NTPC Limited

(A Government of India Enterprise)

National Capital Power Project

NOTICE INVITING TENDER (NIT)

FOR

PROCUREMENT OF WEAR COMPONENTS FOR XRP-883 BOWL MILLS

(Domestic Competitive Bidding)

NIT No: 40046236

Date:22.10.2015

Bidding Document No:

100110699

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

2.0

Brief Details

 

 

NIT No.

40046236

 

NIT Date

22.10.2015

 

Document Sale Commencement Date & Time

23.10.2015

00:00:00

Document Sale Close Date & Time

04.12.2015 09:00:00

Source of IFB/NIT

National Capital Power Project

Contract Classification

Equipment

Supply

Last Date and Time for Bid submission

23.12.2015 10:30:00

Technical Opening Date & Time

23.12.2015 11:00:00

Bid Opening Date & Time

23.01.2016 11:00:00

Cost of Bidding Documents in INR

2,400.00

 

EMD in INR

742000.00

 

Pre-Bid Conference Date & Time (if any)

 

 

Last

Query Date (if any)

01.12.2015

 

3.0Bid 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 DADRI 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.

 

 

 

5.0Brief Scope of Work & other specific detail

PROCUREMENT OF WEAR COMPONENTS FOR XRP-883 BOWL MILLS

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

7.0Qualifying Requirements for Bidders:

1.0

 

Qualifying Requirements: In addition to the requirements specified

in ITB (Instruction to Bidders), Bidder should

meet the QR in clauses 1.1 OR 1.2 OR 1.3 in addition to clause 1.4 and 1.5.

1.1

 

The bidder should be a manufacturer of vertical type coal pulverizers and should have supplied such coal pulverizers

to

at

least two coal fired units, each of 200 MW or higher

capacity, located at two different power stations and which

are

in successful operation

for at least two years prior to the

date of techno-commercial bid opening with the same type

of grinding rolls (Centrifugally Cast Ni Hard type or carbide

insert type

or weld overlay/high chrome type rolls, using

one or more grinding roll sets) as offered by

the bidder.

 

 

 

OR

 

 

 

 

 

 

1.2

 

(a) The bidder should be a manufacturer of the type of

grinding rolls (Centrifugally Cast Ni hard type or carbide

insert

type or high chrome

type rolls/weld overlay) as well as bull

ring

segments (Cast Ni-hard type or carbide insert

type

or high chrome type)

offered by him

and should have

supplied

at

least One Hundred Fifty (150) nos. of 43 inch

or higher size such type grinding rolls and at least Fifty (50) sets of Bull Ring Segments for XRP/Raymond bowl type of coal pulverizer during last three years prior to the date of techno#commercial bid opening.

AND

(b) Bidder should, either himself or through a company/agency in which he

has controlling stake, own following

manufacturing & testing facilities for use by the

bidder for manufacturing

of the grinding rolls as well as Bull Ring

segments, (Bidder to furnish proof of ownership of

the facilities alongwith his

bid):

 

Manufacturing Facilities:-

(a)Induction/Cupola/Induction Arc Furnace for melting iron of capacity 1.0 Ton and above.

(b)Centrifugal Casting machine (in case manufacturing process involves centrifugal casting).

(c)Machining facility for inside bore.

Testing Facilities:-

(a)Chemical Composition testing (Spectrometer/spectrogram).

(b)Ultrasonic testing machine to check tread to core bond.

(c)Micro structure testing.

Other Facilities:-

(a)Hardness testing.

(b)Magnetic particle testing machine.

(c)Inside Micrometers to check inside taper measurements.

(d)Check Bowl/Test Bowl to check the bull ring Segments of XRP # 883.

OR

1.3The Bidder should be a regular manufacturer of grinding rolls as well as Bull Ring Segments for Vertical type coal

pulverisers

and should

have

supplied at least Fifty (50) Nos. of

Grinding rolls and Seventeen (17)

sets of Bull Ring

Segments

for vertical

type

coal pulverisers and should have

an ongoing collaboration/license

agreement with a

manufacturer who meets the qualifying requirements as stipulated

at Clause 1.2 (a) above. Further, Bidder should have

manufacturing and testing facilities as per 1.2 (b) above and

shall offer only the type of grinding rolls (i.e.,

Centrifugally cast Ni-hard or Carbide insert

or weld-overlay or hi-chrome type)

as

well

as Bull Ring Segments (i.e. Cast

Ni-hard or carbide insert or hi-chrome type) for which his collaborator is qualified. In such a

case, the Bidder along

with

his collaborator shall furnish an irrevocable

Joint Deed of Undertaking (JDU) for successful

performance

of the

contract,

as per the format enclosed in the bid documents and shall be jointly and severally

responsible and

bound

unto

the

Employer to perform all contractual obligation. This Joint Deed of Undertaking shall

be submitted along with the

bid,

failing

which the bidder shall be

disqualified and his bid

shall be

rejected.

In

case

of award, the associate will be

required to furnish an on demand Bank Guarantee

as per the

format

enclosed

with

the

bid documents for a value equal

to 1.5% of the total contract price,

in addition to

the Contract Performance Security to

be furnished by the bidder.

 

1.4 The bidder should have executed the

supply of Coal Pulverizers or Grinding

Elements

for coal mills meeting

any

one of

the following criteria as on

the date

of techno#commercial bid

opening:-

 

 

 

 

 

 

 

(a)Single (1) Order of contract value not less than Rs. 29.676 Million.

OR

(b)Two (2) Orders, each of contract value not less than Rs. 18.548 Million.

