Page
1
of
10
SECTION
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
BIENNIAL MAINTENANCE CONTRACT FOR MILLING
SYSTEM & OTHER ROTATING EQUIPMENTS IN STAGE-II&III
UNITS AT NTPC Ramagundam
SECTION – I
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER (NIT)
Page
2
of
10
SECTION
I INVITATION FOR BIDS (IFB)
INVITATION FOR BIDS (IFB)
A. NTPC Limited, Shared Services Center - Southern Region, Simhadri Super Thermal Power Station, Visakhapatnam- 531020
invites bids Single Stage Two Envelope bidding basis (Envelope-I: Techno-Commercial Bid & Envelope-II: Price Bid)
from eligible bidders for the contract with following details:
S.No
Particulars
Details
1.
Name of the Package
BIENNIAL MAINTENANCE CONTRACT FOR MILLING SYSTEM & OTHER
ROTATING EQUIPMENTS IN STAGE-II&III UNITS AT NTPC RAMAGUNDAM
2.
Location of Contract
Ramagundam Super Thermal Power Station,
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215,
GST No. 36AAACN0255D1ZZ
3.
Qualifying Requirements
As mentioned in Annexure
-
1 of IFB
4.
Maximum number of
reference works, bidders can
submit for meeting the
Technical QR
09
5.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
6.
Scope of Work
May please
refer Section V of bidding documents.
7.
Completion Period/ Duration
of Contract
Contract Service Period shall be
24
Months
from the date of start of work. The
contract period can be extended for three months or part thereof on mutual
agreement with the same rates, terms and conditions of the contract
8.
Defect Liability Period
The defect liability for the subject work shall be
Six (
0
6) month
from the date of
completion of work. Any defects observed during this period shall be rectified by you
at no extra cost to NTPC.
9.
Price Bid
The Bidder shall quote
discount/premium as applicable
and applicable GST for each
item in the relevant field of BOQ sheet (Price Bid). The BOQ (Excel Sheet) template
must not be modified/ replaced by the bidder and the same should be uploaded after
filling the relevant columns.
If agency does not mention any GST rate, it will be treated that GST is inclusive
in the quoted Basic Rate. In case the bidder is exempted from GST, bidder has
to produce valid Exemption Document. If not produced, it will be treated that
GST is inclusive in the quoted Basic Rate.
10.
Required Offline Documents
The following Attachments to Bid Form of Section VII of bidding documents
shall be submitted OFFLINE.
a) Attachment 1: Earnest Money Deposit in the form of BG should be submitted
offline. Bidders have an option to pay Tender Fee and EMD online in the
tendering portal while submitting the bid. Tender Fee and EMD shall be
submitted through any one of the instruments as applicable in the e
Procurement Portal only.
b) Attachment 2: Authority to Sign the bid
c) Attachment 7: Electronic Fund Transfer (EFT) Form
d) Integrity Pact: Not Applicable
11.
Tender Fee & EMD
EMD Amount (Rs).
5
,00,000
/
-
(Rupees
Five
Lakhs Only)
Tender Fee Amount (Rs): 2,250/- (Rupees Two Thousand Two Hundred Fifty Only)
To avail MSE benefits for EMD exemption and purchase preference, bidders are
required to submit any one of the following:
1.Udyam Registration Certificate
OR
2.Certification of MSE from any other body as specified below
Bidders have an option to pay Tender Fee and EMD online in the tendering portal
Page
3
of
10
SECTION
I INVITATION FOR BIDS (IFB)
while submitting the bid.
In case of Any difficulty in payment of EMD/Tender Fee/ Submission of any
offline document in view of COVID-19 pandemic, bidders may choose to opt
the procedure mentioned in Annexure-3 to IFB.
Any bid not accompanied by an acceptable Earnest Money Deposit & Tender
Fee in accordance with the provisions of bidding documents shall be rejected
by the Employer as being non-responsive and shall be rejected without being
opened.
12.
MSE Benefits and Purchase
Preference to MSEs
This Clause shall supersede the ITB Clause 31.0 to the extent mentioned here.
All other provisions of the clause shall remain.
