NTPC Limited  
A Govt. of India Enterprise)  
SSC-ER-1, Barh, Patna  
(
NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)  
FOR  
SUPPLYING,SITE PREPARATION(CIVIL WORKS),ERECTION AND  
COMMISSIONING OF CLORINE DIOXIDE DOSING SYSTEM AT NTPC BARH  
STAGE-II”  
(
Domestic CompetitiveBidding)  
1.0 NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the  
scope of work briefly mentionedhereinafter:  
2.0 BRIEF DETAILS  
NIT No  
Source of IFB/NIT  
Contract Classification  
9900188205/051/1028  
SSC-ER-1, Barh, Patna  
“SUPPLYING,SITE  
PREPARATION(CIVIL  
WORKS),ERECTION AND COMMISSIONING  
OF CLORINE DIOXIDE DOSING SYSTEM AT  
NTPC BARH STAGE-II”  
Last Date and Time for Bid Submission  
Technical Opening Date & Time  
Price Bid Opening Date and Time  
Tender Fee in INR (incl. GST)  
EMD in INR  
As per information given on GePNIC Portal  
As per information given on GePNIC Portal  
Shall be intimated separately by NTPC  
4,500/-  
10,00,000/-  
Not Applicable  
Pre-Bid Conference Date & Time  
Venue for Pre-Bid Conference  
Not Applicable  
Last Query Date  
As per information given on GePNIC Portal  
3.0 ‘Tender Fee’ (non-refundable), ‘EMD/Bid Security’ & ‘Integrity Pact’ shall be  
submitted in sealed envelopes separately before the stipulated bid submission  
closing date and time at the address given at para 10.0 below. Any bid without an  
acceptable ‘Tender Fee’, ‘EMD/Bid Security’, and ‘Integrity Pact’ shall be treated as  
non-responsive by NTPC and shall not beopened.  
4
.0 A complete set of Bidding Documents may be downloaded by any interested  
Bidder. Tender fee (non-refundable) of requisite value is to be paid in a separate  
envelope up to last Date for Bid Submission in the form of a crossed account  
Payee demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus,  
Barh STPP, Patna of the cost of the Bid documents.  
For logging on to the GePNIC Site, the bidder would require user id and password  
which can be obtained by enrolling at GePNIC site. First time users not allotted  
any vendor code are required to approach NTPC at least Seven working days prior  
to last Date for Bid Submission .  
5.0 Brief Scope of Work:  
SUPPLYING,SITE PREPARATION(CIVIL WORKS),ERECTION AND COMMISSIONING OF  
CLORINE DIOXIDE DOSING SYSTEM AT NTPC BARH STAGE-II  
6
.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at  
the time of purchase of Bid Documents.  
7
.0 Qualification Requirements for Bidders :  
1
.1 The bidder should have designed, supplied, erected/supervised erection and commissioned/  
supervised commissioning of at least one (1) number of Chlorine Di-Oxide System/Plant having at  
least one (1) number Chlorine Di-Oxide (ClO ) generator of capacity not less than 40 Kg/hr, in  
2
any industrial application. The above system/plant should have been in successful operation for at  
least one (1) year prior to the date of Techno-Commercial bid opening.  
1
.2 Bidders who do not fulfill the requirement in clause 1.1 above, can also participate provided the  
Bidder has designed, supplied, erected/supervised erection and commissioned/supervised  
commissioning at least one (1) number Gas chlorination plant/system of capacity not less than 120  
Kg/hr. in any industrial application and associates/collaborates with a party fully meeting the  
requirements of clause 1.1 above.  
In such a case, the Bidder shall be required to furnish a Deed of Joint Undertaking(s) (DJU)jointly  
executed by the Bidder and the Collaborator(s)/Associate(s) and each executants of DJU shall be  
jointly and severally liable to the Employer for successful performance of Chlorine Di-Oxide (ClO2)  
System/Plant, as per the format enclosed  
with  
the  
bidding documents. The Deed of Joint  
Undertaking(s) (DJU) should be submitted along with the bid failing which Bidder shall be  
disqualified and its bid shall be rejected. In case of award, the Collaborator(s)/Associate(s) shall  
be required to furnish an on demand bank guarantee as per the format enclosed with the bidding  
documents for a value equal to 2% (two percent) of the contract price in addition to the Contract  
Performance Security to be furnished by the Bidder.  