OR

(c)Three (3) Orders, each of contract value not less than Rs. 14.838 Million.

1.5 The average annual turnover of the bidder in the preceding three (3) completed financial years as on the date of techno-commercial bid opening shall not be less than Rs. 18.54 Million.

2.0 DOCUMENTS TO BE SUBMITTED BY THE BIDDER WITH THE TECHNICAL BID: Legible copies of the following documents duly signed by the authorized representative of the bidder are to be submitted in support of the qualifying requirements along with technical bid.

a)Relevant documents/P.O. copies alongwith invoices, GR etc. to satisfy all the Q.R. points as mentioned above.

b) Audited balance

sheet & profit and loss account of last three financial years ending 31st march 2015 (namely

2012-13, 2013-2014

& 2014-15).

c)Memorandom of Articles of Association in case of bidder being PSU/Limited Co. (Public or Private) Registered under

Companies Act-1956 with latest changes, if any/Partnership Deed in case of bidder being a Partnership Firm etc.

d)Copy of Power of Attorney of Authorized Signatory (if applicable).

e)Copy of valid Income Tax Permanent Account Number (PAN)

f)Requisite Original Bid Security/EMD as indicated in the tender notice.

NTPC, if so desire may verify the performance of the bidder from their respective clients.

3.0GENERAL TERMS AND CONDITIONS:

3.1 A complete set of bid 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

Limited, payable at SBI, Vidyut Nagar Distt. Gautam Budh Nagar

(Bank Branch Code No.08866) or Punjab National

Bank, NTPC, Vidyut Nagar Distt. Gautam Budh Nagar (Bank Branch Code No.-601300) or Oriental Bank of Commerce, NTPC,Vidyut Nagar Distt. Gautam Budh Nagar (Bank Branch Code No. #100919) 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

03 (Three)

working days prior to document sale close

date

along

with duly filled

in questionnaire for issue of vendor code and SRM

user ID/password.

3.2 Micro, Small & Medium Enterprises shall be exempted from payment of Tender Fee/ cost of tender documents and Earnest Money Deposit, as per the Public Procurement Policy for Micro, Small & Medium Enterprises (MSEs) order # 2012 of Ministry of Micro, Small & Medium Enterprises (MSME), Govt. of India. Tenderer seeking exemption should enclose a legible copy of valid registration certificate preferably attested by Gazetted officer / Magistrate Ist class.

4.0 Issuance of bid documents to any bidder shall not construe that such bidder is considered to be qualified. The qualification status shall be examined by the tender committee during the process of bid evaluation.

5.0 The Bids not accompanied with the requisite EMD or with Bid Security of inadequate value or EMD / Bid Security is in unacceptable form in a separate sealed cover shall not be entertained and in such cases bids shall be rejected by the Owner as being non-responsive and returned to the bidders without being opened.

6.0

Notwithstanding anything stated above, NTPC reserve

the right to assess bidder#s capability and capacity of the

bidder for carrying out the supplies and the decision of NTPC in this regard shall be final.

7.0

NTPC

reserves the right to accept or reject any or all

the tenders in part or full including rejection of any request

for

issue of

tender documents, alter the quantities or split the

order without assigning any reason thereof.

8.0

Bid

Security 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.

9.0Bidders have to submit bids on line on the NTPC e-tender Portal (SRM-Portal). Single stage two envelope bidding

system will

be

followed for the subject package. Technical & price bids shall be submitted on line. Offline bid should

be submitted

as

detailed here under:

(i) Envelope-1 (Marked as EMD/Bid Security) must contain Earnest Money Deposit (EMD)/BID Security & any other

document specified in

SPC(Special Purchase Conditions).

 

 

 

 

 

 

 

 

 

(ii) Envelope-2 (Marked as QR) copy of documents

in Support of meeting qualifying requirements/Q.R. documents,

which

can not be up

# loaded on line. (Price Bid or

any

price

related

information

is

to be

uploaded

in the

price bid

portion of the e-bid portal).

 

 

 

 

 

 

 

 

 

10.0

Envelope-1 (Marked as EMD/Bid Security) shall

be

opened

first

and contents

of

this

envelope

shall be

checked

before opening of the Technical Bid/Envelope-2 (Marked as QR). Technical Bid/Envelope-2 (Marked as QR) of only those bidders whose EMD/Bid Security are found valid & acceptable, will be opened. If the bidder qualifies as per the QR and terms & conditions of NIT, their price bid shall be opened on the scheduled date as notified in NIT or on the date to be intimated after evaluation of technical bids.

11.0 Above details are only indicative. Other detailed terms and conditions shall be as per our tender documents. Address For Communication:-

AGM (C&M)

NTPC LTD.

NATIONAL CAPITAL POWER STATION, DADRI

P.O.: VIDYUT NAGAR, DISTT.: GAUTAM BUDH NAGAR - 201008 (U.P.)

FAX NO. 0120-2671292 PH. 0120- 2671183/ 2762346/2671388

E-Mail: sktiwari02@ntpc.co.in / rkbhanote@ntpc.co.in / pramodkumar04@ntpc.co.in

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

9.0NTPC 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.

 

10.0 Address for Communication

 

Addl. General Manager (C&M)

 

NTPC LTD.

 

National Capital Power Station, Dadri

 

P.O.Vidyut Nagar,

 

Distt.Gautam Budh Nagar-201008 (U.P.)

 

Fax No.0120-2671292 PH. 0120-2671183

 

E-Mail: sktiwari02@ntpc.co.in

 

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

or www.ntpc.co.in