Page
1
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
NTPC LIMITED
(A Government of India Enterprise)
SOUTHERN REGION
SHARED SERVICES CENTER
(CONTRACTS AND MATERIALS DEPARTMENT)
CONTRACTS SECTION
SECTION – I
INVITATION FOR BIDS (IFB)/NOTICE INVITING TENDER
(NIT)
Page
2
of
8
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 on DCB (Domestic Competitive Bidding) basis through Single Stage Two Envelope bidding
(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
CHLORINE DI
-
OXIDE PLANT PACKAGE for NTPC
-
RAMAGUNDAM
2.
Project Manager
HOP(Ramagundam)
3.
Address of the Employer &
Location of Contract
Ramagundam Super Thermal Power Station
P.O.: Jyothinagar, Distt. Karim Nagar (Telangana) - 505215.
GST No. 36AAACN0255D1ZZ
4.
Qualifying Requirements
As mentioned in Annexure
-
1
to
IFB
5.
Maximum number of
reference work, bidders can
submit for meeting the
Technical QR
Nine(09)
6.
Whether Joint
Venture/Consortium
Permitted?
NO
7.
Brief Scope
o
f Work
CHLORINE DI
-
OXIDE PLANT PACKAGE for NTPC
-
RAMAGUNDAM
Details as specified in Tender Documents.
8.
Completion Period/ Duration
of Contract
Completion period for the total work is
1
8
months.
9.
Defect Liability Period
AS PER GCC
Unless otherwise specified in Scope of Work (Section VI).If Specified in
Scope of Work (Section VI), the same shall prevail.
10.
LD Clause
As Specified at Clause 5 of SCC
. This LD clause is applicable for delay in
completion and limit shall be 5%. Liquidated damages for Performance shall
be as specified in Scope of Work (Section VI). The limit of LD for
performance shall be as per Section VI.
11.
Terms & Procedures of
Payment
As Specified
at
Appendix 1 (Terms and Procedures of
Payment) to the
Contract Agreement (Section VII Part 3 of 3)
12.
Bid submission end date/Bid
opening Date/Last date for
Clarifications
As per the dates mentioned in Tender Details of eProcurement Portal.
13.
Independent External Monitors
(IEMs)
Applicable
.
In respect of this package, the Independent External Monitors (IEMs) would
be monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.
The following Independent External Monitor(s) (IEMs) have been appointed
by NTPC, in terms of Integrity Pact (IP) which forms parts of the NTPC
Tenders/Contracts:
(i)
Shri M.F.Farooqi (Retd. IAS) (email:mffarooqui@gmail.com)
(ii)
Shri Devendra Kumar Pathak, IPS (Retd.)
(email:pathak56515@gmail.com)
(iii)
Dr. T. M. Bhasin
Former Vigilance Commissioner, CVC
(email:tmbhasin@gmail.com)
Page
3
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
14.
Price Bid
The Bidder shall quote R
ate
along with
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. Evaluation shall be done on the total bid
price inclusive of GST by considering the GST rates quoted by the bidder in
the Price Bid. 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. The bidders shall quote for all
items in the BOQ, If any of the items are not quoted, it shall be considered
that rate of that particular item/s which is not quoted is included in the rates
of other items and the bidder shall supply item/ spares/ execute the work/
conduct the test as the case may be.
Rates of Recommended Spares shall be indicated in a separate
file and shall be uploaded in Price Bid Envelope of the tender.
The minimum Percentage of Amount Linked to Safety Aspects of
the cumulative total of Service Portion of the Contract, i.e. Civil +
Installation/ Erection + Structural Works shall be 5%.(Bidder has to
upload relevant attachment of Section VIII Part 2 of 3 along with Price
Bid)
15.
Required Offline Documents
Following shall be
submitted in a sealed envelope separately offline by the
stipulated Bid Submission End Date and Time at the address given below:
Bid Security (Original Bank Guarantee / Original Demand Draft /
Original Pay Order / Original Banker's Cheque)
Tender Fee (Original Demand Draft / Original Pay Order / Original
Banker's Cheque)
Integrity Pact (Applicable).
