(A Government of India Enterprise)
NOTICE INVITING TENDER
Dry Fly Ash Conveying and Transportation System
TENDER REF. NO.
(A Government of India
NTPC LIMITED
(A Government of India Enterprise)
SECTION – I
NOTICE INVITING TENDER
FOR
Dry Fly Ash Conveying and Transportation System
Package
TENDER REF. NO.
- NTPC/SSC-VSR/9900208810
NTPC Limited
(A Government of India
Enterprise)
SSC- NR-VINDHYACHAL
1
| 9
2 | 9
NTPC LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE) (SSC-NR VINDHYACHAL)
NOTICE INVITING TENDER (NIT)
FOR
DRY FLY ASH CONVEYING AND TRANSPORTATION SYSTEM PACKAGE FOR RIHAND
STPP-I (2X500MW)
(Domestic Competitive Bidding)
NIT No: NTPC/SSC-VSR/9900208810 Date: 05.11.2020
Tender ID: 2020_NTPC_41735_1
1.0 NTPC invites on-line bids on Single Stage Two Envelope Bidding
basis(Envelope-I: Techno-commercial Bid & Envelope-II: Price Bid) from
eligible Bidders for Dry Fly Ash Conveying And Transportation System Package
for Rihand STPP-I as per Scope of Work mentioned hereinafter.
2.0 Brief Scope of Work:
The scope of work shall include the design, engineering, supply, manufacture,
shop fabrication, assembly, testing and inspection at manufacturer’s works,
type testing wherever applicable, packing, handling, inland transportation,
inland transit insurance, delivery to site, complete services of erection
including erection supervision and site testing, inspection, insurance during
storage, erection and commissioning, performance testing and handling over
to the employer of dry fly ash conveying and transportation system for two(2)
units of Stage-I (2x500MW), as defined in this Specification.
A) Dry Fly Ash Conveying System
A dry fly ash conveying system for the ash collected in all existing collection
hoppers of ESP of Unit # 1 & #2 of Stage-I to convey dry fly ash from ESP
hoppers up to buffer hopper/intermediate silo.
Two alternatives for pneumatic conveying system have been specified for
conveying of fly ash in dry form from ESP hoppers upto buffer hoppers. i.e.
vacuum conveying system or pressure conveying system
i) Vacuum Conveying System
It shall consist of liquid ring vacuum pumps, material handling valves, cast iron
and MS pipes, instrument air compressor etc.
3 | 9
OR
ii) Pressure Conveying System
It shall consist of screw compressors, air lock/pump tanks, ash intake &
discharge valves, CI & MS pipes, instrument air compressors etc.
B) Dry Fly Ash Transportation system
A dry fly ash Transportation system to transport dry fly ash of Stage-I units
from buffer hopper/intermediate silos up to main silos located at plant
boundary and dry fly ash storage silos and dry ash / conditioned ash unloading
equipment and accessories for storage silos.
C) Complete Civil and structural works associated with (A) & (B) above.
D) Under electrical system, Transformer, LT switchgears, Motors, LT power &
control cables, lighting, cabling, earthing, lightning protection, etc. are
included in the package
E) Under C&I system, instrumentation cables are included in this package.
3.0 Brief Details
Detailed Specification, Scope of Work and terms and Conditions are given in
the bidding document, which are available for examination and sale at the
address given below and as per the following Schedule.
Issuance of IFB/NIT 05.11.2020
Tender reference no. NTPC/SSC-VSR/9900208810
Document Download / Sale Start Date
05-Nov-2020 06:55 PM
Document Download / Sale End Date
02-Dec-2020 10:00 AM
Source of IFB/NIT
NTPC Limited, Shared Service
Centre (SSC) – NR-Vindhyachal
Form of Contract/Tender Category Works*
Type Of Bidding
SINGLE STAGE-TWO ENVELOPE
Pre Bid Conference
Not Applicable
Clarification Start Date
05-Nov-2020 06:55 PM
Clarification End Date
18-Nov-2020 10:00 AM
Bid Submission Start Date
05-Nov-2020 06:55 PM
4 | 9
Bid Submission End Date
02-Dec-2020 10:00 AM
Bid Opening Date
04-Dec-2020 10:00 AM
Cost of Bidding Documents in INR
(inclusive of GST)
26,500.00
EMD/Bid Security in INR
1,00,00,000 (INR One Crore)
Pre Bid Conference Date & Time (if any)
NA
Integrity Pact (Applicable / Not
Applicable)
Applicable
*The MSME Benefits as mentioned in Bid Data Sheet (BDS), shall be applicable for
