NTPC LTD
(A Government of India Enterprise)
WESTERN REGION-II SHARED SERVICES CENTER, NTPC SIPAT
BIDDING DOCUMENTS
FOR
Procurement of Conveyor Belts for NTPC Sipat & Korba
BIDDING DOCUMENT NO. :
9900171031
(This document is meant for the exclusive purpose of bidding against this Bid Document No. / Specification
and shall not be transferred, reproduced or otherwise used for purposes other than that for which it is
specifically issued).
Table of Contents
Sr
No
Topic
01
Volume-II, Section-I : Special Purchase Conditions
02
Bill of Materials
03
Technical Specifications
04
Volume-I, Section-I : Instruction to Bidders
05
Volume-I, Section-II : General Purchase Conditions
06
Volume-I, Section-III : Process & Procedures for Reverse Auction
07
Volume-I, Section-IV : Standard formats & Check lists etc
DETAILED INVITATION FOR BIDS
NTPC LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) WESTERN REGION-II
SHARED SERVICES CENTER, NTPC SIPAT
BIDDING DOCUMENTS
FOR
Procurement of Conveyor Belts for NTPC Sipat & Korba
BIDDING DOCUMENT NO. :
9900171031
(Domestic Competitive Bidding)
NIT No.: 9900171031
1.0 NTPC Limited invites online bids from eligible bidders for Procurement of
Conveyor Belts for NTPC
Sipat & Korba
, (Chhattisgarh) as per details mentioned hereinafter.
2.0 Brief scope of work & other specific details: Procurement of
Conveyor Belts for NTPC
Sipat & Korba
(Chhattisgarh) as per technical specifications.
3.0 Brief Details:
Bid Document No.
9900171031
Document Sale Start Date & Time
04.05.2019
Document Sale End Date & Time
29.05.2019
Source IFB/ NIT
NTPC Limited, WR-II SSC, NTPC Sipat
Contract Classification
Supply
Clarification End Date & Time
20.05.2019
Bid Submission End Date & Time
29.05.2019
Bid Opening Date & Time
31.05.2019
Cost of Bidding Document (INR)
3375.00
Estimated Cost (INR)
4,62.49 Lakhs
EMD (INR)
10,00,000.00
Reverse Auction
Not Applicable
Tender fee shall be submitted in the form of Demand Draft drawn in favour of NTPC Ltd. payable at Sipat.
MSE (Micro & Small Enterprises) registered with NSIC/ DIC (District Industries centre) / Udyog Aadhar for
goods produced and services rendered are exempted from paying tender fee.
The bidders are requested to send Tender Fee and EMD well in advance to NTPC Limited, WR-II Shared
Services Center, NTPC Sipat office and shall be received before the scheduled bid submission end date.
Bidders seeking exemption from EMD/ Tender fee should submit valid exemption certificate in hard copy in
sealed envelope duly marked as EMD/ Tender fee exemption with tender reference number, title and date
of bid opening and it should reach the addressee (Employer) before the last date and time for submission of
bid as specified in NIT/ tender, failing which the bid shall be liable for rejection.
The date of opening of Price Proposal shall be intimated separately by NTPC Limited after
completion of evaluation of Techno-Commercial Proposal.
4.0 All the bids must be accompanied by Tender Fee and Bid Security (EMD). Any bid not accompanied by
an acceptable Tender Fee and Bid Security (EMD) in a separate sealed envelope shall be rejected by NTPC
Limited as being non-responsive and will not be considered for opening.
5.0
Qualifying Requirements:-
The bidders who wish to participate in the bidding shall satisfactorily establish that they fulfill the
following Qualifying Requirements.
5.1 Technical Criteria:
5.1.1
1.
The applicant should be manufacture of NN/ EP Conveyor Belt of width 1800 mm of higher &
strength 800 KN/ Mtr. and above
. The applicant should have supplied NN/EP conveyor belt of
width 1800 mm 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.
2.
The applicant should have Conveyor production unit with following facilities :
i.
The production unit should have BANBURY closed chamber mixing facility in operation condition
with auto set time & temperature control , for initial input including rubber , at his own
manufacturing unit . Capacity of at list 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 mechanised stretching facility for pre-tensioning of fabric piles
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 tests.
vi.
The production unit should have a separate internal Quality Assurance ( QA) wing with Rubber
Technologist in regular paroll.
vii.
The production unit should have following testing / measurement facilities
a)
Drum Friction Test Arrangement as per CAN/CSA.
b)
Abrasion Resistance Test apparatus & standared Rubber Sample for cover rubber as per DIN:
53516.
c)
Arrangement for Flame Test as per ISO340.
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 ASTM D624 Type C .
i)
Oven for aging test.
The bidder should have executed Purchase Order for supply of NN Conveyor Belts of width not less
than 1400 mm and strength not less than strength 800 KN/ Mtr. During the preceding Five(5)
years reckoned as on the date of techno-commercial bid opening.
(i) One order of value not less than
(₹)
411 Lakhs.
OR
(ii) Two ordesr of value not less than
(₹)
257 Lakhs each.
OR
(iii) Three orders of value not less than
(₹)
206 Lakhs each.
Notes for clauses 5.1.1 and 5.1.2 above .
