NTPC Limited

(A Government of India Enterprise)

Badarpur Thermal Power Station

NOTICE INVITING TENDER (NIT)

FOR

Conveyor Belt

(Domestic Competitive Bidding)

NIT No: 40040626

Date:06.07.2015

Bidding Document No: 100111789

 

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40040626

NIT Date

06.07.2015

Document Sale Commencement Date & Time

06.07.2015 18:13:10

Document Sale Close Date & Time

27.07.2015 16:00:00

Source of IFB/NIT

Badarpur Thermal Power Station

Contract Classification

Equipment Supply

Last Date and Time for Bid submission

10.08.2015 13:00:00

Technical Opening Date & Time

10.08.2015 15:00:00

Bid Opening Date & Time

17.08.2015 15:00:00

Cost of Bidding Documents in INR

1,182.00

EMD in INR

152000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

26.07.2015

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at NEW DELHI or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0 Brief Scope of Work & other specific detail Conveyor Belt

1. 1200MM:CONV BELT- EP630/4,FR5/2

EP Conveyor belt,1200mm wide,630/4 extra duty,9mm top cover with one nylon breaker on top,2mm bottom cover,mildew inhibition,skim coated,cut edges,open end,FR grade.Belt should conform to IS-1891(Part-I)latest for all physical and dimensional pro perties,CAN/CSA-M422-M87 Type C for fire performance and antistatic requirement.

TECHNICAL DATA SHEET FOR 1200X630/4X9X2XFR, BOT COAL CONV. BELT

BELT DIMENSIONS

 

UNIT ACCEPTANCE VALUES

Length

mtrs.

200

 

 

Length tolerance

%

order +2%,-0.5% As per IS 1891 (Part #I):1994

Width

mm.

1200

 

 

Width tolerance

%

order As per IS 1891 (Part #I):1994

Top cover thickness

mm. 9.0

Top cover thickness tolerance

% As per IS 1891 (Part #I):1994

Bottom cover thickness mm.

2.0

Bottom cover thickness tolerance % As per IS 1891 (Part #I):1994

Belt edge construction

------ cut edge

 

Rating of the belt

------

630/4

 

FABRIC

 

 

 

 

Type of fabric

-------

EP

 

Plies no.

4(skim coated)

 

Breaker ply on face

no. 1 # Nylon breaker

 

FULL BELT THICKNESS PROPERTIES

 

Min. tensile strength in warp direction KN/m

630

Min. tensile strength in weft direction KN/m

250

Max. Elongation at ref. load (10%) in warp dir. % 4

Min. elongation at break in warp dir. % 10

ADHESION

Between carcass and cover (min.) KN/m. 4.50

Between adjacent plies (min.) KN/m 5.25

FIRE PERFORMANCE & ANTISTATIC PROPERTIES Flame test: Duration of flame with cover sec.

45 sec. (max.) for 6 samples,

15 sec. (max.) for individual.

No flame reappearance in air Current (IS0340) (Cl.4.2.2.2)

Drum friction test (max.) 400 °C ((CAN/CSA#M422- M87 (Type-C))

Electrical resistivity ((MAX)

300 M Ohm (#) ((CAN/CSA#M422- M87 (Type-C))

TROUGHABILITY

 

 

Min. (35°) ----- 0.11

 

 

COVER PROPERTIES UNIT

ACCEPTANCE VALUES

Type of cover grade ------

FR (CAN/CSA-M422-M87)(Type C).

Tensile strength (min.) MN/m² 17.0

Min. elongation at break %

 

400

Tensile strength after aging % change +10 to -20 of initial value

Elongation at break after aging % +10 to -25 of initial value

Abrasion loss (max.) mm³

175

Angular tear strength (min.) (as per ASTM D624) N/mm. 30

Hardness (IS 3400) SHA 70± 5°A

MARKINGS

The belt shall be marked at intervals of max.12 meters on the carrying surface as follows:

1.Manu. name and trade mark, if any

2.Fabric designation

3.Belt designation

4.Character identifying the grade of rubber cover used.

5.Last two figures of the year of manu.

6.Number of the standards used.