“Form of Contract/Tender Category” type “categorized as "Services" or “Supply”
and not for “Form of Contract/Tender Category” categorized as “Works
Contracts”.
Note: "NTPC shall allow purchase preference, as indicated in the bidding
documents, to bids from local suppliers as defined in the bidding documents. The
bidders may apprise themselves of the relevant provisions of bidding documents in
this regard before submission of their bids."
4.0 As per provisions of Bidding Documents, the Bidders shall submit “Techno-
Commercial Proposal” and “Price Proposal” online
(https://eprocurentpc.nic.in/nicgep/app), within the bid submission date
and time as mentioned above. Only Techno-Commercial proposals will be
opened on the date and timed mentioned above.
Note: For any corrigendum and extension of date of bid submission, please visit
the website https://eprocurentpc.nic.in
4.1 Bidder has to ensure the following documents to be submitted offline and the
same should reach in sealed envelopes before the bid submission deadline
prescribed by the Employer, pursuant to ITB Clause 15, failing which bid is liable
for rejection
Tender Fee: as applicable
Earnest Money Deposit : as applicable
Integrity Pact : Applicable
Any bid not accompanied by an acceptable Earnest Money Deposit, Tender fee
and Integrity pact (if applicable), shall be rejected by the Employer as being
non-responsive and shall be rejected without being opened.
5 | 9
5.0 Qualifying Requirements for Bidders:
5.1.0 Technical Criteria
Route 1
5.1.1 The Bidder should be a ‘supplier of ash handling systems’ and should have
executed ash handling systems involving Design, Engineering, Manufacture,
Supply, Erection and Commissioning for:
a) Pneumatic fly ash handling system for conveying fly ash from ESPs of a single
pulverized coal fired boiler unit by either:
(i) Pressure conveying system designed for 30 TPH or more conveying capacity.
OR
(ii) Vacuum conveying system designed for 30 TPH or more conveying capacity
per vacuum extractor.
The reference fly ash handling systems should be of the same type i.e. vacuum
system or pressure system, as is being offered by the Bidder.
b) Pneumatic Fly Ash Transportation System for transporting fly ash from
pulverised coal fired boiler unit having capacity of not less than 20 TPH for a
conveying distance of not less than 500 mtr. including fly ash storage silos.
The systems mentioned at clauses 5.1.1(a) & (b) above should have been in
successful operation in at least one (1) plant for at least two (2) years prior
to the date of Techno-Commercial bid opening. For the purpose of
qualification, the experience as at clauses 5.1.1 (a) & (b) above in separate
plants also is permissible.
An individual boiler unit having its own independent fly ash handling
system upto wetting units/ dry dust collection buffer hoppers which
includes, among others, independent fly ash handling equipment below ESP
hoppers, independent ash conveying piping upto wetting units/ dry dust
collection buffer hoppers can be considered as a plant for meeting the
requirement of clause 5.1.1(a) above.
Further, a transportation system provided for an individual boiler unit
having dedicated transportation vessels below dry dust collection buffer
hoppers and dedicated piping from dry dust collection buffer hoppers to
6 | 9
storage silos, including storage silos, can be considered as a plant for
meeting the requirement of clause 5.1.1 (b) above.
For reference fly ash handling systems, the design capacity of conveying
from ESPs to buffer hoppers and of transportation from buffer hoppers to
storage silos will be the capacity which the client (of the reference plant
against which the Bidder is seeking qualification) must have specified in its
contract documents.
Route 2
5.1.2 Bidder who is a supplier of ash handling systems but does not meet the
requirements under clause 5.1.1 in part or in full can also participate
provided it has executed at least the following systems of ash handling
plant involving design, engineering, manufacture, supply, erection and
commissioning:
a) Bottom ash handling system comprising either a jet pump system in
conjunction with water impounded Bottom Ash Hopper or submerged