2
.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 6.62 Crores.  
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 Techno-Commercial  
bid  
documents, pledging unconditional and irrevocable financial support for the execution of the Contract  
by the Bidder in case of award.  
2
.2 Net Worth of the bidder should not be less than 100% of the bidder’s paid up share capital as  
on the last day of the preceding financial year of 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 Subsidiary(ies) or  
its  
Holding  
Companies, 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%(  
one 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)]X100 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
.3 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.  
i) Copies of the unaudited unconsolidated financial statements of the Bidder along with  
copies of the audited consolidated financial statements of its Holding Company.  
ii)  
A
Certificate from the CEO/CFO of the holding Company, as per the format enclosed in  
the bidding documents, stating that the unaudited unconsolidated financial statements form part of  
the Consolidated Annual financial statements of the Holding company.  
In cases where audited results for the last financial year as on the date of the 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.  
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 that financial parameters is not available .  
NOTE  
a) Credentials For meeting Clause 1.1 or 1.2 :  
Remarks: i) Bidder must submit requisite credentials in support of having met the  
qualifying requirement. A  
summary  
sheet  
of  
all documents need to be submitted  
along with the technical offer. Summary Sheet should clearly describe the eligibility  
credentials. Credentials may include:  
1
2
. Purchase order/ work order copies.  
. Work Completion Certificate against purchase order/ Work Order Copies  
(ii) Reference works executed by the bidder as  
a
member of Joint Venture  
/Consortium/Associate can also be considered provided:  
The allocation of scope of work between the partners of the Joint Venture/Consortium/  
Associate is clearly defined in the executed Joint Venture Agreement/Consortium  
Agreement/ Deed of Joint Undertaking and Bidder’s scope of work and break-up of  
quantities executed by them as individual contribution in the Joint Venture/ Consortium/  
Associate, duly authenticated by the Project Authority, meet the relevant provisions of  
Qualifying Requirement.  
(iii) In case the reference work has been executed by the Bidder in an integrated Joint  
venture where in allocation of scope of work and break-up of quantities between the  
partners is not clearly specified in the integrated Joint Venture Agreement , then for clause  
1
.1&1.2 above, the credit of executed quantities can be claimed by the bidder in the ratio  
of bidder’s share in the integrated Joint Venture Agreement, provided the bidder establishes  
that it regularly undertakes works as at clause 1.1&1.2 (as applicable) above. The  
executed works/quantities by integrated Joint Venture shall be duly authenticated by the  
Project Authoritiy.  
(iv) Reference work executed by a bidder as a sub-contractor may also be considered. In  
such a case, the bidder shall submit the documentary evidence in support of above.  
(v)  
In  
case  
of  
composite work/BOQ, the bidder shall have to furnish Certificate from  
owner certifying the value of specific nature of work, as mentioned in clause 1.1&1.2  
b)Other income shall not be considered for arriving at annual turnover.  
c)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 the  
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.  
d)“Holding Company” and Subsidiary Company” shall have the meaning ascribed to it as per  
Companies act of India  
e) For amount in foreign currency, the exchange rate as on seven(7) days prior to  
the date of Techno-Commercial bid opening shall be used.  
8
.0 Issuance of Bidding Documents to any bidder shall not construe that bidderis  
considered qualified.  
9
.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT/IFB forthe  
subject package without assigning any reason whatsoever and in such caseno  
Address for Communication/Sending Hard Copy  
Additional General Manager/Sr. Manager,  
Contract & Materials Department NTPC  
Limited, SSC-ER-1, Barh STPP, PO-NTPC  
Barh Campus Dist– Patna, Bihar-803215  
Barh STPP, PO:Barh, Dist:Patna,  
PIN: 803215  
Websites: https://eprocurentpc.nic.in/nicgep/app or  
www.ntpctender.com  
or  
www.ntpc.co.in  
Please also superscribe / mention NIT no. and subject work on envelope/  
communication.  
