NTPC Limited  
A Government of India Enterprise)  
(
SSC-C&M-SIMHADRI  
NOTICE INVITING TENDER (NIT)  
FOR  
Grinding Balls for 8.5E10 Mills Stage-I of NTPC – Ramagundam  
Domestic Competitive Bidding)  
(
Tender Ref No: 9900185106  
Date: 26.08.2019  
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 Grinding Balls and Filler Balls for  
8
.5E10 Ball & Race Mills of Stage-I of NTPC Ramagundam, as per the Scope  
of work briefly mentioned hereinafter.  
2
.0  
Brief Scope of Work & other Specific details:  
Supply of Grinding Balls and Filler Balls for 8.5E10 Mills Stage-I of NTPC –  
Ramagundam  
3
4
.0  
.0  
Detailed specifications, scope of work and terms & conditions are given in the bidding  
Portal  
https://eprocurentpc.nic.in/nicgep/app  
documents  
and  
can  
be  
viewed  
in  
our  
Online  
Tender  
Brief Details:  
1
4.09.2019, Upon publishing in the  
Document down load Commencement Date  
aforementioned portal, bidders can  
download  
&
Time  
SSC-C&M-SIMHADRI STPS  
Source IFB/ NIT  
Contract Classification  
Supply Contract  
Last Date and Time for Bid Submission  
Techno Commercial Opening Date & Time  
14.10.2019; 1530 Hrs  
16.10.2019; 1530 Hrs  
Cost of Bidding Document in INR  
EMD in INR  
2250/-  
5,00,000/-  
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
.0  
The date of opening of Price Proposal shall be intimated separately by NTPC  
after completion of evaluation of Techno-Commercial Proposal.  
6
.0  
Bid Security (EMD), Tender Fee, Deed of Joint Undertaking 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  
(
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:  
Technical Criteria  
1
1.1. The bidder should have been a regular manufacturer of E-type coal pulverisers  
and should have supplied such coal pulverizers to at least 2 coal fired Units, each  
of 200MW 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 bid opening  
with the same type of grinding balls of Ni Hard-IV or high chrome as offered by  
the Bidder.  
OR  
11.2. (a).  
The bidder should have been a regular manufacturer of Ni hard castings  
with in-house casting facilities with minimum annual manufacturing capacity of  
2
00MT and should have supplied at least 20 (Twenty) sets of Grinding balls of Ni  
Hard-IV or high chrome, used in 8.5E10 or Higher capacity E-type coal pulverizers  
during last three years prior to the date of bid opening.  
AND  
1
1.2. (b). The 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 balls (Bidder to furnish proof of  
ownership/controlling stake of the facilities along with his bid) :  
Manufacturing Facilities:  
a) Induction / Cupola / Induction Arc Furnace for melting iron of capacity  
1.0 (One) MT and above.  
b) Heat treatment facility for grinding balls.  
Testing Facilities:  
a) Hardness testing.  
b) Micro Structure testing.  
c) Chemical Composition testing.  
d) Ultrasonic testing machine.  
e) Spectrometer / spectrogram  
f) Outside Micrometers.  
OR  
1
1.3. The bidder should have been a regular manufacturer of grinding balls of  
Ni Hard-IV or high chrome for E-type coal pulverizers and should have supplied at  
least 7 (seven) sets of grinding balls for E-type coal pulverizers and should have  
an ongoing collaboration / license agreement with a manufacturer who meets the  
qualifying requirements as stipulated at Clause 11.2 (a) above. In such a case,  
bidder along with his collaborator shall furnish a Deed of Joint Undertaking (DJU)  
as per the format enclosed in the Bid documents for successful performance of  
the grinding balls offered by him. The joint deed(s) 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 collaborator will be required to furnish  
on demand bank Guarantee for 1.5% of the total contract price in addition to the  
Contract performance Securities to be furnished by the bidder. Further Bidder  
should have manufacturing and testing facilities as per 11.2(b) above and shall  
offer only the Ni Hard-IV grinding balls for which his collaborator is qualified.  
1
1.4. The Bidder should have successfully executed supply of E-type Coal pulverisers /  
Grinding elements for coal pulverisers during the last 7 (seven) years prior to the  
date of Techno- Commercial bid opening as per the following criteria.  
(
a) Single (1) executed order value not less than Rs. 289.60 Lakhs.  
OR  
(
b)Two (2) executed order value not less than Rs. 181.00 Lakhs each.  
OR  
c) Three (3) executed order value not less than Rs. 144.80 Lakhs each.  
(
1
2.0 Financial Criteria:  
12.1. 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 Rs. 362.00 Lakhs  
(
Rupees Three Hundred & Sixty Two Lakhs only).  
12.2. 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  
parameters. Further,  
a
certificate  
would be required  
from  
the  
CEO/CFO/Proprietor/Partner that the financial results of the Company are under  
audit as on the date of techno-commercial bid opening and the certificate from  
practicing Chartered Accountant certifying the financial parameters is not  
available.  
1
3.0. Notes:  
a) For the purpose of arriving at the supplied value of work specified at  
1.4 above, basic amount only shall be considered. In case of a contract  
1
inclusive of Taxes, agency has to provide the break-up of basic value  
and tax.  
b) Other income shall not be considered for arriving at annual turnover.  
c) The value of the work completed in the preceding seven (07) years  
reckoned as on date of techno-commercial bid opening, even if it has  
been started earlier, will only be considered for establishing the  
qualifying requirements.  
d) The word “executed” at 11.4 above means; bidder should have  
achieved the criteria specified in above QR even if the total contract is  
not completed / closed.  
e) The bidder should have valid PAN number and active GST registration  
number and the relevant documents shall be submitted along with bid  
proposal.  
f) 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
4.0 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
5.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is  
considered qualified.  
1
6.0 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
7.0 Address for Communication  
T.V.Rao, AGM (C&M) / K.V.Chary, DGM(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. : 08924284832/08924284092/ 08924284830  
9440909191 / 9440918222  
E-mail Ids:  
venkateswarachary@ntpc.co.in/tvrao02@ntpc.co.in/cyogtia@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  
Signature Not Verified  
Digitally signed by K VENKATESWARA  
CHARY  
Date: 2019.09.14 12:15:50 IST  
Location: NTPC Limited eProcurement Portal