EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 1 of 8
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)
CORPORATE CONTRACTS, NOIDA
INVITATION FOR BIDS (IFB)
FOR
EPC PACKAGE
FOR
WASTE TO ENERGY PROJECT (2x350 TPD)
AT
KAWAS GAS POWER STATION
LOCATED AT
SURAT, INDIA
(Domestic Competitive Bidding)
IFB No. : 40088007 Date: 12.07.2019
Bidding Document No.: CS-2600-001-9
1.0 NTPC invites online Bids on Two Stage bidding basis [Stage-I (Techno-Commercial) Bid &
Stage-II (Price) Bid] from eligible Bidders for aforesaid Package, as per the Brief Scope of Work
mentioned hereinafter.
2.0 BRIEF SCOPE OF WORK
This is concerned with Refused Derived Fuel (RDF) incineration cum electric power generating unit having
a rated RDF disposal capacity of 2×350 TPD.
It shall include but not limited to:
RDF Handling
Refuse receiving, Refuse bunker, Crusher, Refuse handling (cranes, hopper, and
chutes), Recycled oil system, Leachate handling and treatment
Combustion
System
Incineration units, Refractory, insulation, ports and doors, Hydraulic system, Primary
and secondary air, air heater, ducting, Secondary Fuel firing system
Boiler
Boiler, Boiler structure, walkway and access, Soot blowers
Air pollution
control
De-NOx system, Lime system, Activated carbon system, Flue gas treatment system
(cooling, ducting, etc.), Bag house, ID fan
Ash system
Bottom ash treatment system (extractor, conveying, etc.), Bottom ash crane, Fly ash
conveying system, silos, Fly ash treatment system
Water and
steam
Make up water system, Chemical dosing and conditioning, Feed water system,
Steam distribution and condensate system, Equipment cooling water system,
Auxiliary pumps, Piping, valves and associated equipment, Insulation
Power
generation
Turbo generator, Condenser
Electrical
High voltage electrical system, transformer, Low voltage electrical distribution system,
Emergency power supply
Control and
monitoring
Control and monitoring system, Continuous emission monitoring system (CEMS),
Closed circuit television (CCTV)
Civil part
Civil and architectural works, Chimney, Lift, Rooms, Air conditioning and ventilation
(HVAC), Lighting and electric receptacles, Fire alarm and firefighting system,
Telephone and communication equipment, Plant model and visitor facilities,
Miscellaneous works at plant area and outbuilding.
Other systems
and facilities
Wastewater treatment system, Compressed air system (service and instrument air),
Odour prevention, Truck washing facilities, Maintenance hoists and cranes, Spare
parts, Documentation, drawings, and manuals, Workshops, Laboratory
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 2 of 8
The complete scope of the proposal for the Design, Engineering, Manufacture, Supply, Construction,
Erection, Testing, Commissioning works including Operation & maintenance of the plant for an initial
period of 2 years for the EPC Package for Waste to Energy Project (2 x 350 TPD), shall be on the
basis of single point responsibility, completely covering the following activities and services in respect of all
the equipment & works specified and covered under the specifications:
a) Basic Engineering of the plant including preparation of Plant Definition Manuals;
b) Detailed design of all the equipment and equipment system(s) including civil, structure steel works
included in bidder's scope.
c) Providing engineering drawings, equipment sizing & performance data, instruction manuals, as built
drawings and other information;
d) Compliance with statutory requirements and obtaining clearances from statutory authorities, wherever
required;
e) Complete manufacturing including shop testing/type testing;
f) Complete Civil, Structural and Architectural works, including survey, providing construction material and
equipment, construction water supply, construction / permanent roads, drainage arrangements, fencing /
boundary wall around the land boundary.
g) Packing and transportation from the manufacturer’s works to the site.
h) Receipt, storage, preservation, handling and conservation of equipment at the site;
i) Fabrication, pre-assembly, if any, erection, testing, commissioning and completion of facilities including
putting into satisfactory operation all the equipment including successful completion of initial operation;
j) Performance and guarantee tests after successful completion of initial operation;
k) Furnishing of spares on FOR site basis.
l) Insurance and other requirements for the complete EPC package in accordance with the provisions of
general conditions of contract of the bidding document.