Access To Tender Document:  
This is an e-tender case without Reverse Auction. Tender documents can be accessed /  
or  
downloaded from  
www.ntpctender.com.  
NTPC  
website:  
https://eprocurentpc.nic.in/nicgep/app  
In case of any difficulty, please contact help desk no-0120-4947444, 0120-4200462, 0120-  
001002, 0120-4001005, 0120-6277787  
4
E-Mail : support-eproc@nic.in  
Tender Fee Payment:  
The bidder has to submit the Tender fee through DEMAND DRAFT (Non-refundable) in  
favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna within the  
scheduled date and time and as mentioned at para 2.0, 3.0 and 4.0 above.  
Bidder can view/download the complete set of Bid Documents as per the following  
procedure.  
Type of Vendor  
Required Document for viewing/downloading our tender  
document  
1
.
Vendors already Vendors can view/download the tender document after logging in our  
having  
GePNIC GePNIC tender site  
and  
user id  
Password  
2
.
Vendors already Step-1: For logging on to the GePNIC Site, the bidder would  
having SAP vendor require user id and password which can be obtained by enrolling at  
code, but does not GePNIC site & with Class-3 Digital Signature Certificate (DSC).  
have GePNIC user  
Step-2 User id is to be forwarded along with user creation sheet  
id and Password  
to package dealing executive.  
3
. New Vendor neither Step-1  
having any vendor  
The agency has to furnish the followings:  
code in SAP nor  
GePNIC user id and  
Password  
A. PAN card scanned/photo copy(self-Attested)  
B. EFT form,duly filled and endorsed by their banker  
C. Copy of PFDocuments  
D. GST Registration  
E. ESI Code / Undertaking forESI  
All these should reach us at least Seven working days prior to Last  
Date of bid submisssion  
Step-2 After compliance of step-1, follow steps as mentioned  
above at Sl.No. 2.  
Bid Security (EMD):  
Bidder has to submit Earnest Money Deposit (EMD) in hard copy (offline) of requisite  
value in a separate envelope super scribing “EMD Envelope”, which must reach the office  
at the address mentioned at Sl. No. 10.0 before the bid submission deadline as mentioned  
in the e-tender of our GePNIC 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  
envelope, their bid shall not be opened. If the EMD amount submitted by any agency  
a
sealed  
is less than the stipulated EMD, their offer shall be rejected.  
iii. EMD may be furnished in any of the followingforms:  
a. For EMD amount of any value:  
Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC Limited,  
payable at Patna.  
b. In case EMD amount is >Rs 50,000.00 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. SSI units of Bihar / SSI units (of other states) registered with the National Small Scale  
Industries Corporation shall be exempted from the payment of Earnest Money  
Deposit. Bidders seeking exemption should submit a Photocopy of valid registration  
certificate preferably attested by Notary / Gazetted Officer/ Magistrate 1st class,  
giving details such as validity. Exemption certificate may be uploaded Onlinealso.  
d. Submission of EMD is exempted for IIMs/IITs/ NITs/IISc./ CBRI/CPRI/  
GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding PSUs).  
e. In case of any doubt on eligibility of such exemption/concession, bidder may get  
clarification from NTPC official before submission of his bid.  
f. The Bid Security of all the unsuccessful Bidders will be returned after finalization ofthe  
contract.  
g. The Bid Security shall be forfeited in any of the following circumstances byNTPC  
without any notice or proof of damage to the Owner:  
1.  
If the Bidder withdraws or varies its Bid during the period of Bid validity specified  
by the Bidder in the BidProposal.  
2.  
In case the Bidder does not accept the corrections towards the discrepancies in their  
bid, where ever the breakup of prices have been asked separately.  
