill the
following.
Form-B:
For Existing Venders Pre ERP
Post ERP
Existing Vender Code with NTPC : _________________________________ Telephone No.
:_______________________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 details (Only in case of change):
Name :_________________________________________________________
Address :_________________________________________________________
_________________________________________________________
_________________________________________________________
State :________________________ City : _____________________
Country :________________________ Pin : _____________________
Telephone No. :____________________ Extn.: _____________________
Fax No. :______________________________
Email ID :_________________________________________________________
Your Company#s Bank Name :_________________________________________
Account No. :_____________________________________________________
Branch :_____________________________________________________
Address :_____________________________________________________
_____________________________________________________
Note: Please tick the approximate box in front of vendor code to indicate whether the vendor 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 Limited# payable at ordering location mentioned in the Bid invitation.
Request for login may be sent through E-mail or manually sent to Package in charge/control person
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in