Government of India through Ministry of Micro, Small and Medium Enterprises, Vide
MSME Notification S.O. 2119 (E) dated 26th June 2020, has reclassified MSME,
w.e.f 1st July 2020. For availing MSE benefits for Tender Fee, EMD exemption and
purchase preference, the bidders are required to submit the Udyam Registration
Certificate, as a proof of being a MSE.
However, Micro and Small Enterprises (MSEs) registered with District Industries
Centers 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 2012, can avail the MSE benefits up to
31.03.2021
Summary: To avail MSE benefits for Tender Fee, EMD exemption and purchase
preference, bidders are required to submit any one of the following:
1.Udyam Registration Certificate
OR
2.Certification of MSE from any other body as specified above
13.
Price
Basis
Variable as per the Price Variation Formula enclosed as Annexure
-
2
to IFB.
Wages as on 01.04.2020 have been considered for estimate purposes. There
was a revision in Minimum wages from 01.10.2020. Bidders may please take it
into consideration while quoting the rates.
14.
Security Deposit
As per GCC Unless otherwise specified in Section V of bidding documents
15.
Payment Terms
As per GCC Unless otherwise
specified in Section V of bidding documents
16.
Liquidated Damages for
Delay
As per GCC Unless otherwise specified in Section V of bidding documents
17.
Contract Category
Non
-
Overhauling Contract
18.
Order Placement
On Single Agency. In this particular case,
splitting of quantity is not possible.
19.
Evaluation of bids & Purchase
Preference
Evaluation shall be on Lump sum Basis. NTPC shall allow purchase preference, as
indicated in the bidding documents(ITB).For order preference, MSE guidelines
mentioned in ITB Clause 31.0 read in conjunction with ITB Clause 32.0 “Preference
to Make in India and granting of purchase preference to local suppliers” mentioned in
Annexure-I to ITB.
The bidders may apprise themselves of the relevant provisions of bidding documents
in this regard before submission of their bids.
Bidders seeking the purchase preference should necessarily upload relevant
documents in etender portal.
20.
Minimum Local Content
More than 90%. To avail purchase preference with regard to Local Content,
bidder shall submit Attachment-11 to Bid form (Section-VII) through Tendering
Portal.
21.
Cost of Owner Issue material
NOT APPLICABLE
22.
Employer’s Beneficiary Bank
Details for Tender Fee &
EMD (if applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali Nagar (Branch Code 20914)
Page
4
of
10
SECTION
I INVITATION FOR BIDS (IFB)
Bank Address
Deepanjali Nagar
, NTPC Simhadri, Visakhapatnam
-
531 020
E mail id
ntpc_djnagar@sbi.co.in
B. A Complete set of bidding Document may be downloaded by any interested Bidder directly through NTPC eProcurement
Portal, https://eprocurentpc.nic.in.
C. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
D. 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 any claim arising out of such action.
E. ADDRESS FOR COMMUNICATION
AGM (C&M-Contacts)/ DGM (C&M-Contracts), NTPC LIMITED,
Shared Services Center - Southern Region,
Simhadri Super Thermal Power Station,
Post: NTPC Simhadri-531020, Distt. Visakhapatnam (A.P)
Contact Phone: 9440100468/9481903482
E-Mail: / bravindrababu@ntpc.co.in /santoshkumar50@ntpc.co.in
Websites: https://eprocurentpc.nic.in or www.ntpctender.com
Registered office:
NTPC Bhawan, Core – 7, Scope Complex, Institutional Area, Lodhi Road, New Delhi – 110003.