3.  
If any deviation, variation or additional condition etc. found anywhere in our  
technical and / or / Price Bid implicit or explicit, shall stand unconditionally  
withdrawn, without any cost implication whatsoever to employer, failing which the  
bid security shall be forfeited.  
4.  
In the case of a successful bidder, if the bidder fails within the specified time limit  
to furnish the acceptance of Letter of Award / Purchase Order.  
5.  
In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish  
the required Contract Performance Guarantee in case the same is required as per  
conditions of the P.O / LOA.  
6.  
If the bidder / their representative commit any fraud while competing for this  
contract pursuant to Fraud prevention policy ofNTPC.  
h. No interest shall be payable by NTPC on the BidSecurity.  
i. ANY BID NOT ACCOMPANIED BY A BID SECURITY IN A SEPARATE  
SEALED ENVELOPE, SHALL BE REJECTED BY NTPC AS BEING NON  
RESPONSIVE AND RETURNED TO THE BIDDER WITHOUT BEING  
OPENED.  
GTE Compliance:  
No deviation, whatsoever, is permitted by NTPC to any provisions of bidding Documents.  
The Bidders are required to confirm acceptance of compliance to all Provisions of Bidding  
Documents on line (GTE COMPLIANCE)  
Only after acceptance of all GTE provisions, the bidder’s bid shall be opened.  
Clarification on Bidding Documents:  
Bidder can seek clarifications through e-mail or in hard copy up to the time specified as in  
the Bid documents.  
The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can  
view all queries and all answers once the same are posted in the GePNIC Portal.  
Following documents must be uploaded in the GePNIC Portal, failing which the offer  
shall be liable for rejection:  
i.  
Qualifying Requirement (If, required): Total credential to fulfill all the criteriaas  
mentioned in qualifying requirement of the NIT/IFB.  
ii. Technical Bid:  
All TECHNICAL DATA SHEETS as per the format provided in the Tender  
Documents duly filled.  
Any other data/information as sought in our Tender Documents.  
iii. Company/Firm Details:  
Document related to legal status of the Bidder (i.e., Sole Proprietorship  
Concern/Partnership Firm/ Private Limited Companies/ Public Limited  
Companies and Statutory Corporation/ Consortium/ Joint Venture), Name and  
address (es) of the sole proprietor / partners / Board of directors.  
Memorandum and Articles of Association/photocopy of  
Deed/affidavit of Proprietorship.  
Partnership  
iv. Copy of GST RegistrationCertificate.  
v. Copy of valid independent PF code no. issued by concerned RPFC.  
vi. Copy of PANcard.  
vii. Copy of ESI Certificate/Undertaking for submission of ESI.  
1
5.0 Participation in the tender does not automatically mean that the bidders are considered  
qualified. NTPC shall evaluate the Qualifying Requirement of each bidder as per NIT after  
opening of Technical Bids and the bid of the bidder who is not meeting the Qualifying  
Requirement shall not be considered.  
1
6.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the invitation for  
bids/IFB without assigning any reason whatsoever and in such case no bidder/intending  
bidder shall have claim arising out of such action.  
1
7.0 If the last date for receiving applications/ selling of bids/ date of bid opening coincides  
with holiday, the date will be shifted to the next working day.  
1
1
8.0 Tender Documents are not transferable.  
9.0 Package Co-coordinator:  
A) Name: P K SINHA  
Designation:AGM (SSC-C&M)  
Contracts Contact No.: 8544414341  
E-mail: pksinha04@ntpc.co.in  
B) Name: PIJUS KANTI MANDAL  
Designation: DGM (SSC-C&M)  
Contracts Contact No.: 9434751558  
E-mail: pijusmandal@ntpc.co.in  
C)  
Name: ANKIT KUMAR  
Designation: DEP. Manager(SSC-C&M)  
Contracts Contact No.:9473196697  
E-mail: ankitkumar@ntpc.co.in  
Important Notes:-  
1.  
