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: 9900212561 Date: 31.12.2020
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 for 8.5E10 Mills Stage-I
of NTPC Ramagundam, as per the Scope of work briefly mentioned hereinafter.
2.0 Brief Scope of Work & other Specific details:
Grinding Balls for 8.5E10 Mills Stage-I of NTPC – Ramagundam
3.0 Detailed 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:
Document down load Commencement Date
& Time
31.12.2020, Upon publishing in the
aforementioned portal, bidders can
download
Source IFB/ NIT
SSC-C&M-SIMHADRI STPS
Contract Classification Supply Contract
Last Date and Time for Bid Submission 21.01.2021; 1530 Hrs
Techno Commercial Opening Date & Time 22.01.2021; 1530 Hrs
Cost of Bidding Document in INR 2250/-
EMD in INR 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.
5.0 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.
7.0 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.
8.0 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.
9.0 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.
10.0 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.
11.0 Qualifying Requirements:
Technical Criteria A
The bidder shall satisfactorily establish that they fulfil any of the following three Routes
of technical criteria-A under clause-1.0, in addition to other criteria under clause no. 2.0
& 3.0.
Route-1:
11.1 The bidder should be a manufacturer of E-type coal pulverizers and should have
supplied such coal pulverizers to at least two (02) coal fired Units, each of 200MW or
higher capacity, located at two different power stations and the same should have
been in successful operation for at least two (02) years prior to the date of techno-
commercial bid opening with the same type of grinding balls of Ni Hard-IV or high
chrome as offered by the bidder .
Route-2:
11.2(a) The bidder should be a manufacturer of Ni hard castings with in-house casting
facilities with minimum annual manufacturing capacity of 200 MT and should have
supplied at least nine (09) sets of Grinding balls of Ni Hard-IV / high chrome used in
8.5E10 or higher capacity E-type coal Pulverizers during preceding three (03) years,
reckoned as on the date of techno-commercial bid opening.
AND
11.2(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 One (1.0)
MT or 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
Route-3:
11.3 The bidder should be a manufacturer of Grinding balls of Ni Hard-IV / high Chrome for
E- type Coal pulverizes and should have supplied at least three (03) 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 1.2 (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 of undertaking shall be submitted along with the
bid, failing which bid shall be rejected. In case of award, the collaborator will be required to
furnish Bank Guarantee for 1.5% of the total contract price in addition to the Contract
Performance Security to be furnished by the bidder. Further Bidder should have manufacturing
and testing facilities as per 1.2(b) above and shall offer only the Ni Hard-IV grinding balls for
which his collaborator is qualified.
12.0 Technical Criteria-B
12.1 The Bidder should have executed orders for “Supply of E-type Coal pulverizers / Grinding
elements for Coal pulverizers” during the preceding seven (07) years, reckoned as on date
of techno-commercial bid opening with order values meeting any of the following:
i) Single order with executed value not less than Rs. 144.03 Lakhs.
OR
ii) Two orders with executed values not less than Rs. 90.02 Lakhs each.
OR
iii) Three orders with executed values not less than Rs. 72.02 Lakhs each.
13.0 Financial Criteria:
13.1 The average annual turnover of the bidder, in the preceding three (03)
financial years, reckoned as on the date of techno-commercial bid opening shall
not be less than Rs 180.04 Lakhs (Rupees One hundred eighty lakhs and four
thousand only).
14.0. 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 parameters.
b)For the purpose of arriving at the supplied value of work specified at 12.1 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 techno-commercial bid opening, even if it has been started earlier, will only
be considered for establishing the qualifying requirements.
e)The word “executed” at 12.1 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 and 13.0 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.
15.0 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.
16.0 Issuance of Bidding Documents to any bidder shall not construe that bidder is
considered qualified.
17.0 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.
18.0 Address for Communication
C. Yogtia, Manager(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. : 08924284092/08924284832/9440909191
E-mail Ids: cyogtia@ntpc.co.in/ venkateswarachary@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