Deed of Joint Undertaking (Applicable).
Power of Attorney
Note-1: Bid Security and Tender Fee in the form of Demand Draft or Pay
order or Banker’s Cheque shall be in favour of NTPC Ltd. payable at
NTPC Simhadri
Note-2: Failure of submission of Original Offline Documents for Bid
Security , Tender Fee, and Deed of Joint Undertaking (if applicable),
before stipulated Bid submission end date and time may result in rejection
of bid.
Note-3: Bidders also have an option to pay Tender Fee & Bid Security
directly in the online tendering portal while submitting the bid. In
such case, offline document is not required for Bid Security & Tender
Fee.
16.
Tender Fee & EMD
Bid Security
Amount (
)
2
0
,00,000/
-
(Rupees
Twenty Lakhs
Only)
Tender Fee Amount ()6,750/- (Rupees Six Thousand Seven Hundred Fifty
Only)
In case of Any difficulty in payment of Bid Security & Tender Fee in view of
COVID-19 pandemic, bidders may choose to opt the procedure mentioned in
Annexure-2 to IFB.
Any bid not accompanied by an acceptable Bid Security & 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.
Tender Fee and EMD Exemption for MSE Vendors is not applicable as this is
a Works Contract.
17.
Price Basis
FIRM Price basis
.
As Specified at
Appendix
2
(
PRICE ADJUSTMENT
) to
Page
4
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
the
Contract Agreement
(Section VII Part 3 of 3)
18.
Order Placement
On Single Agency
.
19.
Evaluation of Bids
Evaluation shall be on Lump sum
Basis.
NTPC shall allow purchase preference, as
indicated in the Annexure-II to BDS (Section-III).The bidders may apprise
themselves of the relevant provisions of bidding documents in this regard before
submission of their bids.
Only Class-I local suppliers are eligible to participate in this tender. Purchase
preference to MSE in not being given as this is a Works Contract.
20.
Preference to
Class
-
I local
suppliers
Only Class
-
I local suppliers are eligible to participate in the tender.
In order to
confirm that bidder is a Class-I local supplier, bidder shall accept the GTE regarding
confirmation as Local Supplier in Tendering Portal.
Acceptance of this GTE in tendering portal shall be considered as bidder's
confirmation to the following conditions:
Bidder is a Class-I Local Supplier
Local value addition (to be declared in Bid Form) is done at vendor premises in
India
Vendor has not been debarred / banned by any other procuring entity for
violation of ‘Public Procurement (Preference to Make In India Order 2017’ (PPP-
MII Order) dated 15.06.2017 and its subsequent revisions / amendments
21.
Employer’s Beneficiary Bank
Details for Tender Fee & EMD
(if applicable).
Bank Name
State Bank of India
IFSC Code
SBIN0020914
Branch
Deepanjali
N
agar (Branch Code
20914)
Bank Address
Deepanjali
N
agar
, 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. Any ‘Bidder from a country which shares a land border with India’, as specified in the Bidding Documents, will be
eligible to bid in this tender only if bidder is registered with the Competent Authority as mentioned in the Bidding
Documents.
D. Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.
E. 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.
F. 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
8
SECTION
-
I INVITATION FOR BIDS (IFB)
ANNEXURE-1
Qualifying Requirements
In addition to satisfactory fulfilment of the Qualifying requirements stipulated in Section
ITB (Instructions to Bidders) of Bid documents, the following shall also apply:
1.0 Technical Criteria
1.1(a) The bidder should have designed, supplied, erected/supervised erection, commissioned/supervised
commissioning of a Chlorine Di-Oxide System/Plant having at least one (1) Chlorine Di-Oxide (ClO2)
generator of capacity not less than 40 Kg/hr in any industrial application and the same should have been
in successful operation for at least one (1) year prior to the date of techno-commercial Bid opening.