The ‘Integrity Pact’ as per ATTACHMENT 18 (If Applicable ) duly signed by the  
signatory authorized to sign the bid, shall be sealed in a separate envelope entitled  
“ATTACHMENT-18: INTEGRITY PACT failing which their Bid is liable to be  
rejected. (To be uploaded Online)  
2.  
‘Power of Attorney ‘ of the signatory authorized to sign the bid shall be sealed in  
separate envelop superscribed “Power of Attorney”, failing which the bid is liable to  
be rejected.(To be uploaded Online)  
Page 1 of 5  
NTPC Limited  
(
A Government of India Enterprise )  
SSC - ER-I(Barh) Project  
P.O. BARH  
BARH PATNA  
Bihar- 803213, India  
Telephone No. : 06132-240011/12/13 Fax No. : 06132-240014  
LST No : 10020385084  
CST No : 10020385181  
TIN No : 10020385084  
ENQUIRY TO VENDORS AS PER ATTACHED ANNEXURE  
NIT Number  
:
:
:
:
9900188205/051/1028  
23.10.2019  
NIT Date  
EMD Amount in INR  
1,000,000.00  
EMD Amount in US$  
Bid Opening Date  
Bid Opening Time  
Not Applicable  
: As per information on online GePNIC Portal.  
: As per information on online GePNIC Portal.  
Bid Submission Date  
Bid Submission Time  
:As per information on online GePNIC Portal.  
: As per information on online GePNIC Portal.  
Subject: SUPPLYING,SITE PREPARATION(CIVIL WORKS),ERECTION AND COMMISSIONING OF CLORINE  
DIOXIDE DOSING SYSTEM AT NTPC BARH STAGE-II  
Dear Sir,  
Your offer should reach this office latest As per information on online GePNIC Portal.  
Thanking You,  
For & behalf of NTPC Limited  
ANKIT KUMAR  
DEPUTY MANAGER  
Registered Office: NTPC Bhawan, Core-7, Scope Complex, Institutional Area, Lodhi Road, New Delhi-110003  
Phone No. -(011)24360100, Fax No. -(011)24361018. Website: www.ntpc.co.in  
Page 2 of 5  
NTPC Limited  
A Government of India Enterprise )  
(
NIT No.: 9900188205/051/1028  
(Contracts Services)  
Bid Proposal Sheet)  
(
Name of Work: SUPPLYING,SITE PREPARATION(CIVIL WORKS),ERECTION AND COMMISSIONING OF CLORINE  
DIOXIDE DOSING SYSTEM AT NTPC BARH STAGE-II  
Delivery Address:  
Barh Super Thermal PowerProject  
P.O. BARH  
BARHPATNA  
Bihar  
803213  
India  
0
0
6132-240011/12/13  
6132-240014  
SI No.  
Code  
Description  
Unit Quantity  
Rate  
Amount  
Long  
Text  
1
0
SUP,SIT PRP,EREC, & COMSN OF  
CLO2 SYSTEM  
####### #######  
1
#########  
1
0.10  
0.10  
SUPPLY OF CLO2 SYS  
LOT  
LOT  
LOT  
LOT  
LOT  
1
Rate In Words :  
1
0.20  
0.20  
SUPPLY OF SPARES PAKGE  
FRT & INS FOR ENTIRE PKGE  
ALL CIVIL WORK CHARGE  
1
1
1
1
1
Rate In Words :  
Rate In Words :  
Rate In Words :  
Rate In Words :  
1
0.30  
0.30  
1
1
0.40  
0.40  
1
1
0.50  
0.50  
ERECTION CHARGE FOR ALL PKGE  
1
UOM Legends:- AU - Activity unit LOT - Lot  
GRAND TOTAL in Figure:  
GRAND TOTAL in Words:  
(
Signature of Buyer's Representative)  
As per tender/GCC  
( Signature of Supplier/Contractor)  
SPECIAL INSTRUCTIONS  
--------------------------------------  
-
Page 3 of 5  
NTPC Limited  
A Government of India Enterprise )  
(
NIT No.: 9900188205/051/1028  
SCOPE OF WORK  
00010:SUP,SIT PRP,EREC, & COMSN OF CLO2 SYSTEM  
NAME :-CONTRACT FOR SUPPLY,ERECTION&CIVIL WORKS AND COMMISSIONING OF CLORINE DIOXIDE DOSING  
SYSTEM AT NTPC BARH STAGE-II.  