Website: www.ntpc.co.in
Page
5
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
1.0 Technical Criteria
1.1 The bidder should have executed at least one work of “Mechanical Maintenance /Mechanical
Overhauling/ Mechanical Erection/Mechanical Renovation & Modernization" of Air pre-heaters /
Mills /Fans/Rotating Machines of Steam Generators of 60 MW or higher capacity unit(s) during the
last seven (07) years reckoned as on the date of techno-commercial bid opening
1.2 The bidder should have executed the work of “Mechanical Maintenance / Mechanical Overhauling /
Mechanical Erection / Mechanical Renovation & Modernization” in units of 60 MW or higher
capacity during the last seven(07) years reckoned as on the date of techno-commercial bid
opening with executed contract value(s) as below:
i) Single contract with executed value not less than Rs. 198.69 Lakhs
OR
ii) Two contracts with executed value not less than Rs. 124.18 Lakhs each
OR
iii) Three contracts with executed value not less than Rs. 99.34 Lakhs each
2.0 Financial Criteria
2.1 The average annual turnover of the bidder in the preceding three (03) financial years reckoned as
on the date of techno-commercial bid opening shall not be less than Rs. 248.36 lakhs (Rupees Two
hundred forty eight lakhs and thirty six thousand only)
2.2 In case a Bidder does not satisfy the annual turnover criteria, stipulated above at clause 2.1 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.
2.3 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 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 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, wherever applicable, the Net worth of all consortium/Joint Venture 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:
Page
6
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
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.
2.4 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:
(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 bid
documents, stating that the unaudited unconsolidated financial statements form part of the
Consolidated Annual Financial Statements of the Holding Company.
2.5 In case where audited results for the last financial year as on the date of techno-commercial bid
opening are not available, the financial results certified by a practicing Chartered Accountant shall
be considered acceptable. In case, 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/Proprietor/Partner that the
financial results of the Company are under audit as on the date of techno -commercial bid opening
and the certificate from practicing Chartered Accountant certifying the financial parameters is not
available.
3.0 Notes:
a) Holding Company” and “Subsidiary” shall have the meaning ascribed to them as per Companies Act
of India, in vogue.
b) Net worth means the sum total of the paid up share capital and free reserves. Free reserves 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.
c) For the purpose of arriving at the executed value of work specified at 1.2 above, basic amount only
shall be considered. In case of a contract inclusive of Taxes, agency has to provide the break-up of
basic value and tax.
d) Other income shall not be considered for arriving at annual turnover.
e) The value of the work completed in the preceding seven (07) years reckoned as on date of techno-
commercial bid opening, even if it has been started earlier, will only be considered for establishing
the qualifying requirements.
f) The word “executed” mentioned at clause 1.2 above means; bidder should have achieved the
criteria specified in above QR even if the total contract is not completed / closed.
g) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and
2.0 above.
Page
7
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-2
PVC formula:
E1 = E0 ( F + (1-F)[R
H
( W1
H
/W0
H
) + R
S
( W1
S
/W0
S
) + R
SS
( W1
SS
/W0
SS
) + R
U
( W1
U
/W0
U
)]
Where
F=0.15 (Fixed portion of the contract value where PVC is not applicable),
E1 = Escalated value
E0 = Value of work done as per original awarded BOQ/PO rate for a particular period, say for a Month.
That is E0 will be the Billed value for a month as per the original awarded PO rates
W1= Revised/applicable minimum wage of HSK, SK, SSK and USK category of workers during the
period/month when the work was executed.
W0= wages prevailing seven days prior to actual bid opening.
R = ratio/fraction of the workers that belong to a particular category of workers to the total number of
workers considered in the contract. The subscripts H,S, SS and U refers to Highly Skilled, Skilled, Semi-
Skilled and Unskilled category of workers. The total of R
H
, R
S
, R
SS
, and R
U
should add up to one
R
H
= 0, R
S
= 0.33, R
SS
= 0.21, R
U
= 0.46
Notes to PVC Clause:
i. There shall be no ceiling limit for the price adjustment
ii. This PVC is applicable only for changes in the applicable minimum wages and DA. It will not be
applicable for changes in sites-specific payments considered in the estimate like dust allowance,
seniority allowance etc.
iii. PVC is not applicable for BOQ items like hiring tractor trolley/vehicle/JCB/Cranes/T&P,
reimbursement items of PO, items kept in limits, consumables etc.