OR
1.1(b) The Bidder should have designed, supplied, erected/supervised erection, commissioned/supervised
commissioning of a Gas chlorination plant/system of capacity not less than 120 Kg/hr in any industrial
application and the same should have been in successful operation for at least one (1) year prior to the
date of Techno-commercial Bid opening
AND
The bidder should have supplied on hiring basis/ permanent supply basis at least one (1) number
Chlorine Di-Oxide (ClO2) generator of capacity not less than 20 Kg/hr and the same should have been
in successful operation for at least one (1) year prior to the date of Techno-commercial Bid opening.
OR
1.1(c) The bidder who do not fulfill the requirement in clause 1.1 (a) and 1.1 (b) above, can also
participate provided the Bidder has designed, supplied, erected/supervised erection,
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(a) above.
In such 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 executant 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.
2.0 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 1400 Lakhs. (Rupees Fourteen
hundred Lakhs 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.
Page
6
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
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:
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 cases where audited results for the last financial year as on the date of Techno-Commercial bid opening
are not available, the financial results certified by a practicing Chartered Accountant shall be considered
acceptable. In case, Bidder is not able to submit the Certificate from a practicing Chartered Accountant
certifying its financial parameters, the audited results of three consecutive financial years preceding the
last financial year shall be considered for evaluating the financial parameters.
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) Other income shall not be considered for arriving at annual turnover.
d) The bidder should submit the documentary proof for establishing the QR requirements at 1.0 and
2.0 above.
Page
7
of
8
SECTION
-
I INVITATION FOR BIDS (IFB)
Annexure-II
Stop Gap arrangement with regard to receipt of Bid Security / Cost of Bidding documents in view of COVID-19 pandemic
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
Page
8
of
8
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.
GeM Availability Report and Past Transaction Summary
GeM Availability Report and past transaction summary report is generated based on the specifications
searched by the Buyer. The specification may be modified appropriately for searching relevant
categories on GeM. Buyer may navigate to GeM category page by clicking on the category link to view
category specifications and products/services available in the category.
Order Count and Order Value displayed is on a cumulative basis since GeM inception.
1. Search String: CHLORINE DIOXIDE
Search type: Service
Search Result: Category not available on GeM for the text string searched by the buyer.
This is a one-time requirement hence new category creation is not proposed / or requirement is
recurring but request for new category creation will be submitted separately post generation of
GeMARPTS.
2. Search String: CHLORINE DIOXIDE
Search type: Product
Search Result: Buyer has confirmed that below category meets buyer requirements.
Category Name
Catalog
Count
Order Count Order Value (in Lakhs)
Direct
Purchase
Reverse
Auction Bid
Direct
Purchase
Reverse
Auction Bid
Chlorine Dioxide
Generator
1 0 0 0 0 0 0
Report ID: GEM/GARPTS/24122020/MCGDZC7F8CHL
Report Name: CLO2
Generated By: Vamsi Krishna Yelchuri , NA , Ministry of Power
Generated On: 24/12/2020
Valid till: 23/01/2021
NTPC Limited eProcurement Portal
Tender Details
Date : 07-Jan-2021 05:01 PM
Print
Basic Details
Organisation Chain NTPC Limited||Southern Region Headquarter
Tender Reference
Number
NTPC/SSC - SR(Simhadri)/9900213916
Tender ID 2021_NTPC_46041_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
Proof of
Tender Fee
.pdf Proof of EMD
.pdf
INTEGRITY
PACT
2 PreQual/Technical .pdf
Technical
Documents
.pdf
Techno
Commercial Bid
Form with
attachments
.pdf
QR supporting
documents as
per Annexure-I
to IFB
.pdf
Attachment-10
of section VII
-Demonstration
Parameter
.pdf
Deed of Joint
Undertaking (If
applicable).