scraper chain conveyor system or dry bottom ash system.
b) Fly Ash Handling System for conveying fly ash from ESPs in dry form
(involving pneumatic conveying systems of vacuum or pressure type) or in
wet (slurry) form.
The systems mentioned at clauses 5.1.2 (a) and 5.1.2 (b) above should have
been in successful operation in at least one (1) plant for at least two (2)
years prior to date of Techno-Commercial bid opening and should have
been installed for pulverized coal fired boiler units generating not less than
40 TPH of ash per boiler.
And
collaborates/ associates with party(ies) who meet(s) either the total
requirement or the balance part under 5.1.1 above which the Bidder itself
is not able to meet.
5.1.3 The activity of design and engineering under clause 5.1.1 should have been
carried out by the Bidder and not through any external design
agency/agencies.
For design and engineering activity referred under clause 5.1.2 the activity
should have been carried out by either the Bidder or through design
agency/agencies having experience for reference systems. In case of
Collaborator(s)/Associate(s) (meeting the balance part of total requirement
under clause 5.1.1), the activity of design and engineering for the reference
systems should have been carried out by them.
7 | 9
5.1.4 Bidder seeking qualification through clause 5.1.2 shall furnish
undertaking(s) jointly executed by it and its Collaborator(s)/ Associate(s) for
the successful performance of the relevant system(s) of the contract, as per
Employer’s format enclosed in the bidding documents. The Deed(s) of Joint
Undertaking(s) shall be submitted along with the Techno-Commercial bid,
failing which the Bidder shall be disqualified and its bid shall be rejected.
Further, in case of award, each of Bidder’s 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 1% (one
percent) of the total contract price in addition to the contract performance
security to be furnished by the Bidder.
5.2.0 Financial Criteria:
5.2.1 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 3108 Lakhs (Indian Rupees Three Thousand One
Hundred Eight Lakhs only).
In case the Bidder does not satisfy financial criteria, stipulated above on its
own, its Holding Company would be required to meet the stipulated
turnover requirements 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 its Holding Company,
supported by the Holding Company’s Board Resolution as per the format
enclosed with the bidding documents, pledging unconditional and
irrevocable financial support for the execution of the Contract by the
Bidder in case of award.
5.2.2 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 its Subsidiary (ies) and/or Holding Company and/or Subsidiary(ies)
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, if permitted under technical criteria for
qualification under Cl. 5.1.0 above, the Net worth of all Consortiums/Joint
8 | 9
Ventures members in combined manner should not be less than 100%
(hundred percent) 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.
5.2.3 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:
a) Copies of the unaudited unconsolidated financial statements of the Bidder
alongwith copies of the audited consolidated financial statements of the
Holding Company.
b) 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 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 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 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.
5.3 Financial Criteria of Collaborator(s)/Associate(s)
5.3.1 For Bidder seeking qualification through clause no. 5.1.2 above, the
average annual turnover of its Collaborator(s)/Associate(s) in the preceding
9 | 9
three (3) financial years as on the date of Techno-Commercial bid opening
should not be less than the amounts specified below:
(i) INR 1142 lakhs (Indian Rupees One Thousand One Hundred Forty Two Lakh
only) for the Collaborator/Associate for fly ash pressure conveying system
(meeting requirement of clause 5.1.1 a (i) above).
OR
INR 759 lakhs (Indian Rupees Seven Hundred Fifty Nine Lakh only) for the
Collaborator/Associate for fly ash vacuum conveying system (meeting
