NTPC Limited
(A Government of India Enterprise)
SSC, ERHQ-I, Barh
NTPC BARH STPP, Post - Barh, Dist. Patna, PIN-803215, Bihar
NOTICE INVITING TENDER (NIT)/Invitation for bids (IFB)
(Domestic Competitive Bidding)
1.0 NTPC invites bids from eligible Bidders for the work Construction of Toe Drain and Pump House
Building for toe drain recirculation of Nishindra Ash dyke lagoon-I & II, Kendua Ash dyke lagoon-I & II and
Malancha Ash dyke lagoon-I & II.”, through “e-Tender”.
2.0 Brief Information of NIT :
NIT Subject :
Construction of Toe Drain and Pump House Building for toe drain
recirculation of Nishindra Ash dyke lagoon-I & II, Kendua Ash
dyke lagoon-I & II and Malancha Ash dyke lagoon-I & II.
NIT No. /Date :
NTPC/SSC - ER-I(Barh)/ 9900212712
Estimated Cost :
As per Enclosure.
Completion Period :
Twelve (12) Months from date of commencement of work.
Document Sale Start Date & Time :
As per GePNIC NIT schedule of dates
Document Sale Close Date & Time :
As per GePNIC NIT schedule of dates
Source of IFB/NIT :
SSC-C&M, ER-I HQ, Barh, NTPC Ltd, PO- NTPC Barh,
Dist- Patna, Bihar - 803215
Contract Classification :
Works Contract
Last Date for seeking clarification :
As per GePNIC NIT schedule of dates
Last Date & Time for Bid submission :
As per GePNIC NIT schedule of dates
Technical Opening Date & Time :
As per GePNIC NIT schedule of dates
Price Bid Opening Date & Time :
To be informed later to all qualified bidder in due course of time.
Cost of Bidding Documents/Tender
Fee (Non Refundable) :
Rs. 9000.00 (Indian Rupees : Nine Thousand Rupees only)
(Inclusive of GST).
Mode of payment: online through GePNIC portal/ Demand
Draft/Bankers Cheque. In case of DD, it should be in
favour of NTPC Ltd & shall be payable at SBI, NTPC Barh
Campus (IFSC code: SBIN0010085)
EMD Amount in INR
Rs. 20,00,000/- [Indian Rupees Twenty Lakhs only] (For mode of
payment, please refer BDS document)
URL of GePNIC Portal
https://eprocurentpc.nic.in
3.0 Bidder can view/download the complete set of Bid document as per the following procedure.
Type of Vendor
Required Document for viewing/downloading our tender document
Vendors already having
GEPNIC vendor code and
Password
Follow Clause No-4 as below:
Vendors already having SAP
vendor code, but does not
have GEPNIC Login ID and
Password
Step-1: The agency has to furnish duly filled Annexure-2 (Annexure
for New Vendor) and register at GEPNIC e-Procurement Portal with
valid login ID mapped with Digital signature.
Step-2 After compliance of step-1, Follow Clause No-4 as below.
New Vendor, neither
having any vendor code
in SAP nor
any GEPNIC login id and
Password
Step-1 :The agency has to furnish the followings :
A.
Duly Filled Annexure-1 (Annexure for New Vendor)
B.
PAN card scanned/photo copy (self Attested)
C.
EFT form(Format Given Below), duly filled and endorsed by
their banker, Cancelled Cheque.
D.
Copy of PF Documents
E.
GST Registration
F.
ESI Code / Undertaking for ESI
All these should reach us at least seven working days prior to Last
Date of Tender Fee Payment.
Step-2 After compliance of step-1, Follow Clause No-4 as below.
4.0 Mode of Payment for purchase of Tender Documents:
a) Bidder may opt for paying of Tender Fee in online Payment mode through GePNIC portal.
Offline payment (DD/BC), is also allowed, being the works Contract.
Complete set of Bidding Documents may be downloaded by any interested Bidder. Tender
fee of requisite value is to be paid through online up to last Date for Bid Submission in favour
of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna of the cost of the Bid
Documents.
Vendors can view/download the tender document after logging in our e-tender site by
clicking on “Govt e-Tender” in home page of h ttps://eprocurentpc.gov.in
(Note: No hard copy of Bidding Documents shall be issued.)
b) Tender fee is non-refundable.
