NTPC Limited eProcurement Portal

Payment Instruments

Cover Details, No. Of Covers - 3

https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published... 08-05-2020

.pdf

12C of Standard Formats of bidding documen

Tender Fee Details, [Total Fee in ₹ * - 2,250]

Tender Fee in ₹ 2,250

EMD Fee Details

Click to view modification history

Work /Item(s)

Preferential Bidder Category

Critical Dates

Tender Documents

https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published... 08-05-2020

View GTE Details

Bid Openers List

Tender Inviting Authority

Tender Creator Details

https://eprocurentpc.nic.in/nicgep/app?component=%24DirectLink&page=Published... 08-05-2020

NTPC Limited

(A Government of India Enterprise)

SSC-C&M-SIMHADRI

NOTICE INVITING TENDER (NIT)

FOR

Procurement of Grinding Rings For 8.5E10 Mills, Stage-I

for NTPC- Ramagundam

(Domestic Competitive Bidding)

1.0NTPC 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 Rings For 8.5E10 Mills, Stage-I for NTPC- Ramagundam as per the scope of work briefly mentioned hereinafter.

2.0Brief Scope of Work & other Specific details:

Supply of Grinding Rings For 8.5e10 Mills, Stage-I for NTPC- Ramagundam.

3.0Detailed specifications, scope of work and terms & conditions are given in the

bidding documents and can be viewed in our Online Tender Portal https://eprocurentpc.nic.in/nicgep/app

4.0 Brief Details:

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.

5.0The date of opening of Price Proposal shall be intimated separately by NTPC after completion of evaluation of Techno-Commercial Proposal.

6.0Bid Security (EMD) and Tender Fee shall be submitted online/ offline through sealed Envelope. If the EMD, Tender Fee are submitted online in the Portal, the details of payment of Tender Fee and EMD shall be intimated to our office through e-mail(the e-mail IDs are mentioned below and Special Purchase Conditions) by the stipulated bid submission closing date and time and the payment details are to be uploaded in the Fee Envelope while submitting the bid. If the EMD, Tender Fee are submitted offline, they 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.

7.0Any 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.

8.0Micro 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 17.0 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.

9.0NTPC 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.

10.0A 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.

11.0Qualifying Requirements: Technical Criteria:

11.1.The bidder should be a manufacturer of E-type coal pulverizers and should have supplied such coal pulverizers to coal fired Units of 200MW or higher capacity, which are in successful operation for at least 2 (two) years prior to the date of techno commercial bid opening.

OR

11.2(a). The bidder should be a manufacturer of Ni hard/ Hi chrome castings with in-house casting facilities with minimum annual manufacturing capacity of 60 MT and should have supplied at least 12 (twelve) nos. of Grinding rings ( top / bottom ring) OR supplied at least 6 (six) sets of Grinding rings of 85 inches or higher size of Ni Hard-IV / Hi chrome used in Coal pulverizers during last seven (07) years prior to the date of techno- commercial bid opening.

AND

11.2(b). The bidder should have either himself or through a company / agency in which he has controlling stake, own following manufacturing and testing facilities for use by the bidder for manufacturing of the grinding rings (Bidder to furnish proof of ownership/controlling stake of the facilities along with his bid) :

Manufacturing Facilities:

a)Induction / Cupola / Induction Arc Furnace (Single/Multiple) for melting iron 8.0 (Eight) Tones at a time.

b)Machining facilities for machining grinding rings.

c)Heat treatment facility for grinding rings.

Testing Facilities:

a)Hardness testing.

b)Micro Structure testing.

c)Chemical Composition testing.

d)Ultrasonic testing machine.

e)Spectrometer / spectrogram

OR

11.3The bidder should be a manufacturer of Grinding rings of Ni Hard / Hi Chrome for Coal pulverizes and should have supplied at least 4 Nos. of Rings (top/bottom) OR 2 (two) sets of Grinding rings for 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 rings 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.

11.4The Bidder should have successfully executed supply of E-type Coal pulverizers / Grinding elements for Coal pulverizers during the last 7 (seven) years prior to the date of Techno-Commercial bid opening as per the following criteria.

Single order of value not less than Rs.138.52 Lakhs.

OR

Two orders of value not less than Rs. 86.58 Lakhs each.

OR

Three orders of value not less than Rs. 69.26 Lakhs each.

Note: The bidder has to establish the size of the Rings and usage of Rings in Coal Pulverisers by submitting the documentary evidence (if not mentioned in the supporting POs furnished).

12.0Financial Criteria:

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. 173.15 Lakhs (Rupees One Hundred Seventy Three Lakhs & Fifteen thousand Only).

13.0Notes:

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 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 technical bid opening and the certificate from practicing Chartered Accountant certifying the financial parameters is not available.

b)For the purpose of arriving at the supplied value of work specified at 11.4 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 supply 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)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.

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.

14.0NTPC 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.

15.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

16.0Participation 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.

17.0Address for Communication

K.V.Chary, DGM (C&M) / T.V.Rao, 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. : 08924284092/08924284832/9440909191/8500386531/ 9440918222

E-mail Ids: cyogtia@ntpc.co.in/ venkateswarachary@ntpc.co.in/ tvrao02@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: 2020.05.08 10:44:36 IST

Location: NTPC Limited eProcurement Portal