requirement of clause 5.1.1 a (ii) above).
(ii) INR 2348 lakhs (Indian Rupees Two Thousand Three Hundred Forty Eight
lakh only) for the Collaborator/Associate for fly ash transportation system
(meeting requirement of clause 5.1.1 (b) above).
In case the Collaborator(s)/Associate(s) 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, 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(s)/Associate(s)
would be required to furnish along with Bidder’s Techno-Commercial bid, a
Letter of Undertaking from the Holding Company, supported by Board
Resolution of the Holding Company, as per the format enclosed with the
bidding documents, pledging unconditional and irrevocable financial
support to the Collaborator(s)/Associate(s) 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.
5.3.2 The Net Worth of each Collaborator/Associate as on the last day of the
preceding financial year as on the date of Techno-Commercial bid opening
should not be less than 100% (hundred percent) of its paid-up share
capital.
In case the Collaborator/Associate does not meet the Net Worth criteria on
its own, they can meet the requirement of Net worth based on the
strength of its Subsidiary (ies) and/or Holding Company and/or Subsidiary
(ies) of its Holding Companies wherever applicable. In such a case, however
the Net worth of the Collaborator/Associate and its Subsidiary(ies) and/or
Holding Companies 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
10 | 9
not be less than 75% (seventy five percent) of their respective paid-up
share capitals.
For Consortiums/ Joint Ventures, if permitted under technical criteria for
qualification under Cl. 5.1.0 above, the Net worth of all Consortiums/Joint
Ventures members in combined manner should not be less than 100%
(hundred percent) 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
5.3.3 In case the Collaborator(s)/Associate(s) is/are not able to furnish its
audited financial statements on stand alone entity basis, the unaudited
unconsolidated financial statements of the Collaborator(s)/ Associate(s)
can be considered acceptable provided the Collaborator(s)/Associate(s)
further furnishes the following documents for substantiation of its
qualification:
i) Copies of the unaudited unconsolidated financial statements of the
Collaborator(s)/Associate(s) along with copies of the audited consolidated
financial statements of the Holding Company of
Collaborator(s)/Associate(s).
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 of Collaborator(s)/Associate(s).
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(s)/Associate(s) 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
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.
11 | 9
NOTES for clauses 5.2.0 and 5.3.0 above:
(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.
6.0 Notwithstanding anything stated above, the Employer reserves the right to
assess the capabilities and capacity of the Bidder /his
collaborators/associates/subsidiaries/group companies to perform the
contract, should the circumstances warrant such assessment in the overall
interest of the Employer.
7.0 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.
8.0 NTPC shall allow purchase preference, as indicated in the bidding documents,
to bids from local suppliers as defined in the bidding documents. The bidders
may apprise themselves of the relevant provisions of bidding documents in
this regard before submission of their bids.
9.0 The bidding document is available online. A complete set of Bidding
Documents may be downloaded by any interested Bidder from the NTPC
tender website https://eprocurentpc.nic.in. The Bidder would be required to
register on the website.
First time users are required to register themselves on NTPC tender
website(https://eprocurentpc.nic.in) after filling up the required details. Users
whose email address has not been linked to a vendor code allotted by NTPC/
first time users not allotted any vendor code by NTPC, should send a copy of
the registration details to the e-mail address specified in this NIT under
12 | 9
Address for Communication with following details at least three working
