NTPC Limited
(A Government of India Enterprise)
Rihand Super Thermal Power
NOTICE INVITING TENDER (NIT)
FOR
Supply and Installation of Gravimetric feeder in place of existing volumetric feeder in stage-1 of NTPC
Rihand.
(Domestic Competitive Bidding)
NIT No: 40087206 Date:16.04.2018
Bidding Document No: 070/CS/BMD/9115
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
16.04.2018 21:00:00
24.04.2018 23:59:00
14.05.2018 15:00:00
14.05.2018 15:30:00
6,638.00
40087206
16.04.2018
Rihand Super Thermal Power
1000000.00
Pre-Bid Conference Date & Time (if any)
Last Query Date (if any) 30.04.2018
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 SONEBHADRA 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
Supply and Installation of Gravimetric feeder in place of existing volumetric feeder in stage-1 of NTPC Rihand.
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:
I
1.0.0 Technical Criteria
1.1.0 Route 1- Qualified Gravimetric Coal Feeder Manufacturer(QGCFM)
The bidder should have designed, manufactured, erected/supervised erection and commissioned/supervised commissioning
of gravimetric belt type coal feeders of minimum 36 inch size, operating in a 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
feeders for minimum one (01) pulverised 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) 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 in India.
1.3.2 The Bidder who fulfills the requirements at clause 1.3.1 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 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 Licencing
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 the 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 form 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) 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 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) 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 the
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) has
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 plant or from an intermediary organization shall be
required to be furnished by the Bidder along with its Techno-Commercial bid in support of the 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 the 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 # 749.00 Lacs (Rupees Seven Hundred Forty Nine Lacs only).
2.1.2 In case the 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. 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 Ventures, 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 practising Chartered Accountant shall be considered acceptable. In case,
Bidder is not able to submit the certificate from a practising 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 practising Chartered Accountant certifying the financial parameters is not
available.
2.2.0 Financial 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 as on the date of Techno-Commercial bid opening,
should not be less than # 749.00 Lacs (Rupees Seven Hundred Forty Nine Lacs 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 its 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 form 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 practising Chartered Accountant shall be considered acceptable. In case,
Collaborator/Associate is not able to submit the certificate from a practising 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 practising
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 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.
(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.
II. 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 can pay the requisite tender fee through payment
gateway by clicking #pay 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. 0120-2952319
b) Off-line: Tender fee can be made in form of Demand Draft only in favor of NTPC Ltd., payable at State Bank of
India, Rihandnagar (code no.7523), Bijpur or Union Bank of India, Rihandnagar (code no. 550116), Bijpur and the same
should reach NTPC Rihand in the communication address given at S.No.10.
c) Exemptions of cost of tender documents : Refer clause No. (III) (c)
Request for tender documents received after the last date as mentioned, due to delays of postal/courier services or without
requisite cost of tender documents shall not be entertained.
In case request for Tender Documents is obtained by post, any delay or loss will be the sole responsibility of the
Contractor and NTPC shall not be responsible for any postal/communication delay.
III. Bid Security (EMD): Bidder has to submit earnest money deposit (EMD) in hard copy (off-line) of requisite value
in a separate envelope super scribing #EMD Envelope# which must reach the office at the address mentioned below
before the bid submission deadline as mentioned in the e-tender of our SRM system.
i) #EMD Envelope# should contain the EMD of requisite value, strictly in valid form as mentioned below at Sl.No. III)
a)/b) as per applicability or valid supporting document in support of seeking exemption of EMD as III) c).
ii) If Bid security (EMD) in original of any agency is not received in a sealed envelope, their bid shall not be opened.
If the EMD amount submitted by any agency is less than the stipulated EMD their offer shall be rejected.
iii) EMD may be furnished in any of the following forms.
a) For EMD amount of any value :
(i) Pay order / demand draft / Bankers cheque in favor of NTPC Limited, from any Nationalized or scheduled bank,
payable at the State Bank of India, Code No.7523 or Union Bank of India, Code No.550116, Rihand Nagar (Bijpur),
Dist. Sonebhadra (UP).
OR
(ii) E-Payment by Credit Card/Debit card/Net Banking on the NTPC e-tender portal
b) In case EMD amount is more than Rs.50,000/-, then besides above: Bank Guarantee (BG) from a Nationalized
Bank/other banks (as per NTPC approved list) also will be acceptable. Format of BG against Bid security and list of
banks for Bid security are attached. BG should be unconditional and irrevocable and should be valid for a period of 45
days beyond the bid validity period. The Bank Guarantee verification check list duly filled in as per format attached has
to be submitted in this regard. Bidder shall ensure that all the points of check list are replied in #Yes#.
c) 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 bid documents free of
cost and shall be exempted from paying Earnest Money Deposit.
