Professional Documents
Culture Documents
PDF Provider
PDF Provider
PDF Provider
50900 ) 1/32
1
220972/2022/10000068
Note No. #1
Dt. 23.12.2021
Sub: Purchase of 2400mm width ST4000 Belt for all the Mines for the
year
2021-23 - Administrative Approval - Reg.
The steel cord belts of various sizes are being procured under PTE
through Gem Portal. The 2400mm width ST4000 steel cord belts are at
service in one bench at Mine-I (namely NSB), three benches at Mine-II
(namely NSB, SB,TB) and some of the SME machine booms are also
running with 2400mm width ST4000 Belts.
Against the enquiry, 5 firms had submitted their offer and the RL1
firm’s (M/s Forech) price is 31.61 % higher than the estimated price Rs.
25, 080/mtr after Reverse Action (RA). After requesting the firm by MMC
to offer the reduced price through offline mode, the RL1 firm M/s.
Forech, submitted their revised price as Rs. 25,800 + GST @ 18 % i.e.
the site cost as Rs. 30,444/mtr which is 21.39 % higher than estimate
price Rs. 25, 080/mtr. Hence, the requirement was critically reviewed
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 2/32
2
220972/2022/10000068
and Tender Committee had recommended to place order only for critical
belt requirement quantity of 22,500 mts.
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 3/32
3
220972/2022/10000068
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 4/32
4
220972/2022/10000068
the details such as conveyor belt contour, stock at site/MSS, insurance stock, conveyor
position as on 01-10-2021, conveyor system extension programme during the year 2021-
23 etc. from the concerned divisions of Mine-I and Mine-II & Expn.
The prevailing norms for the life of belt adopted for deriving the quantity required for
replacement is given below:
Life norms in hours
Sl. Belt category
No. Company belt R/C belt
1 2400mm Steel cord belt OB - 26,500 hrs OB - 5000 hrs
The committee noted that some of the conveyor systems are running with life
served belts and also damaged belts and these belts are being maintained with patch
works to sustain production. Due to running of the system with the life served belts with
patch repairs, down time is increasing day by day which in turn affects the production. The
present stock of 2400 mm steel cord belt is also minimum.
The committee held discussion with the concerned field executives and deliberate
the following:
Due to shortage of new belt, the damaged belts could not be replaced in time and it
leads to more production stoppages.
The temporary repairs by providing BTR clamps damage the belt and it affects the expected life
of belt.
While using these BTR clamps the wipers are lifted and made the wiper ineffective and this leads
to accumulation of soil throughout the conveyor.
The accumulated soil rubbing with running belt causes worn out of top and bottom covers of the
belt.
Due to BTR clamps the ancillary conveyor components also gets damaged.
Due to ineffectiveness of wiper, the foreign materials could not be prevented from entering in to
the TE drum and also causes severe belt damages.
The joint failure is also increased due to soil coating on the drums. This leads to unexpected
system stoppages at critical times.
Due to running of life served belts with extensive damages causing back shift stoppages.
The unexpected stoppages due to belt and joints failure will affect the scheduled output.
Mine Planning is also affected.
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 5/32
5
220972/2022/10000068
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 6/32
6
220972/2022/10000068
Recommendations:
Taking note of the above, the committee recommends the following:
i. Life served belt as on date: The prevailing life norm for 2400mm steel cord conveyor belts
in overburden system is 26,500 hours. It is recommended to retain the same norm and the
total quantity required for replacement of life served conveyor belts at service as on 01-10-
2021 is 121.90 m in M-I , 665.00 m in M-II and 2700.00 m in M-II expn .
ii. Projected completion of life: The requirement furnished by Vulcanizing Divisions was
based on projected life for another 18 months from 01-10-2021 i.e. for the belts that
may attain the life before 31-03-2023. Hence, the belts having working hours between
17,500 hrs and 26,500 hrs in (OB) i.e. @500 hrs per month require replacement. The
requirement quantity for replacing the belt with projected completion of life is 2215.40 m
for M-I and 5777.00 m for M-II and 805.00 m for M-II expn.