days prior to Technical Opening Date:
a) Request on the letter head of the Company
b) Address Proof
c) Copy of GST Registration Certificate,
d) Copy of PAN Card,
e) Email ID and Contact No.
f) Name and Designation of the contact person
g) Cancelled cheque & E.F.T form duly verified by bank
Note: No Hard Copy of bidding documents shall be issued.
10.0 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, Integrity Pact,
tender fee 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.
11.0 Clarification on bidding documents:
A prospective Bidder requiring any clarification of the Bidding Document shall
put the query under Clarification tab of the on-line bid at least three days prior
to the clarification end date. EMPLOYER will respond to any request for
clarification or modification of the bidding documents that it receives within
the time line specified.
EMPLOYER will post the Clarifications under Clarification/Corrigendum tab at
e-tender website. Bidders can view these clarifications.
NOTE: No Queries from Bidders, whatsoever, shall be entertained by the
Employer beyond the last date of receipt of Queries/ Pre-Bid Conference (if
applicable) specified above.”
12.0 Transfer of Bidding Documents purchased by one intending Bidder to another
is not permissible.
12.0 Following documents are being issued and shall be read as an integral part of
bidding documents:
(i) Section-I : Invitation for Bids / Notice Inviting Tender
(ii) Section-II : Instructions to Bidders
(iii) Section-III : Bid Data Sheets (BDS)
(iv) Section-IV : General Conditions of Contract
13 | 9
(v) Section-V : Special Conditions of Contract
(vi) Section-VI : Technical Specifications & Tender Drawings
(vii) Section-VII : Forms & Procedures (Part-1 of 3) - to be enclosed as Technical
Bids
Section-VII : Forms & Procedures (Part-2 of 3) to be enclosed as Financial Bids
Section-VII : Forms & Procedures (Part-3 of 3)
(viii) Amendments & Clarifications to various sections of bidding documents
This package was earlier floated from NTPC Northern Region Headquarter
which was annulled . Following amendments/clarifications had been issued in
earlier annulled package which shall form integral part of bidding documents
issued for this package also. Date of issuance of amendments/clarifications
corresponds to the earlier annulled package.
Amdt/Clrf
dated
Amendment No
Clarification No.
02.01.2019
Amendment 1 to Technical
Specifications
Doc No. NRHQ-RIHAND-I/DFA/2018-
AMDT.01
Clarification No.01 to bidding
documents
Doc. No. NRHQ-RIHAND-I/DFA/2018-
CLRF.01
Clarification No.02 to bidding
documents
Doc. No. NRHQ-RIHAND-I/DFA/2018-
CLRF.02
04.01.2019
*
Amendment 2 to Section
-
V
II (Part 1 of
3 & Part 2 of 3) *
Doc No. NRHQ-RIHAND-I/DFA/2018-
AMDT.02
NIL
18.01.2019
Amendment No. 03 to Technical
Specification
Doc No. NRHQ-RIHAND-I/DFA/2018-
AMDT.03
Clarification No.02A to bidding
documents
Doc. No. NRHQ-RIHAND-I/DFA/2018-
CLRF.02A
31.01.2019
Amendment No. 04 to Technical
Specification
Doc No. NRHQ-RIHAND-I/DFA/2018-
AMDT.04
Clarification No.03 to bidding doc.
Doc No. NRHQ-RIHAND-I/DFA/2018-
CLRF.03
Amendment No. 01 to Section
I to V
Doc. No.- NRHQ-RIHAND-I/DFA/2018-
AMDT.05
Amendment 2 to Section
-
VII
Doc. No.- NRHQ-RIHAND-I/DFA/2018-
AMDT.06
14.02.2019 Amendment No. 02 to Section –I to V
Doc. No.- NRHQ-RIHAND-I/DFA/2018-
Clarification No.04 to bidding doc.
Doc No. NRHQ-RIHAND-I/DFA/2018-
14 | 9
AMDT.07 CLRF.04
Amendment 3 to Section-VII
Doc. No.- NRHQ-RIHAND-I/DFA/2018-
AMDT.08
* Out of the above Amendments, Amendment No.02 relates to change in BOQ on
account of addition in Mandatory Spares & incorporation of new Schedule-8 for
adjustment of Unit rates for Piling works. Same has been incorporated in BOQ.
11.0 Address for Communication
Address for Communication
AGM (C&M)-Contracts
Shared Service Centre (SSC) – NR-Vindhyachal ,
SSC NR Vindhyachal, NTPC Ltd.,
Contract Section, Administrative building, II Floor,
PO Vindhyanagar, Distt. – Singrauli (M.P.) 486885
E-mail: amittiwari@ntpc.co.in / sukriti@ntpc.co.in/
gauravsaraswat@ntpc.co.in / amitkumar02@ntpc.co.in
Mob.: 9650998890/9425662578
Corporate Identification Number: L40101DL1975GOI00796