APPLICABLE STANDARDS

1.IS 1891 Part-I

2.CAN/CSA #M422-M87 (Type C)

3.ISO 340 (Cl.4.2.2.2)

4.ASTM D 624

5.IS 3400

Note: PDI will be done as per approved QP prepared on the basis of the technical data sheet / specified standards furnished above. NTPC will have option to get the technical data such as fire resistant property,cover property, adhesion property etc checked through testing of separate samples taken from any part of the belt in a govt./ govt. approved laboratory or its own laboratory to counter check that the required properties are maintained in the belt being supplied under the PO by the vendor. Technical data obtained through such testings will be stored in the data bank and during review if any deviation is noticed in a particular lot/ batch of the belt, the supplier of that lot/batch will be debarred from the vendor list for future supply of conv. belt.

2. 1000MM:CONV BELT -NN 1000/4 ,FR 5/2

Nylon 6 conveyor belt,1000mm wide,1000/4,5mm top cover with one nylon breaker,2mm bottom cover,mildew inhibition,skim coated plies,cut edge,open ended,Grade FR.Belt shall conform to IS-1891(Part-I) Latest for all physical & dimensional properties. CAN/CSA-M422-M87,Type-C for fire performance and anti-static properties.

TECHNICAL DATA SHEET FOR 1000X1000/4X5X2XFR, BOT COAL CONV. BELT.

BELT DIMENSIONS

 

 

UNIT

ACCEPTANCE VALUES

Length

mtrs.

3000 (250x12)

 

 

Length tolerance

%

order +2%,-0.5% As per IS 1891 (Part #I):1994

Width

mm. 1000

 

 

 

 

 

Width tolerance

%

order As per IS 1891 (Part #I):1994

Top cover thickness

mm. 5.0

 

 

Top cover thickness tolerance

% As per IS 1891 (Part #I):1994

Bottom cover thickness

mm.

2.0

 

 

Bottom cover thickness tolerance %

As per IS 1891 (Part #I):1994

Belt edge construction

 

------

cut edge

 

Rating of the belt

------

1000/4

 

 

FABRIC

 

 

 

 

 

 

 

Type of fabric

-------

nylon-nylon

 

 

Plies

no. 4(skim coated)

 

 

 

Breaker ply on face

no. 1 # nylon breaker

 

FULL BELT THICKNESS PROPERTIES

 

Min. tensile strength in warp direction

KN/m

1000

Min. tensile strength in weft direction

KN/m

300

Max. elongation at ref. load (10%) in warp dir. % 4

Min. elongation at break in warp dir.

% 10

 

ADHESION

Between carcass and cover (min.) KN/m. 4.50

Between adjacent plies (min.) KN/m 5.25

FIRE PERFORMANCE & ANTISTATIC PROPERTIES

Flame test: Duration of flame with cover sec. 45 sec. (max.) for 6 samples 15 sec. (max.) for individual

No flame reappearance in air current (IS0340) (Cl.4.2.2.2)

Drum friction test (max.) °C 400 )CAN/CSA#M422- Electrical resistivity # 300 X 10 ) M87 (Type-C)

TROUGHABILITY

Min. (35°) ----- 0.11

COVER PROPERTIES UNIT

ACCEPTANCE VALUES

Type of cover grade ------

FR (CAN/CSA-M422-M87)

 

Type C.

 

 

 

Tensile strength (min.) MN/m²

17.0

 

Min. elongation at break %

400

 

Tensile strength after aging

 

% change

+10 to -20 of initial value

Elongation at break after aging %

+10 to -25 of initial value

Abrasion loss (max.) mm³

175

 

 

Angular tear strength (min.) (ASTM D624) N/mm.

30

Hardness (IS 3400) SHA

70± 5°A

 

MARKINGS

The belt shall be marked at intervals of max.12 meters on the carrying surface as follows:

1.Manu. name and trade mark, if any

2.Fabric designation

3.Belt designation

4.Character identifying the grade of rubber cover used.

5.Last two figures of the year of manu.

6.Number of the standards used.