The Contractor shall be responsible for providing all material, equipment and service, which are required to
fulfill the intent of ensuring operability, maintainability, reliability and complete safety of the complete work
covered under this specification, irrespective of whether it has been specifically listed herein or not.
3.0 NTPC intends to finance subject Package through Domestic Commercial Borrowings / Own
sources.
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 at 11.0
and as per the following schedule:
Issuance of IFB
12.07.2019
Document Sale Dates
From 18.07.2019 to 26.07.2019 upto 1730 Hrs.
(IST)
Last Date for receipt of queries for
clarification from prospective Bidders
02.08.2019
Date, Time and venue for Pre-Bid
conference*
02.08.2019, 1030 Hrs (IST) at NTPC-EOC, Noida
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 3 of 8
Bid Receipt Date & Time for Stage-I
(Techno-commercial) Bid
Upto 16.08.2019 by 1445 Hrs. (IST)
Bid Opening Date & Time for Stage-I
(Techno-commercial) Bid
16.08.2019 at 1500 Hrs. (IST)
Bid Submission & Opening Date & Time
for Stage-II (Price) bid
Shall be intimated separately by NTPC
Cost of Bidding Document in INR
INR 22,500/- (Rupees Twenty Two Thousand
Five Hundred only)
* No Queries from Bidders, whatsoever, shall be entertained by the Employer beyond the date
of Pre-Bid Conference as specified above.
5.0 All bids must be accompanied by Bid Security for an amount of INR 2,00,00,000/- (Indian
Rupees Two Crore only) in the form as stipulated in the Bidding documents.
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN SEPARATE
SEALED ENVELOPE SHALL BE REJECTED BY THE EMPLOYER AS NON-RESPONSIVE
AND SHALL NOT BE OPENED.
6.0 QUALIFYING REQUIREMENTS FOR BIDDERS.
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) including requirements
stipulated in sub clauses of respective routes. 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 Route1: Qualified Waste to Energy Plant Equipment Manufacturer (QWEPM)
1.1.1. The Bidder should have designed, engineered, supplied, erected / supervised erection, commissioned
/ supervised commissioning of at least two (02) numbers of waste to energy plants employing Grate
Combustion System and Flue Gas Treatment System, having rated waste incineration capacity of at
least 300 metric tonnes per day per stream or higher, at different locations anywhere in the world. All
two (2) reference waste to energy plants should have been in successful operation for a period of not
less than two (2) years prior to the date of techno commercial bid opening.
AND
1.1.2. The Bidder should have designed, engineered, manufactured/ got manufactured atleast Grate
Combustion System or Waste Heat Recovery Steam Generator (WHRSG) or both in all two (2)
reference waste to energy plants stipulated in clause 1.1.1 above. The bidder shall offer only the type
of Grate Combustion System or Waste Heat Recovery Steam Generator (WHRSG) or both for which it
is qualified.
1.2.0 Route 2: Indian EPC/R&M Company
1.2.1. Bidder should be an Indian Company registered in India as per Companies Act of India and should
have executed at least one Engineering, Procurement, Construction (EPC) Contract OR Renovation &
Modernisation (R&M) Contract of value not less than 100 Crores consisting of at least Steam
Generator and Steam Turbine Generator Set in a thermal power plant which is in successful operation
for a period of not less than one (1) year prior to the date of techno-commercial bid opening.
1.2.2. Such bidder should associate/ collaborate with a Qualified Waste to Energy Plant Equipment
Manufacturer (QWEPM) meeting the requirements as specified in clause 1.1.0 above at least for
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 4 of 8
design, engineering, erection / erection supervision and commissioning / commissioning supervision of
complete waste to energy plant being offered to NTPC by bidder.