Page
8
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-3
Stop Gap arrangement with regard to receipt of Documents to be submitted in physical form along with the
bid in view of COVID-19 pandemic
1. Bid Security/Tender Fee
In case of Bidders opting for Bank Guarantee as Bid Security but unable to send the Original Bank Guarantee in
physical form at the tender opening location, following shall be applicable:
(i) The issuing bank shall intimate through their own official e-mail id to concerned C&M department with a
copy to Bidder regarding issuance / extension of BG along with following documents:-
a) The scanned copy of the BG.
b) SFMS message acknowledgement copy sent to NTPC banker stating the date of sending.
c) An undertaking through official e-mail id of bank as per format enclosed along as Annexure-A
SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding documents.
(ii) Bidders shall be required to upload the scanned copy of the BG on GEPNIC / e-tendering portal
In case of Bidders opting for Demand Draft / Banker’s Cheque as Bid Security/ Cost of Bidding documents (Tender Fee),
following shall be applicable:
(i) Bidders who are unable to submit online EMD Bid Security / Cost of Bidding documents through GePNIC
portal may opt for Online Transfer of Bid Security / Cost of Bidding documents through NEFT/RTGS to NTPC’s
Bank whose details are provided below and also in the Bidding Document.
State Bank of India, Deepanjalinagar
Bank Account Number: 52134506042
Bank Name: State Bank of India
Name as appearing in Bank Account: NTPC Limited
IFSC Code: SBIN0020914
Branch Name: NTPC DEEPANJALINAGAR BRANCH
(ii) While carrying out online transfer, Bidders shall ensure to enter “EMD - Tender No-Vendor Name” in the Text
/ Remarks / Reason field. Bidder shall intimate the details of same through email to concerned C&M
department and also upload the details in the “Fee/SCANNED COPY OF EMDfolder in GepNIC in the following
format:
Declaration for EMD / Tender Fee Deposit
Tender No. :
Vendor Name :
UTR Reference :
Amount:
Date of Transfer:
Transferor Bank:
(Signature of Vendor with Seal)
Page
9
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
2. Power of Attorney
Bidder shall be required to upload scanned copy of the Power of Attorney of the Bidder / Collaborator(s) / JV partners, as
applicable, along with the Authority of the person issuing the Power of Attorney, along with the bid on the GePNIC / e-tender
portal.
3. Letter of Undertakings along with Board Resolutions for meeting various requirements specified in
Qualifying Requirements
Bidder shall be required to execute such documents on Plain Paper, as applicable, to be signed/digitally signed by all
executants, and submit the same along with the bid on the GePNIC/e-tender portal. In such cases, the signature of Witnesses in
the documents shall not be required.
Further, the bidder emerging as the successful Bidder shall be required to submit such documents, duly executed on Non-
Judicial Stamp Paper of appropriate value as per the format enclosed with the Bidding documents, at the earliest but not later
than fifteen (15) days from the date of opening of the price bid / completion of Reverse Auction process (if applicable), failing
which the Bid may be liable for rejection and Bid Security may be forfeited by the Employer.
Page
10
of
10
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-A
Format of Undertaking
(To be sent by Issuing Bank through official e-mail id)
From: xxxbank@xx.in
To: xxxx@ntpc.co.in
We have issued BG No. __________ dated_________ for an amount of Rs. ___________ on behalf
of ___________ towards Bid Security / EMD for Tender No ____________ in favor of NTPC.
Please find enclosed the soft copy of the Bank Guarantee and SFMS acknowledgement.
The SFMS is sent on _______(date).
We undertake to send the original BG to __________ (name of tendering location)directly once postal
/courier services are restored and that NTPC’s claim will be binding on us without the physical
copy.
We undertake not to cancel the aforementioned BG No. _______ without written consent /
instruction from NTPC Ltd.
(Name of Bank Official)
Authority No.
NTPC Limited eProcurement Portal
Tender Details
Date : 19-Nov-2020 10:04 AM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900211784
Tender ID 2020_NTPC_44088_1
Tender Type Open Tender Form of contract Service
Tender Category Services No. of Covers 3
General Technical
Evaluation Allowed
Yes [Compliance Required]
ItemWise Technical
Evaluation Allowed
No
Payment Mode Both(Online/Offline)
Is Multi Currency Allowed
For BOQ
No
Is Multi Currency
Allowed For Fee
No Allow Two Stage Bidding No
Payment Instruments
Online
Bankers
S.NoBank Name
1 SBI Bank
Offline
S.NoInstrument Type
1 BG
Cover Details, No. Of Covers - 3
Cover
No
Cover
Document
Type
Description
1 Fee .pdf
Copy of EMD and
Tender FEE, Exemption
Certificate-Udyam
Registration/MSME/NSIC
Certificate.