APPLICABLE STANDARDS

1.IS 1891 Part-I

2.CAN/CSA #M422-M87 (Type C)

3.ISO 340 (Cl.4.2.2.2)

4.ASTM D 624

5.IS 3400

Note: PDI will be done as per approved QP prepared on the basis of the technical data sheet / specified standards furnished above. NTPC will have option to get the technical data such as fire resistant property, cover property, adhesion property etc checked through testing of separate samples taken from any part of the belt in a govt. / govt. approved laboratory or its own laboratory to counter check that the required properties are maintained in the belt being supplied under the PO by the vendor. Technical data obtained through such testings will be stored in the data bank and during review if any deviation is noticed in a particular lot/ batch of the belt, the supplier of that lot/batch will be debarred from the vendor list for future supply of conveyor

QUALITY CHECKS:

As per attached QAP

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding

documents.

7.0 Qualifying Requirements for Bidders:

Qualifying requirements:

1.0The bidder should be manufacturer of NN/EP Conveyor Belt of width 1000 mm or higher & strength 800 kN/Mtr and above. The applicant should have supplied NN/EP conveyor belt of width 1000mm or higher and strength 800 kN/Mtr and above, to actual user(s) or to main contractors of bulk material handling plant package having conveyors.

1.1The bidder should have Conveyor production unit with following

facilities:

i.The production unit should have BANBURY closed chamber mixing facility in operating condition with auto set time & temperature control, for initial input including rubber, at his own manufacturing unit. Capacity of at least one such machine should be fifty (50) Ltr or above.

ii.The Production unit should have three roll or above calendaring machine, to draw cover rubber in a single sheet.

iii.The production unit should have mechanized stretching facility for pre-tensioning of fabric plies during belt building.

iv.The production unit should have a transparent standard practice of traceability of end product (belt) with raw materials.

v.The production unit should have a standard practice of rheological testes.

vi.The production unit should have a separate internal Quality Assurance (QA) wing with Rubber Technologist in regular payroll.

vii.The production unit should have following testing/measurement facilities:

a.Drum Friction Test Arrangement as per CAN/CSA

b.Abrasion Resistance Test apparatus & Standard Rubber Sample for cover rubber as per DIN:53516

c.Arrangement for Flame Test as per ISO 340

d.Arrangement for Electrical Surface Resistance Test as per CAN/CSA

e.Troughability Measuring arrangement with Measuring Instruments

f.Humidity & Temperature Controlled testing room / chamber for samples conditioning.

g.Rheological Test Instrument(s)

h.Tensile Strength for belt & cover as per IS: 1891

i.Angular Tear Strength Test for cover as per ASTM D624 Type C

j.Oven for ageing Test

2.0 The bidder should have executed any one of the following Similar Works

In India in the preceding seven years as on the date of

opening of Techno-Commercial proposal:

 

 

 

 

 

One Work of value not less than Rs. 60.45 lacs

(Rupee

Sixty lakh

and Forty five thousand

only)

OR

 

 

 

 

 

Two works of value not less than Rs.37.78 lacs

(Rupee

Thirty Seven

lakh and

Seventy eight

thousand only) each.

OR

 

 

 

 

 

Three works of value not less than of Rs. 30.22 lacs (Rupee Thirty lakh and Twenty two thousands only) each.

Note:

2.1#Similar# works means any work which includes # Supply of CONVEYOR BELT (NN/EP) of minimum width 1000 mm within last 5 years from the date of application for NIT."

2.2The work #executed# mentioned above means the bidder should have achieved the criteria specified above, even if the total contract is started earlier and/or is not completed/ closed.

2.3In case of orders under execution, the value of work executed till the date of opening of Techno-Commercial proposal as certified by the Client shall be considered.

3.0The average annual turnover of the bidder in the preceding three financial years as on the date of opening of

Techno-Commercial proposal should not be less than Rs.75.56 lakh ( Rupee Seventy five lakh and Fifty Six thousand only ). Note:

3.1While computing the annual turnover other income shall not be considered.

3.2In case where audited results for the last preceding financial year are not available certification of financial statements from a practicing Chartered Accountant shall be considered acceptable.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 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.

10.0Address for Communication

R.K. Gangar

DGM (Purchase)

NTPC Ltd.

Badarpur

New Delhi-110044

Mobile No.9650993835

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in