NTPC Limited  
A Government of India Enterprise)  
(
SSC-C&M-SIMHADRI  
NOTICE INVITING TENDER (NIT)  
FOR  
Procurement of Steel Conveyor Belt for CHP NTPC Kudgi  
Domestic Competitive Bidding)  
Tender Ref No: 9900184297  
(
Date: 30.08.2019  
1
.0  
NTPC Limited invites online bids on Single Stage Two Envelope bidding  
basis (Envelope-1: Techno-Commercial Proposal & Envelope-2: Price Proposal)  
from eligible bidders for Procurement of Steel Conveyor Belt for CHP NTPC Kudgi,  
as per the scope of work briefly mentioned hereinafter.  
2
3
4
.0  
.0  
.0  
Brief Scope of Work & other Specific details:  
Steel Conveyor Belt for CHP NTPC Kudgi  
Detailed specifications, scope of work and terms & conditions are given in the bidding  
Portal  
documents  
and  
can  
be  
viewed  
in  
our  
Online  
Tender  
https://eprocurentpc.nic.in/nicgep/app  
Brief Details:  
Tender details :  
Tender Reference Number  
Tender ID  
NTPC/SSC - SR(Simhadri)/9900184297  
2019_NTPC_23452_1  
Document down load Commencement Date  
Time  
3
0.08.2019, 14:00:00  
&
SSC-C&M-SIMHADRI STPS  
Source IFB/ NIT  
Contract Classification  
Supply  
Last Date and Time for Bid Submission  
Techno Commercial Opening Date & Time  
28.09.2019; 1530 Hrs  
30.09.2019; 1530 Hrs  
Cost of Bidding Document in INR  
EMD in INR  
2250/-  
2,00,000/-  
As per provisions of bidding documents, the bidders shall submit “Techno-Commercial  
Proposal” and “Price Proposal” online (https://eprocurentpc.nic.in/nicgep/app), within the  
bid submission date and time as mentioned above. Only Techno-Commercial proposals  
will be opened on the date and timed mentioned in the NTPC-GePNIC Website.  
5
6
.0  
.0  
The date of opening of Price Proposal shall be intimated separately by NTPC  
after completion of evaluation of Techno-Commercial Proposal.  
Bid Security (EMD) and Tender Fee 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 (EMD), Tender Fee shall be  
treated as non-responsive by the employer and shall not be opened. All credential filled  
up formats & supporting documents as asked by NTPC are to be given online as  
attachments with the bid.  
7
8
.0  
.0  
Any document submitted by the agency in hard copy other than the documents  
mentioned at Para 6.0 above, will not be considered. In spite of this condition, if any  
document is submitted by the agency in hard copy other than the documents mentioned  
at Para 6.0 above before bid opening shall be ignored and the offer submitted through  
the e-tendering shall be binding on the agency.  
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(NSIC) or Directorate of Handicrafts and Handloom  
or Udyog Aadhar 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 bid documents free of cost and shall be exempted from paying Earnest Money  
Deposit.  
The above benefits to MSEs are meant for procurement of only goods produced and  
services rendered by MSEs. However, traders are excluded from the purview of Public  
Procurement Policy and not eligible for Benefits to MSEs. Also, benefits under Public  
Procurement Policy for MSEs shall not be extended in Works Contract.  
The bidders are requested to send Tender Fee/ MSE/ NSIC/ Udyog Aadhar certificate and  
EMD, Power of Attorney well in advance to the address mentioned at 16.0 so as to reach  
before the scheduled bid submission end date and MSE’s should upload MSE/ NSIC/  
Udyog Aadhar certificate in Fee cover in GePNIC, failing which the bid shall be liable for  
rejection.  
9
1
.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.  
0.0 A complete set of Bidding Documents may be downloaded by any interested Bidder at  
our E Tender Site (https://eprocurentpc.nic.in/nicgep/app). For logging on to the E  
Tender Site, the bidder would require to create user ID and Password as per the Bidder’s  
Manual Kit provided in the aforementioned web site. The 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 Visakhapatnam shall be submitted in a  
sealed envelope separately offline by the stipulated bid submission closing date and time  
at the address given below.  
1
1.0 Qualifying Requirements:  
1
1.0 Technical Criteria  
1
1
1.1 The bidder should be a manufacturer of STEEL CORD Conveyor Belt of width 2200  
mm or higher and strength 2000 kN/Mtr & above.  
1.2 The bidder should have executed orders for “ supply of Steel Cord Conveyor Belt  
of width 2000mm or higher” during last 7 years reckoned as on the date of  
technical bid opening with executed order values as detailed below:  
Single order value not less than  151.50 Lakhs.  
OR  
Two orders values not less than 94.69 Lakhs each.  
OR  
Three orders values not less than  75.75 Lakhs each.  