i. Life served belt as on date: The prevailing life norm for RC conveyor belts is 5,000 hours in
overburden system. It is recommended to retain the same norm and the quantity required
for replacement of life served RC belts at service in conveyors as on 01-10-2021 is 0.00 m in
M-I , 96.00 m in M-II and 189.00 m in M-II expn.
ii. Projected completion of life: Similar to the company belt, the requirement furnished by
Vulcanizing Divisions was based on projected life for another 18 months from 01-10-
2021 i.e. the belts that may attain the life before 31-03-2023. Hence, the RC belts
having working hours less than 5,000 hrs as on 01.10.2021 requires replacement and
the quantity is 0.00 m for M-I, 1142.00 m for M-II and 101.00 m for M-II expn.
iii. NS1 & S1 Conveyors : Belt quantity required for re-erection of NS1 & S1 is 3353.0
m for M-II and 3417.5 m for M-II Expn.
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 7/32
7
220972/2022/10000068
extension programmes), the committee has recommended to procure the full quantity for
extension length of 2400mm belt as per the proposed mine planning requirement. Hence
the length of 8190m for M-I (reduced from 10290 m as extension of surface
bench conveyor system by 1000 mts is postponed to next year ),
8406.30 m for M-II and 5037.90 m for M-II Expn has to be procured for mines
extension programme. As per planning/mines, the conveyor extension by 1000mtrs in Mine-I
is postponed to next year.
4. Replacement for SME machine Belts (j): The committee collected the details of belts
replaced in SME machines of each mines and as per the data, the committee recommends
machine belt replacement qty of 359.0 m for M-I and 1071.0 m for M-II.
5. Insurance Stock (k) : The committee recommends for retaining the approved insurance
stock of 4696 mts length of 2400mm width steel cord belt (1000m at Mine-I and 3696
at Mine-II)
6. RC belt usage (m): As per norms 15% of the replacement quantity is to be taken from BRP
i.e 350.60 m for M-I, 1152.0 m for M-II and 569.0 m for M-II expn.
7. Total Recommended Quantity (r): The total requirement for Mine-I& Mine-II
works out to be 22,900 m (8,400 m for M-I , 8,400 m for M-II and 6,100 m
for M-II expn.)
2. ESTIMATE:
The estimated cost is computed based on the recent purchase order as detailed below :
Basis for Estimate
Rate :
Type of Belt The estimate is based on
Basic Cost/ Site cost in Rs/mtr
previous Purchase Order No.
2400mm ST4000 Rs. 25,800 GEMC- 511687772427993,
( 499120008) Rs. 30,444 (with 18% GST) Dated : 28.09.2021
ESTIMATE ABSTRACT considering estimate unit site cost for 2400mm SC Belt as
Rs.25,800.00:
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 8/32
8
220972/2022/10000068
Sd in Hard Copy Sd Sd Sd
DGM/Vul/M-I DGM/Vul/M-II DGM/Con/M-II Expansion
DGM/Con/Tech/Mines
Sd Sd
GM/Con/M-I GM/CON/M-II
Sd Sd
ADGM/Monitoring/M-
I&IA DGM/Monitoring/M-II
Sd Sd
ACM/Fin/M-I&IA ACM/Fin/M-II
CGM/Mine-I CGM/Mine-
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 9/32
9
220972/2022/10000068
II
Sd in Hard Copy
GM/Finance/mines
ED/MINES
CGM/FIN/M&S
Director/Mines Director/Finance
CMD
28/01/2022 3:11 PM
MUNAGALA SRI VALLI TRIPURA KUMARI
(ADGM-M1-CONVEYOR-VULCANISING)
Note No. #2
28/01/2022 3:12 PM
SAIRAMAN J
(DGM-M1-MECHANICAL SERVICE)
Note No. #3
Submitted for approval please
28/01/2022 3:37 PM
TITUS PRABHU J
(GM-M1-CONVEYOR-VULCANISING)
Note No. #4
Please attach the Draft Note seeking approval of Empowered Committee of
Directors
31/01/2022 7:19 PM
SURESH CHANDRA SUMAN
(ED-M1-MINES-SECRETARIAT)
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 10/32
10
220972/2022/10000068
Note No. #5
01/02/2022 10:08 AM
TITUS PRABHU J
(GM-M1-CONVEYOR-VULCANISING)
Note No. #6
01/02/2022 10:09 AM
SAIRAMAN J
(DGM-M1-MECHANICAL SERVICE)