5.0 Bid Security: (EMD):
Any bid without an acceptable ‘Tender Fee’, ‘EMD/Bid Security’ shall be treated as nonresponsive by
NTPC and shall not be opened.
a). Bidder may opt for paying of EMD, in online Payment mode through GePNIC portal. Offline
payment though Bank guarantee, DD/BC, is also allowed, being the works Contract. The scan
copy of on-line/off-line payment receipt/ MSE Benefit Certificate(Not applicable in present case)
shall be attached at the designated place.
b). Demand Draft/Pay Order in favour of NTPC Ltd. shall be payable at SBI, NTPC Barh Campus. In case
of issuing the physical BGs, the validity of BG should be 225 days from BOD and the Bidder’s Bank shall
also send electronic message through secure SFMS (in case of BGs issued from within India) or SWIFT
(in case of BGs issued from outside India) to Employer’s Beneficiary Bank whose details are provided
herein below :
Instruments of Bid Security / EMD To be submitted in original at :
Shared Service Centre (SSC), ER-I, NTPC Ltd., Barh STPP,
PO- NTPC Barh Campus, Dist Patna, Bihar-803215.
Beneficiary Bank details are provided herein below :
( NTPC SBI, NTPC Barh Campus (A/C No- 34011029016, IFSC: SBIN0010085) Township Branch )
In case of BG, Demand Draft/Pay Order etc should be sent in a sealed envelope, super scribed on the
Page 2 top as under:
Tender No._________
Due End Date of Bid Submission______
From _____________(Name of Bidder).
c) In case EMD is submitted through Bank Guarantee :
The sealed envelope with BG must be submitted offline and reach (through SPEED POST or
others) on or before Bid Submission End Date and time (BSED). The same received after BSED
shall be treated as non responsive bid and the same shall be returned in original and online bid
of the bidder if submitted shall not be opened.
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 email 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 at Annexure-A.
SFMS message must be sent to the Employer’s bank whose details are mentioned in Bidding
documents.
SFMS confirmation shall be obtained by concerned NTPC executive from Employer’s bank with
regard to issuance of Bank Guarantee before award.
(ii) Bidders shall be required to upload the scanned copy of the BG on GepNIC / e-tendering
portal.
d) The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.
e) The B id Security shall be fforfeited in any of the following circumstances by the Owner without
any notice or proof of damage to the Owner :
(i) If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the
Bidder in the Bid Proposal.
(ii) 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.
(iii) 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.
(iv) 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.
(v) 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.
(vi) If the bidder / their representative commit any fraud while competing for this contract
pursuant to Fraud prevention policy of NTPC.
(vii) No interest shall be payable by NTPC on the Bid Security.
6.0 Qualifying Requirements :
In addition to the requirements stipulated in Section ITB (Instructions to Bidders), the Bidder shall
also meet the Qualifying Requirements stipulated hereunder:
Sl.
No.
QUALIFYING REQUIREMENTS
1.0
TECHNICAL CRITERIA:
The bidder must have executed “any Civil construction work related to embankment of
Ash Dyke/ Reservoir/ Canal/ any other large water body which includes min. 15,000 cub.
mtr. of RCC work”.
Note :
Above criteria should have been met in “three concurrent executed work-orders within
any continuous 12 month period”, during the past seven (07) years reckoned from the
date of techno-commercial bid opening.
2.0
FINANCIAL CRITERIA :
Average annual financial turnover (AATO) of the Bidder during preceding three (03)
consecutive financial years prior to the date of techno-commercial bid opening should not
be less than Rs 17.30 Crores (INR Seventeen Crores and Thirty Lakhs only).
3.1
In case a bidder does not satisfy the financial 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 requested 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 & irrevocable financial support for the execution of the
Contract by the Bidder in case of award.
3.2
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 the 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 financial statements of the Holding Company.
3.3
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 practicing Chartered Accountant certifying its financial parameters, the
audited results for the three (03) 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 document 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 financial parameters is not available.
3.4
Net worth of the Bidder 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 due date of Techno-
commercial bid opening.
In case the Bidder does not meet the Net worth criteria on its own, it can meet the
requirements of Net worth based on the strength of its Subsidiary(ies) and/or Holding
Company and/or Subsidiaries of the 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 Subsidiaries of the Holding Companies, in combined manner should not be less than
100% of their total paid up share capital. However individually, their Net worth should not
be less than 75% of their respective paid up share capitals.