The word “executed” means the bidder should have achieved the criterion specified in the Qualifying
Requirements , even if the total contract is not completed/ closed. In case of contract under execution as on
date of techno-commercial bid opening, the value of the work executed till such date will be considered
provided the same is certified by the employer.
5.2
Financial criteria:
5.2.1
The average annual turnover of the Bidder in the preceding three (3) financial years as
on the date of techno commercial bid opening shall not be less than Rs. 514 Lakhs
(Rupees
Five Hundred and Fourteen Lakh only ).
5.2.2
In case the bidder is not able to furnish audited financial statements on standalone
entity basis the unaudited unconsolidated financial statements of the bidder can be considered
acceptable provided the bidder furnishes the following further documents on on
substantiation of its qualification.
Copies of the unaudited unconsolidated financial statement of the bidder along with
copies of the audited consolidated financial statements of the holding Company.
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 report of the company.
5.2.3
In case where audited result 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 as per the format enclosed in the bidding documents stating that the
financial results of the company are under audit as on date of techno commercial bid opening
and the Certificate from the practicing Chartered Accountant certifying the financial
parameters is not available.
Notes
: Other income shall not be considered for arriving at annual turnover.
6.0 The bidder shall have to submit the following documents in support of meeting the QR along
with their bid:
6.1 The bidder to submit documentary evidence in support of Clause 5.1 of QR.
6.2 Copies of audited balance sheet and profit & loss account for the preceding three (3) financial
years in support of Clause 5.2 of QR.
7.0 Notwithstanding anything stated above, the Employer reserves the right to undertake a physical
assessment of capacity and capabilities including financial capacity and capability of the Bidder/ his
collaborator(s)/ associate(s)/ subsidiary(ies)/ group company(ies) to perform the contract, should the
circumstances warrant such assessment in the overall interest of the Employer.
The physical assessment shall include but not be limited to the assessment of the office/ facilities/ banker’s/
reference works by Employer. A negative determination of such assessment of capacity and capabilities may
result in the rejection of the Bid.
8.0 NTPC reserves the right to reject any or all bids or cancel/ withdraw 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.
9.0 A complete set of Bidding Documents may be downloaded by any interested bidder directly through
NTPC e-procurement portal, https://eprocurentpc.nic.in . For logging in to the e-tender website, the bidder
would require user ID and password which can be created at our e-tender website and same has to be
informed to concerned package co-ordinator. First time users not allotted any vendor code are required to
approach NTPC at least five (5) working days prior to document sale end date along with document like PAN
Card, Address proof and GST registration etc. for issue of vendor code.
Note: No hard copy of Bidding Documents shall be issued
10.0
(a) Micro and Small Enterprises (MSEs) registered with District Industries Centres 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 2006, for goods produced and services rendered,
shall be issued the bidding documents free of cost and shall be exempted from paying Earnest Money
Deposit. Such parties can sent the request for Tender Documents along with a photocopy of valid registration
certificate preferably attested by Gazetted Officer/ 1st Class Magistrate/ notarised, giving details such
as validity, stores and monetary limits, failing which they run the risk of their bid being passed over as
ineligible for this concession.
(b) Small Scale Industries registered with NSIC shall be exempted from payment of Security Deposit up
to the monetary limit for which the unit is registered with NSIC.
(c) Bidders seeking exemption from EMD/ Tender fee should submit valid exemption certificate, having
details such as validity, stores and monetary limits, in hard copy in sealed envelope duly marked as EMD/
Tender fee exemption with tender reference number, title and date of bid opening and it should reach the
addressee (Employer) before the last date and time for submission of bid as specified in NIT/ tender, failing
which the bid shall be liable for rejection.
11.0 NTPC shall allow purchase preference, as indicated in the bidding documents, to bids from local
suppliers as defined in the bidding documents. The bidders may apprise themselves of the relevant
provisions of bidding documents in this regard before submission of their bids.
12.0 First time users not allotted any vendor code are required to approach NTPC at least five
working
days prior to last date of bid submission and submit following details.
(a) For creation of vendor code:
(i) Company/ Firm registration copy, GST registration copy, PAN detail copy
(ii) Request letter in company’s letter head having Address, Valid Email ID and Contact No.
Details.
(iii) Proprietorship Letter/ Certificate (If applicable)
(iv) Cancel Cheque & EFT form (to be verified by bank)
Note: Format of EFT (Electronic Fund Transfer) form is attached along with tender documents.
(b) For registration in GePNIC (Govt. e-Procurement National Informatics Centre) portal
(i) Go to site: https://eprocurentpc.nic.in/nicgep/app
(ii) Click on online bidder enrolment & fill up your details
(iii) Send the copy of registration acknowledge to dealing officer of case.
13.0 Transfer of Bidding Documents purchased by one intending bidder to another is not permissible. NTPC
takes no responsibility for any loss/ delay/ non-receipt of applications/ tenders sent by post.
14.0 Address for Communication:
AGM (C&M)/ Sr Manager (C&M)
NTPC Limited, Western Region-II Shared Services Center
Materials Wing, 5
th
Floor, Administrative Building
Sipat Super Thermal Power Project
Post Office- Ujjawal Nagar, Sipat
Bilaspur (C.G.) India, Pin- 495555
Mobile No.: +91-9424209159, +91-9425823548
E-mail: rpsharma01@ntpc.co.in
josephantony@ntpc.co.in