1.2.3. Additionally, supplied Grate Combustion System or Waste Heat Recovery Steam Generator (WHRSG)
or both (as applicable) shall be designed, engineered and manufactured/ got manufactured by its
associate/ collaborator and that shall be of the type for which its associate/collaborator is qualified. In
case, associate/ collaborator has designed, engineered, manufactured/ got manufactured both Grate
Combustion System and Waste Heat Recovery Steam Generator (WHRSG) in reference waste to
energy plants, both shall necessarily be designed, engineered, manufactured/ got manufactured for
waste to energy plant being offered to NTPC by bidder.
1.2.4. In such case, the Bidder shall furnish Deed of Joint Undertaking (DJU) executed by it and its
associate/ collaborator in which the executants of DJU shall be jointly and severally liable to the
Employer for successful performance of contract as per format enclosed in the bidding documents.
The DJU shall be submitted along with techno-commercial bid, failing which the Bidder shall be
disqualified and its bids shall be rejected. In case of award, associate/ collaborator of Bidder will be
required to furnish an on demand bank guarantee for an amount of 5% of the total contract price of
this Package in addition to the contract performance security to be furnished by the Bidder.
1.3.0 Route 3: Indian Subsidiary Company/JV Company of a Qualified Waste to Energy Plant
Equipment Manufacturer (QWEPM)
1.3.1. The Bidder shall be an Indian Subsidiary Company/JV Company of a Qualified Waste to Energy Plant
Equipment Manufacturer (QWEPM) meeting the requirements as specified in clause 1.1.0 above,
registered in India under the Companies act of India for purpose of design, engineering and
manufacturing/get manufacturing of at least Grate System or Waste Heat Recovery Steam Generator
(WHRSG) or both for waste to energy plants as well as design, engineering, supply, erection/ erection
supervision, commissioning/ commissioning supervision of waste to energy plants as on the date of
techno-commercial bid opening. If the Subsidiary Company/JV Company is incorporated as a public
limited company then it should have obtained certificate for commencement of Business in India as on
the date of techno-commercial bid opening.
1.3.2. The Qualified Waste to Energy Plant Equipment Manufacturer (QWEPM) shall maintain a minimum
equity participation of 51% in the Subsidiary Company / 26% in JV Company for a lock-in period of 5
years from the date of incorporation of Subsidiary Company/JV Company or up to the end of the
defect liability period of the contract whichever is later.
1.3.3. In case of JV Company, one of the promotor should be an Indian Company meeting the requirement
as specified in clause 1.2.1 above who shall maintain the minimum equity participation of 51% in the
JV Company for a lock in period of 5 years from the date of incorporation of JV Company or up to the
end of defect liability period of the contract whichever is later.
1.3.4. Such Subsidiary Company/JV Company shall associate/ collaborate with its Qualified Waste to Energy
Plant Equipment Manufacturer (QWEPM) promotor for design, engineering, erection/erection
supervision, and commissioning /commissioning supervision of complete waste to energy plant being
offered to NTPC by bidder.
1.3.5. Additionally, bidder shall have collaboration or valid licensing agreement for design, engineering,
manufacturing of Grate System or Waste Heat Recovery Steam Generator (WHRSG) or both, being
offered to NTPC by the bidder, of type for which its associate/collaborator is qualified.
1.3.6. The Bidder shall furnish a Deed of Joint Undertaking (DJU) executed by it and its Qualified Waste to
Energy Plant Equipment Manufacturer (QWEPM) and other promotor having 25% or higher equity
participation, in which all the executants of DJU shall be jointly and severally liable to the Employer for
successful performance of contract as per the format enclosed in the bidding documents. The DJU
shall be submitted along with techno-commercial bid, failing which the bidder shall be disqualified and
his bid shall be rejected. In case of award, each promoter having 25 % or higher equity participation in
the Subsidiary Company /JV Company will be required to furnish an on demand bank guarantee for an
amount of 5 % of the total contract price of the EPC package in addition to the contract performance
security to be furnished by the Bidder.