1
1.3 The applicant should have Conveyor production unit with following facilities:  
i)  
The production unit should have “a closed chamber internal mixer (Excluding  
Kneaders) in operating condition” at his own manufacturing unit with the following  
features and functionalities: a) with an absolute volume of minimum 65 Litres b)  
with auto timer to indicate set time & elapsed time c) with auto temperature  
control with cycle temperature chart showing set temperature and actual d) input  
energy indicator for mixing e) Ram pressure controller and indicator.  
ii)  
The production unit should have cold / hot feed extruder to draw cover rubber in  
single sheet with no longitudinal joints.  
iii)  
The production unit should have a transparent standard practice of traceability of  
end product(belt) with raw materials.  
iv)  
v)  
The production unit should have a standard practice of rheological test  
The production unit should have a separate internal Quality Assurance (QA) wing  
with Rubber Technologist in regular payroll.  
vi)  
a)  
b)  
The production unit should have following testing / measurement facilities:  
Drum Friction Test Arrangement as per CAN/CSA  
Abrasion Resistance Test apparatus & Standard Rubber Sample for cover rubber  
as per DIN:53516  
c)  
d)  
e)  
f)  
Arrangement for Flame Test as per ISO 340  
Arrangement for Electrical Surface Resistance Test as per CAN/CSA  
Troughability Measuring arrangement with Measuring Instruments.  
Humidity & Temperature Controlled testing room / chamber for samples  
conditioning.  
g)  
Rheological Test Instrument(s).  
h)  
Tensile Strength for belt & cover as per DIN 22131/ IS-15427/ AS1333/ ISO  
5236  
1
i)  
Tear Strength Test for cover as per ASTM D624  
Oven for ageing test with temperature recorder  
Cord breaking strength test facility  
j)  
k)  
l)  
Individual Cord tensioning facility with separate tensioning measuring instrument  
Dynamic cord pull out test facility  
m)  
n)  
Air penetration test facility  
1
1
2.0 Financial Criteria:  
2.1 The average annual turnover of the bidder, in the preceding three financial years  
as on the date of technical bid opening shall not be less than  189.38 Lakhs  
(Rupees One hundred & Eighty nine Lakhs and Thirty eight thousands only).  
1
3.0 Notes:  
a)  
In case where audited results for the last financial year as on the date of technical  
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  
be required from the  
CEO/CFO/Proprietor/Partner that the financial results of the Company are under  
audit as on the date of technical bid opening and the certificate from practicing  
Chartered Accountant certifying the financial parameters is not available.  
parameters.  
Further,  
a
certificate would  
b)  
For the purpose of arriving at the supplied value of work specified at 11.2 above,  
basic amount only shall be considered. In case of a contract inclusive of Taxes,  
agency has to provide the break-up of basic value and tax.  
c)  
Other income shall not be considered for arriving at annual turnover.  
d)  
The value of the work completed in the preceding seven (07) years reckoned as  
on date of technical bid opening, even if it has been started earlier, will only be  
considered for establishing the qualifying requirements.  
e)  
f)  
The word “executed” at 11.2 above means; bidder should have achieved the  
criteria specified in above QR even if the total contract is not completed / closed.  
The bidder should have valid PAN number and active GST registration number and  
the relevant documents shall be submitted along with bid proposal.  
g)  
The bidder should submit the documentary proof for establishing the QR  
requirements at 11.0 and 12.0 above.  
Notwithstanding anything stated above, the Employer reserves the right to undertake a  
physical assessment of the 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 the Employer. A negative determination of  
such assessment of capacity and capabilities may result in the rejection of the Bid.  
The above right to undertake the physical assessment shall be applicable for the  
qualifying requirements stipulated above.  
1
2.0 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.  
1
1
3.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is  
considered qualified.  
4.0 Participation in the tender does not automatically mean that the bidders are considered  
qualified. NTPC shall evaluate the qualifying requirements of each bidder as per NIT after  
opening of Technical Commercial bids and the bids of the bidder who is not meeting the  
qualifying requirement shall be treated as non-responsive.  
1
5.0 Address for Communication  
M Amarnath, DGM (C&M)/ V T Kamble AGM (C&M)  
NTPC Limited,  
Simhadri Super Thermal Power Station  
Shared Services Centre - C&M deptt, Admin Building Annex  
Via Parawada, PO NTPC – Simhadri  
Visakhapatnam, A.P. – 531020  
Contact Nos : 08924284833/08924284841  
E-mail Ids: amarnath02@ntpc.co.in/ vtkamble@ntpc.co.in  
Registered Office Address:  
NTPC Bhawan”  
Core No. 7, Scope Complex,  
Institutional Area, Lodhi Road,  
New Delhi – 110003, India.  
Corporate Identification Number: L40101DL1975GOI00796