2 PreQual/Technical .pdf Technical Bid
.pdf
Documents in support of
Qualifying Requirements
(QR) as per Annexure-I
to IFB
.pdf
Declaration of Local
Content Attachment-11.
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * - 2,250]
Tender Fee in
2,250
Fee Payable To NTPC
Limited
Fee Payable At Visakhapatnam
Tender Fee
Exemption
Allowed
Yes
EMD Fee Details
EMD Amount in
5,00,000 EMD through
BG/ST or EMD
Exemption
Allowed
Yes
EMD Fee Type fixed EMD
Percentage
NA
EMD Payable
To
NTPC
Limited
EMD Payable
At
Visakhapatnam
Work /Item(s)
Title BIENNIAL MAINTENANCE CONTRACT FOR MILLING SYSTEM AND OTHER ROTATING EQUIPMENTS
IN STAGE-II AND III UNITS AT NTPC RAMAGUNDAM
Work Description BIENNIAL MAINTENANCE CONTRACT FOR MILLING SYSTEM AND OTHER ROTATING EQUIPMENTS
IN STAGE-II AND III UNITS AT NTPC RAMAGUNDAM
Pre Qualification
Details
As per tender documents
Independent
External
Monitor/Remarks
NA
Show Tender Value
in Public Domain
Yes
Page
1
of
3
NTPC Limited eProcurement Portal
11/
19/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published
...
Tender Value in ₹
0.00
Product Category
Serv -
Others
Sub category
NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
730
Location Ramagundam Super
Thermal Power Station
Pincode 505215 Pre Bid Meeting
Place
NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Simhadri
Thermal Power
Project
Should Allow NDA
Tender
No Allow Preferential
Bidder
No
Critical Dates
Publish Date 18-Nov-2020 06:30 PM Bid Opening Date 05-Dec-2020 04:00 PM
Document Download / Sale
Start Date
18-Nov-2020 06:30 PM Document Download / Sale End
Date
03-Dec-2020 03:30 PM
Clarification Start Date 18-Nov-2020 06:30 PM Clarification End Date 25-Nov-2020 03:00 PM
Bid Submission Start Date 18-Nov-2020 06:30 PM Bid Submission End Date 03-Dec-2020 03:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 803.53
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents Tender_Documents.rar
Section I to Section VII of
bid documents
5783.03
2 BOQ BOQ_47196.xls
Rates shall be quoted in
this BOQ sheet only. Rates
quoted elsewhere shall not
be considered for
evaluation purposes.
410.50
View GTE Details
S.No Particulars Expected Value Mandatory
1.0 Do you accept NTPC Safety Rules Yes Yes
2.0 Do you accept the Fraud Prevention Policy of NTPC Yes Yes
3.0
Do you accept Withholding and Banning of Business Dealing Policy of
NTPC
Yes Yes
4.0 Do you certify full compliance on Qualifying Requirements Yes Yes
5.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
1. santoshkumar50@ntpc.co.in Ragala Santosh Kumar SANTOSH KUMAR RAGALA
2. bravindrababu@ntpc.co.in RAVINDRA BABU BANOTHU B RAVINDRA BABU
3. cvinutha@ntpc.co.in VINUTHA C VINUTHA CHINTA
4. charikumar@ntpc.co.in Harikumar C CHERIYIL HARI KUMAR
Tender Inviting Authority
Name R SANTOSH KUMAR Dy.Mgr (CS)
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By RAVINDRA BABU BANOTHU
Designation DGM (CS)
Created Date 18-Nov-2020 11:25 AM
Page
2
of
3
NTPC Limited eProcurement Portal
11/
19/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published
...
Page
3
of
3
NTPC Limited eProcurement Portal
11/
19/
2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published
...