(A) DETAILED SCOPE OF WORK:ATTACHED WITH THE PR AND PRADIP  
(B) INDICATIVE SCOPE OF WORK:-THE WHOLE SCOPE CONSISTS OF FOUR (APPROX.)SUB-SCOPES:  
1)  
SUPPLY :-IT CONSIST OF SUPPLYING OF COMPLETE ASSEMBLY OF CLO2 DOSING SYSTEM AS PER TECHNICAL  
SPECIFICATION.  
2)  
SITE PREPARATION:-CONSISTS OF PREPARING OF THE SITES,MAINLY CIVIL NATUREDWORKS,WHERE  
MACHINES TO BE ERECTED.  
3)  
ERECTION:- CONSISTS OF ERECTION OF THE COMPLETE ASSEMBLY AT THE RESPECTIVE SITES OF THE  
PLANT.  
COMMISSIONING:CONSISTS OF SUCCESSFULLY OPERATIONALISING OF THE CLO2 DOSING SYSTEM.  
4)  
Detailed Scopes of Supply includes Design, Engineering, Procurement, Manufacturing, Supply, Testing & Commissioning,  
Cleaning, Painting and Shipment to the site for complete CHLORINE DIOXIDE PLANT for BARH SUPER THERMAL  
POWER PROJECT STAGE-II(2X660 MW) as per technical specifications Part-A,B,C,D,E and F and all the application  
General Conditions of Contract of NTPC ,attached with the PR.  
FOR EXECUTING THE ABOVE CONTRACT SUCCESSFULLY ,THE CONTRACTING AGENCY HAS TO ARRANGE ALL  
THE NECESSARY INPUTS EXCEPT POWER SUPPLY,WHICH WILL BE PROVIDED BY THE NTPC FREE OF COST.  
RESIDUAL TERMS & CONDITION WILL BE APPLICABLE AS PER THE ATTACHMENT GIVEN ALONG WITH THE PR.  
INDICATIVE PAYMENT TERMS:  
1)  
2)  
3)  
4)  
5)  
6)  
10% ADVANCEALONG WITH P.O.  
20% AGAINST DISPATCH OF COMPLETE SYSTEM  
10% AFTER COMPLETING SITE FOR ERECTION  
30% AFTER SUCCESSFUL ERECTION OF THE COMPLETE SYSTEM  
20% AFTER SUCCESSFUL COMMISSIONING OF THE SYSTEM  
10% AFTER COMPLETION OF DEFECT LIABILITY PERIOD.  
NOTE:-BEFORE GIVING THE FINAL QUOTATION ,THE AGENCY TO COME AT THE SITE TO ASSESS THE EXACT  
REQUIREMENT RELATED TO THE ABOVE WORK.  
Page 4 of 5  
NTPC Limited  
A Government of India Enterprise )  
(
NIT No.: 9900188205/051/1028  
SERVICE SPECIFICATION  
-------------------------------------------  
-
S.No.  
Service Code  
Service Text  
Service Long Text  
10.10  
10.20  
10.30  
10.40  
10.50  
SUPPLY OF CLO2 SYS  
SUPPLY OF SPARES PAKGE  
FRT & INS FOR ENTIRE PKGE  
ALL CIVIL WORK CHARGE  
ERECTION CHARGE FOR ALL PKGE  
Page 5 of 5  
NTPC Limited  
A Government of India Enterprise )  
(
NIT No.: 9900188205/051/1028  
ANNEXURE  
VENDORS LIST  
S.No. Collective No. / Vendor Details  
RFQ No.