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 5 of 8
NOTES FOR CLAUSE 1.0.0:-
(1) Definitions
(i) Wherever the term 'Waste' is appearing above, "Waste" shall be deemed to include Municipal Solid
Waste (MSW)/ Refused Derived Fuel (RDF).
(ii) Refused Derived Fuel shall mean fuel derived from combustible waste fraction of solid waste like
plastic, wood, pulp or organic waste in the form of fluff
(iii) Wherever the term “Flue Gas Treatment System”, is appearing above, the same shall be deemed to
include complete flue gas treatment system with De-NOx system, Lime system, activated carbon
system, bag house, flue gas cooling, ducting etc.
(iv) Wherever the term per stream”, is appearing above, the same shall mean a single block of Waste
Heat Recovery Steam Generator.
(v) Wherever the term “Waste Heat Recovery Steam Generatoris appearing above, the same shall be
deemed to include furnace and pressure parts as minimum.
(2) 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 his 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 910 Million (Indian Rupees Nine
hundred Ten 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 % (one 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.
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.
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 6 of 8
(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 and 1.3.0)
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 910 Million (Indian
Rupees Nine hundred Ten 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.
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.
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
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 7 of 8
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 2.0.0
(i) Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all
reserves credited out of the profits and share premium account but does not include reserves credited
out of the revaluation of the assets, write back of depreciation provision and amalgamation. Further
any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted
or written off, if any, shall be reduced from reserves and surplus.
(ii) Other income shall not be considered for arriving at annual turnover.
(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.
(v) In case the bidder participating under Clause 1.2.0 or 1.3.0 , do not meet the turnover requirement,
then, the Turnover of any of the Promoters individually or all the promoters (in a combined manner)
(each having Equity Stake more than 25%) of the Subsidiary Company / JV Company would be
considered. Each such promoter of the Subsidiary Company / JV Company shall have to meet the Net
Worth criteria individually as per clause 2.1.2 and/or 2.2.2. In such an event the Bidder would be
required to furnish along with its techno-commercial bid, a Letter of Undertaking from such
promoter(s), supported by Board Resolution as per the format enclosed in the bidding documents,
pledging unconditional and irrevocable financial support for execution of the Contract by the Bidder in
case of award.
7.0 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.
8.0 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 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
along with duly filled in questionnaire for issue of vendor code and SRM user id/password.
Note: No hard copy of Bidding Documents shall be issued.
9.0 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, Deed of Joint Undertaking / Joint Venture / Consortium Agreement / Integrity Pact (if
applicable) and Power of Attorney separately offline as detailed in Bidding Documents by the
stipulated bid submission closing date and time at the address given below.
10.0 Transfer of Bidding Documents purchased by one intending Bidder to another is not
permissible.
EPC package for Waste to Energy Project
(2x350 TPD) at Kawas GPS
BIDDING DOCUMENT NO. CS-2600-001-9
SECTION - I (IFB)
Page 8 of 8
11.0 Address for communication:
Manager (C&M) / AGM (C&M)
NTPC Limited,
Sixth Floor, Engineering Office Complex,
Plot A-8A, Sector-24, NOIDA,
Distt.-Gautam Budh Nagar, Uttar Pradesh,
PIN-201301, India
Fax No: +91-120-2410284/ 2410011
Tele. No. +91-120-4948669/ 4946671
e-mail: vibhavrastogi@ntpc.co.in / ashokkumar06@ntpc.co.in
Websites: https://etender.ntpclakshya.co.in OR www.ntpctender.com OR www.ntpc.co.in
12.0 Registered Office
NTPC Limited
NTPC Bhawan, SCOPE Complex,
7, Institutional Area, Lodhi Road,
New Delhi – 110003
Corporate Identification Number: L40101DL1975GOI007966.
Website: www.ntpc.co.in