Net worth in combined manner shall be calculated as follows :
Net worth (combined)= [ (X1+ X2 +X3) / (Y1 +Y2+Y3)] X 100
Where X1, X2, X3 are individual Net worth which should not be less than 75% of the
respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capitals.
3.5
Clarificatory Notes for the Clauses above :
I. The word “Executed” mentioned above means that the bidder should have achieved the
criteria specified above within the preceding seven (07) years period, even if the total
contract is started earlier and/or is not completed/ closed.
II. Bidder must submit documentary evidence issued by the owner, in support of having
met the Qualifying requirements, along with their Technical offer. These documentary
evidence may include:
Relevant Purchase Orders/ Work Orders copies.
Work Completion & Performance Certificate against submitted Purchase Orders /
Work Orders from the End user.
III. 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 1.0.
IV. Reference work executed by bidder as a sub-contractor may also be considered
provided the certificate issued by the main contractor is duly certified by the Project
Authority specifying the work executed by the sub-contractor in support of the qualifying
requirements.
V. 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.
VI. “Holding Company” and “Subsidiary Company” shall have the meaning ascribed to
them as per Companies Act of India.
VII. Other income shall not be considered for arriving at annual turnover figures.
VIII. For Annual Turnover indicated in foreign currency, the exchange rate as on seven
(07) days prior to the date of techno-commercial bid opening shall be used.
IX. All Financial figures mentioned above are exclusive of GST.
7.0 Submission Of Bids:
In case of Offline payment, Tender Fee (DD/BC in original), Bid Security (EMD) (DD/BC/BG in
original) are to be submitted offline in sealed envelope within the bid submission date and
time to the address: SSC-C&M, ER-I HQ, Barh, NTPC Ltd, PO- NTPC Barh, Dist- Patna, Bihar -
803215. Bidders may send those offline documents through their authorized representative
for speediest submission in tender box of ER-I SSC C&M dept, Barh.
It may be noted that Scanned copy of original DD/BC/BG attached in GePNIC, will not be
considered a valid Tender fee / valid EMD document.
Further, bidder may opt for paying of EMD and Tender Fee in online through GePNIC portal
which is the convenient option.
i) Technical & price bid to be submitted in online only in relevant GePNIC folder.
ii) Any online bids without acceptable {Tender Fee} and {EMD}/ (in online/offline mode,
whichever is applicable as per above) will be considered as non-responsive bids and will
be liable to be rejected, hence will not be opened.
iii) Online acceptance of GTE in GePNIC (General Technical Evaluation) will be treated as
bidder’s “unconditional acceptance” towards NIL deviation certificate as attached as file
name: 6.biddocument_NilDev_SecVI.
iv) Exemptions being extended to Government of India
Institute/Establishment/Organization:IIMs/IITs/NITs/IISc./CBRI/CPRI/GSI/ CWPRS /CWC
and other Govt. Institutes/agencies (excluding PSUs) are also exempted from submission
of EMD.
Note: Till 31.12.2020, some relaxation in submitting Tender Fee (Cost of
Bidding Documents) and Bid Security(EMD) is provided as mentioned in the
bidding Documents.
8.0 "Class-I local suppliers’ only are eligible to participate in this tender, as defined in the bidding
documents/ Public Procurement (Preference to Make in India), Order 2017 and its subsequent
amendments/ revisions issued by DPIIT. The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their bids."
Note: (i)For details of “Requirement of Purchase Preference” may please refer to “Annexure-
II-Rev.01-to-BDS”. (ii) Bidder must fill the requisite information in Bid Form placed at Sl. No-
2.1 of Biddocument-Book1-SecVIII-rev, along with other details.
9.0 Techno-Commercial Bid :
Techno Commercial bid is to be submitted in the e-procurement portal of NTPC(GePNIC). It is
suggested that the bidder may fill the techno commercial bid well in advance to avoid last
minute problems/rush in the system.
Techno Commercial bid is to be filled online after carefully examining the documents /
conditions and the schedule of work. All the prices are to be filled in at the relevant fields in
attached BOQ Excel sheet.
Bidders to quote on Overall Uniform Premium/Uniform Discount Basis.
10.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the Invitation for Bids (IFB)
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.
11.0 Issuance of bid documents to any Bidder shall not construe that such bidder is considered to be
qualified.