Further, in case of tenders where splitting of quantity is possible, participating MSEs quoting price within price band of
L1 + 15 percent shall also be allowed to supply a portion of requirement by bringing down their price to L1 price in a
situation where L1 price is from someone other than a Micro and Small Enterprise and such Micro and Small Enterprise
shall be allowed to supply up to 20 percent of total tendered value. In case of more than one such MSE, the supply will
be shared proportionately (to tendered quantity).
However, in case of tenders where splitting of quantity is not possible, participating MSEs quoting price within price
band of L1 + 15 percent shall be allowed to execute the package by bringing down their price to L1 price in a
situation where L1 price is from someone other than a Micro and Small Enterprise. The award shall be made as follows:
Award shall be given to L1 bidder if L1 bidder is a MSE. In case L1 bidder is not a MSE, then all the MSE vendor(s)
who have quoted within the range of L1 + 15%, shall be given the opportunity in order of their ranking (starting with
the lowest quoted MSE bidder and so on) to bring down its price to match with L1 bidder. Award shall be placed on
the MSE vendor who matches the price quoted by L1 bidder.
If no MSE vendor who has quoted within range of L1 + 15% accepts the price of L1 bidder then the award shall be
made to the L1 bidder. 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
registration certificate, giving details such as stores/services, validity (if applicable) etc. failing which they run the risk of
their bid being passed over as ineligible for the benefits applicable to MSEs.
Note: Generally in tenders having Itemwise evaluation, splitting is allowed unless otherwise specified in the Special
Purchase Conditions (SPC). Further, in tenders having Packagewise evaluation generally splitting is not allowed. Please
refer Special Purchase Condition for specific tender provisions.
d) The bid security of all the unsuccessful bidders will be returned after award of the job.
e) No interest shall be payable by NTPC on the Bid Security.
f) Any Bid not accompanied by a bid security in a separate sealed envelope, shall be rejected by the employer as being
non-responsive and returned to the bidder without being opened.
IV. 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 (NO Deviation Certificate) online as per format
enclosed .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 the 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.
V. Clarification on Bidding documents: Bidder can seek clarification through e-mail or in hard copy upto the time
specified as mentioned in the bidding document. The queries will be answered by NTPC and posted in the c-folder.
The bidders can view all queries and all answers once they are posted in the c-folder.
VI. Issuance of Tender Document to any bidder shall not construe that bidders are considered qualified. The qualification
status shall be examined by the Tender Committee during the process of evaluation.
VII. Following credentials are to be submitted by the bidders along with bid documents in support of meeting the
qualifying requirement as stipulated for each package.
a) Legible Copies of Award letter with Bill of Quantities of similar nature, job completion certificate, copies of MB
(bills/receipts) etc. in proof of value of work executed, clearly indicating the executed value of the work.
b) Audited Balance sheet and Profit & Loss account.
c) Partnership deed/affidavit for proprietorship/certificate of incorporation.
d) Copy of PF code allotted by RPFC.
e) Copy of GST Registration.
f) Proofs of execution of orders value, turnover and other requirements to meet the QR for the work, as mentioned
above.
g) PAN Registration.
VIII. General Conditions:
a) The bids shall be received upto 15.00 Hrs. on date of Bid Opening shall be opened at 15.30 Hrs. on the same date
as stipulated above in the presence of bidder, who wish to be present.
b) In case, the date of Bid opening coincides with HOLIDAY, the shifted to next working day at the same time.
c) Details of the work to be executed and terms & conditions of the tender are stipulated in the tender documents.
d) Notwithstanding anything stated above, NTPC reserves the right to assess bidder#s capability & capacity to perform
the contract, should the circumstances warrant such assessment in overall interests of the Owner.
e) NTPC reserves the right to issue, reject any or all bids or cancel/withdraw the invitation for bids without assigning
any reason whatsoever thereof and in such case no bidder/intending bidder shall have claim arising out of such action.
f) Tender document is not transferable.
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
Addl. General Manager (Contracts)
Rihand Super Thermal Power Project, NTPC
P.O.- RIHANDNAGAR, Dist. SONEBHADRA (U.P), PIN-231223,
PHONE NO. 05446 243094/247216/247220/247225/247219
FAX NO. 05446 242110/242115
Package Co-ordinators:
1. Kripa Shanker, Sr. Manager (CS)
Contracts Section, C&M
NTPC LIMITED (ADMINISTRATIVE BUILDING)
RIHANDNAGAR, DISTT: SONEBHADRA (U.P)-231223
Telephone: 05446-247219 Fax: 05446-242110
e-mail: kripashanker@ntpc.co.in
2. P.K. Sabat, AGM(Cntracts)
Contracts Section, C&M
NTPC LIMITED (ADMINISTRATIVE BUILDING)
RIHANDNAGAR, DISTT: SONEBHADRA (U.P)-231223
Telephone: 05446-247216 Fax: 05446-242110
e-mail: pksabat@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in
Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in