Date : 05-Nov-2020 06:51 PM
Print

 NTPC Limited||SSC VSR


NTPC/SSC - VSR/9900208810
 2020_NTPC_41735_1
 Open Tender  Works
 Works  ! 3
"
#!$%
Yes [Compliance Required]
&#!
$%
No
' Both(Online/Offline)
'$%
(
No
'
$%
No $%%) No


*
) *
1 SBI Bank

) 
1 DD
2 BG
3 BC
!+ !,-
!

!



1
Fee/Tender
Fee/Integrity Pact/DJU
.pdf TENDER FEE DETAILS
.pdf EMD DETAILS
.pdf INTEGRITY PACT
.pdf
Deed of Joint Undertaking
(DJU) (If applicable)
2
PreQual/Technical/Local
Content
.pdf Technical Details
.pdf
LOCAL CONTENT
DECLARATION_ATTACHMENT
10P
.pdf
Attachment 3 of Section VII
and QR Supporting
Documents
3 Finance/Attachment 4P .xls Price Bid
.pdf
ATTACHMENT
4P_GUARANTEED POWER
CONSUMPTION
+./0,12+3445

/
26,500



NTPC
Limited


$
Waidhan/Singrauli/Vindhyanagar
(M.P.)


#6
$%
No
#'
#'
$
/
1,00,00,000 #'

"7)
#'
#6
$%
No
#'


fixed #'

NA
#'


NTPC
Limited
#'
$
Waidhan/Singrauli/Vindhyanagar
(M.P.)
&*789
 Rihand Stage-I-Dry Fly ash Conveying and Transportation System package
&* Rihand Stage-I-Dry Fly ash Conveying and Transportation System package
(

As per tender documents
NA
NTPC Limited eProcurement ... 2 Page 1 of 2
05
-
11
-
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published
...
#6
'7*
)%:

Yes
:/ 0.00  Miscellaneous
Works
) NA
 Tender :89 180 &*89 730
 SSC NR
Vindhyachal
 486885 ' NA
'
$
NA ' NA  SSC NR
Vindhyachal
)$%$

No $%

No

 05-Nov-2020 06:55 PM  04-Dec-2020 10:00 AM
%7))

05-Nov-2020 06:55 PM %7)#

02-Dec-2020 10:00 AM
) 05-Nov-2020 06:55 PM # 18-Nov-2020 10:00 AM
)) 05-Nov-2020 06:55 PM )# 02-Dec-2020 10:00 AM



)   
);
8<9
1 Tendernotice_1.pdf NIT 158.60
&*

)    
);
8<9
1 Tender Documents TENDER-DOCS-9900208810.rar TENDER DOCUMENTS 28749.39
2 BOQ BOQ_44780.xls BOQ 414.50
:%"#
)   #6: '
1.0 Do You accept Letter of Undertaking as per tender specific conditions Yes Yes
2.0 Do you accept NTPC Safety Rules Yes Yes
3.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
4.0 Do you accept Withholding and Banning of Business Dealing Policy of NTPC Yes Yes
5.0 Do you certify full compliance on Qualifying Requirements Yes Yes
6.0 Do you certify full compliance to all provisions of Bid documents Yes Yes

)    
1. aksingh37@ntpc.co.in ARUN KUMAR SINGH ARUN KUMAR SINGH
2. aksaha03@ntpc.co.in AMIT KUMAR SAHA AMIT KUMAR SAHA
3. sukriti@ntpc.co.in Sukriti Sukriti SUKRITI
4. amittiwari@ntpc.co.in Amit Tiwari AMIT TIWARI
!$
 DGM(CS)
$ SSC NR Vindhyachal Super Thermal Powe P.O. Vindhyanagar Vindhyanagar 486885

 Sukriti Sukriti
 Dy Manager
 21-Sep-2020 10:40 AM
NTPC Limited eProcurement ... 2 Page 2 of 2
05
-
11
-
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published
...