12.0 Transfer of Bidding Documents purchased by one intending bidder to another is not permissible.
13.0. Procedure of bid opening: For submission of bids, the time and scheduled Bid Submission Date
shall be treated as cut-off line, and accordingly, the bids shall be frozen. The online bidding
system will not allow bid submission after the respective specified expiry date and time. Make
sure the bid submission is completed well in advance of the time. The tender Committee or their
authorized representatives shall open the Technical bid and evaluation shall be done. If the
scheduled Bid Opening Date happens to be a closed holiday, the next working day shall be
treated as Bid Opening Date.
14.0. Technical Bid shall be evaluated for conformity to NTPC's requirements. Wherever clarifications
are required, same shall be taken through exchange of correspondence.
15.0 NTPC Ltd will not be responsible for any short of postal delay in receiving of offline envelops
containing Tender Fee, bid security(EMD) for bidders who are not eligible to get exemption
towards Tender Fee and EMD.
16.0 MSE Benefits: Being the works Contract, MSE Benefits for Exemption of EMD/Tender Fee as
well as in “Purchase Preference”, are “Not Applicable”.
17.0. Package Co-ordinator :
A) Name: Rajeev Kumar
Designation: AGM (C&M)/Contracts
E-mail: rajeevkumar01@ntpc.co.in
B) Name: K. S. Pratap
Designation: SM (C&M)/Contracts
E-mail: kspratap@ntpc.co.in
18.0 Address for Communication :
ER-I SSC-C&M dept (EDC Building)
NTPC Ltd, PO- NTPC Barh,
Dist- Patna, Bihar 803215
NTPC Limited
(A Government of India Enterprise)
SSC-ER-1, Barh, Patna
PO- NTPC Barh, Dist-Patna (Bihar)
NOTICE INVITING TENDER (NIT)/ INVITATION FOR BIDS (IFB)
(Domestic Competitive Bidding)
1. NTPC invites bids from eligible Bidders for Construction of Toe Drain and Pump House Building for
toe drain recirculation of Nishindra Ash dyke lagoon-I & II, Kendua Ash dyke lagoon-I & II and
Malancha Ash dyke lagoon-I & II.through “e-Tender”.
2. Brief Information of NIT :
NIT Subject :
Construction of Toe Drain and Pump House Building for toe
drain recirculation of Nishindra Ash dyke lagoon-I & II, Kendua
Ash dyke lagoon-I & II and Malancha Ash dyke lagoon-I & II.
NIT No. /Date :
NTPC/SSC - ER-I(Barh)/ 9900212712
Estimated Cost :
As per Enclosure.
Completion Period :
Twelve (12) Months from date of commencement of work.
Document Sale Start Date & Time
As per GePNIC NIT schedule of dates
Document Sale Close Date & Time
As per GePNIC NIT schedule of dates
Source of IFB/NIT
SSC-C&M, ER-I HQ, Barh, NTPC Ltd, PO- NTPC Barh,
Dist- Patna, Bihar - 803215
Contract Classification
Works Contract
Last Date for seeking clarification
As per GePNIC NIT schedule of dates
Last Date and Time for Bid submission
As per GePNIC NIT schedule of dates
Technical Opening Date & Time
As per GePNIC NIT schedule of dates
Price Bid Opening Date
To be informed later to all qualified bidder in due course of time.
Cost of Bidding Documents
Rs. 9000.00 (Indian Rupees : Nine Thousand Rupees only)
(Inclusive of GST).
EMD Amount in INR
Rs. 20,00,000/- [Indian Rupees Twenty Lakhs only]
URL of GePNIC Portal
https://eprocurentpc.nic.in
3. Package Co-ordinator :
A) Name: Rajeev Kumar
Designation: AGM (C&M)/Contracts
E-mail: rajeevkumar01@ntpc.co.in
B) Name: K. S. Pratap
Designation: SM (C&M)/Contracts
E-mail: kspratap@ntpc.co.in
4. Address for Communication :
AGM(SSC-C&M)
Shared Service Centre (SSC-C&M), ER-1, NTPC Ltd., NTPC Barh,
PO- NTPC Barh Campus, Dist- Patna, Bihar- 803215.