3 Finance .xls Price Bid
.pdf Price Bid Form
.pdf
Attachment for
Recommended
Spares and
Prices- section
VII -Part2 of 3
of Bid
Documents
.pdf
Attachment for
Amount Linked
to Safety
Aspects
-section VII
-Part2 of 3 of
Bid Documents
Page 1 of 3
NTPC Limited eProcurement Portal
07-01-2021
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published...
Tender Fee Details, [Total Fee in ₹ * - 6,750]
Tender Fee in ₹
6,750
Fee Payable To NTPC
Limited
Fee Payable At Payable At
Visakhapatnam
Tender Fee
Exemption
Allowed
No
EMD Fee Details
EMD Amount
in ₹
20,00,000 EMD through
BG/ST or EMD
Exemption
Allowed
No
EMD Fee Type fixed EMD
Percentage
NA
EMD Payable
To
NTPC
Limited
EMD Payable
At
Payable At
Visakhapatnam
Click to view modification history
Work /Item(s)
Title CHLORINE DI-OXIDE PLANT PACKAGE FOR NTPC-RAMAGUNDAM
Work Description CHLORINE DI-OXIDE PLANT PACKAGE FOR NTPC-RAMAGUNDAM
Pre Qualification
Details
As per tender documents
Independent
External
Monitor/Remarks
Yes.Applicable.
Show Tender Value
in Public Domain
Yes
Tender Value in ₹ 0.00 Product Category Miscellaneous
Works
Sub category NA
Contract Type Tender Bid Validity(Days) 180 Period Of Work
(Days)
540
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 07-Jan-2021 06:55 PM Bid Opening Date 30-Jan-2021 04:00 PM
Document Download / Sale
Start Date
07-Jan-2021 06:55 PM Document Download / Sale End
Date
28-Jan-2021 03:30 PM
Clarification Start Date 07-Jan-2021 06:55 PM Clarification End Date 18-Jan-2021 05:00 PM
Bid Submission Start Date 07-Jan-2021 06:55 PM Bid Submission End Date 28-Jan-2021 03:30 PM
Tender Documents
NIT
Document
S.No Document Name Description
Document
Size (in KB)
1 Tendernotice_1.pdf NIT 767.00
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
26813.33
2 BOQ BOQ_49175.xls
Rates shall be quoted in
this BOQ sheet only. Rates
quoted elsewhere shall not
be considered for
evaluation purposes.
328.50
3 Additional Documents Pre_Signed_Integrity_Pact.pdf INTEGRITY PACT 15956.86
View GTE Details
Page 2 of 3
NTPC Limited eProcurement Portal
07-01-2021
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published...
S.No Particulars Expected Value Mandatory
1.0
Confirm that you are a LOCAL SUPPLIER, and the LOCAL CONTENT
included in the PACKAGE FOR COMPLETE SCOPE OF WORK meets the
MINIMUM LOCAL CONTENT requirements of the Tender.
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 clause as per tender documents on
Restrictions on procurement from a Bidder of a country which shares a
land border with India
Yes Yes
6.0 Do you certify full compliance on Qualifying Requirements Yes Yes
7.0 Do you certify full compliance to all provisions of Bid documents Yes Yes
Auto Extension Corrigendum Properties for Tender
Iteration No. of Bids less than or equal to Tender gets extended to No. of days
1. 0 4
2. 0 4
3. 0 4
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. satishkolluri@ntpc.co.in KOLLURI SATISH KOLLURI SATISH
4. gramasubodhreddy@ntpc.co.in GRS REDDY
GAJJALA RAMASUBHODAYA
REDDY
Tender Inviting Authority
Name R SANTOSH KUMARDy.Mgr (CS)
Address Simhadri Thermal Power Project P.O. SIMHADRI VISAKHAPATNAM 531020
Tender Creator Details
Created By Ragala Santosh Kumar
Designation Dy.Mgr
Created Date 07-Jan-2021 02:15 PM
Page 3 of 3
NTPC Limited eProcurement Portal
07-01-2021
https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published...