NTPC Limited eProcurement Portal
Tender Details
Date : 21-Dec-2020 10:27 AM
Print
Basic Details
Organisation Chain NTPC Limited||Eastern Region - I Headquarter
Tender Reference
Number
NTPC/SSC - ER-I(Barh)/9900212712
Tender ID 2020_NTPC_45481_1
Tender Type Open Tender Form of contract Works
Tender Category Works 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 DD
2 BG
3 BC
Cover Details, No. Of Covers - 3
Cover
No
Cover Document Type Description
1 Fee .pdf
Scanned
Copy of
Tender Fee
.pdf
Scanned
Copy of EMD
.pdf
Power of
Attorney
2 PreQual/Technical .pdf Integrity Pact
.pdf
QR
Documents
(with QDS)
.pdf
Technical
Documents
.pdf
Nil Deviation
Certificate
3 Finance .xls Price Bid
Tender Fee Details, [Total Fee in ₹ * - 9,000]
Tender Fee in ₹
9,000
Fee Payable To NTPC
Limited
Fee Payable At Payable
At
Tender Fee
Exemption
Allowed
No
EMD Fee Details
EMD Amount in ₹ 20,00,000 EMD through
BG/ST or EMD
Exemption Allowed
Yes
EMD Fee Type fixed EMD Percentage NA
EMD Payable To NTPC
Limited
EMD Payable At Payable
At
Work /Item(s)
Title Construction of Toe Drain and Pump House Building for Toe Drain recirculation of Nishindra Ash Dyke
Lagoon-I and II, Kendua Ash Dyke Lagoon-I and II and Malancha Ash Dyke Lagoon-I and II.
Work Description OPEN TENDER
As per tender documents
Page 1 of 3
NTPC Limited eProcurement Portal
21-12-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
Pre Qualification
Details
Independent External
Monitor/Remarks
NA
Show Tender Value in
Public Domain
No
Tender Value in ₹ 0.00 Product Category Civil
Works
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work(Days) 365
Location Farakka STPP, NTPC LTD,
Murshidabad, WB-742236
Pincode 742236 Pre Bid Meeting Place NA
Pre Bid Meeting
Address
NA Pre Bid Meeting Date NA Bid Opening Place Barh Thermal
Power Plant
Should Allow NDA
Tender
No Allow Preferential
Bidder
Yes
Preferential Bidder Category
S.No Preference Category Tolerance Percentage
1. Make in India 20.00
Critical Dates
Publish Date 22-Dec-2020 11:00 AM Bid Opening Date 13-Jan-2021 04:00 PM
Document Download / Sale Start
Date
22-Dec-2020 11:00 AM Document Download / Sale End
Date
11-Jan-2021 04:00 PM
Clarification Start Date 22-Dec-2020 11:00 AM Clarification End Date 28-Dec-2020 06:00 PM
Bid Submission Start Date 22-Dec-2020 11:00 AM Bid Submission End Date 11-Jan-2021 04:00 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf
NIT for Construction of Toe Drain and Pump House
Building for toe drain recirculation of Nishindra Ash
dyke lagoon-I and II, Kendua Ash dyke lagoon-I
and II and Malancha Ash dyke lagoon-I and II.
1372.00
2 Tendernotice_2.pdf Scope-of-Work-9900212712 3729.68
Work Item
Documents
S.No Document Type Document Name Description
Document
Size (in KB)
1 Tender Documents
Complete-Bid-Documents-
9900212712.rar
Complete-Bid-Documents-
9900212712
38455.29
2 Tender Documents 6-biddocument-DRAWING.pdf 6-biddocument-DRAWING 3756.73
3 BOQ BOQ_48589.xls BOQ-9900212712 401.00
View GTE Details
S.No Particulars Expected Value Mandatory
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
Bid Openers List
S.No Bid Opener Login Id Bid Opener Name Certificate Name
Page 2 of 3
NTPC Limited eProcurement Portal
21-12-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...
1. narenderb@ntpc.co.in NARENDER BELEDHA Beledha Narender
2. jchowdhury@ntpc.co.in Jayanta Chowdhury JAYANTA CHOWDHURY
3. dhirendrasharma@ntpc.co.in DHIRENDRA SHARMA Dhirendra Sharma
4. kspratap@ntpc.co.in KUMAR SHAILENDRA PRATAP Kumar Shailendra Pratap
Tender Inviting Authority
Name K S PRATAP SR MANAGER (SSC-CnM)
Address Barh Thermal Power Plant P.O. BARH BARH 803213
Tender Creator Details
Created By KUMAR SHAILENDRA PRATAP
Designation Sr. Manager
Created Date 19-Dec-2020 04:36 PM
Page 3 of 3
NTPC Limited eProcurement Portal
21-12-2020
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=PublishedVie...