Note No. #7
1.0 As per DOP mentioned in the point No. a. ii of Annexure issued along with the letter no.
22/B3/2001-3 Dt. 03.02.2004, administrative approval for purchase at the estimated value of
Rs. 6971.68 lakhs under PTE requires approval of Empowered Committee of Directors for
Purchase and Contracts. Hence, approval of Empowered Committee of Directors for
Purchase and Contracts is required for purchase of 22,900 meters of 2400mm width ST4000
belt for Mine-I and Mine-II & Expn. at the estimated value of Rs. 6971.68 lakhs under PTE
through GeM custom Bid.
2.0 Accordingly a Draft Note seeking approval of Empowered Committee of Directors for
Purchase and Contracts is submitted for the approval of CMD.
GM/Con/M-I GM/CON/M-II
ADGM/Monitoring/M-
I&IA DGM/Monitoring/M-II
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 11/32
11
220972/2022/10000068
ACM/Fin/M-I&IA ACM/Fin/M-II
CGM/Mine-I CGM/Mine-
II
GM/Finance/mines
ED/MINES
CGM/FIN/M&S
Director/Mines Director/Finance
CMD
01/02/2022 10:56 AM
MUNAGALA SRI VALLI TRIPURA KUMARI
(ADGM-M1-CONVEYOR-VULCANISING)
Note No. #8
01/02/2022 11:01 AM
SAIRAMAN J
(DGM-M1-MECHANICAL SERVICE)
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 12/32
12
220972/2022/10000068
Note No. #9
Submitted for approval please
01/02/2022 11:25 AM
TITUS PRABHU J
(GM-M1-CONVEYOR-VULCANISING)
01/02/2022 6:51 PM
SURESH CHANDRA SUMAN
(ED-M1-MINES-SECRETARIAT)
02/02/2022 4:11 PM
HARIRAMAKRISHNAN N
(CGM/CORPORATE-FINANCE/TAX)
04/02/2022 1:17 PM
MUKESH AGRAWAL
(ED/FINANCE/CENTRAL ADMIN SECTION/CO)
05/02/2022 1:07 PM
VIKRAMAN R
(DIRECTOR MINES/ADDL. CHARGE)
07/02/2022 1:42 PM
JAIKUMAR SRINIVASAN
(DIRECTOR(FINANCE))
CMD
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 13/32
13
220972/2022/10000068
07/02/2022 3:46 PM
RAKESH KUMAR
(CHAIRMAN CUM MANAGING DIRECTOR)
07/02/2022 4:22 PM
VISWANATH K
(COMPANY SECRETARY/BOARD SECTION)
10/02/2022 9:50 AM
CHANDRASEKHAR
(DGM/TS/DIR.P&P/CO)
10/02/2022 7:27 PM
BALAKRISHNAN P
(CGM/DIRECTOR MINES SECRETARIAT)
19/03/2022 6:00 PM
VISWANATH K
(COMPANY SECRETARY/BOARD SECTION)
19/03/2022 6:53 PM
RAKESH KUMAR
(DIRECTOR MINES/ADDL. CHARGE)
21/03/2022 1:10 PM
SURESH CHANDRA SUMAN
(ED-M1-MINES-SECRETARIAT)
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 14/32
14
220972/2022/10000068
25/03/2022 4:28 PM
TITUS PRABHU J
(GM-M1-CONVEYOR-VULCANISING)
02/04/2022 9:40 AM
SAIRAMAN J
(DGM-M1-MECHANICAL SERVICE)
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 15/32
15
220972/2022/10000068
Note No. #18 Attachment:EC Agenda Purchase of 2400 mm Belt.pdf
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 16/32
16
220972/2022/10000068
Note No. #18 Attachment:EC Agenda Purchase of 2400 mm Belt.pdf
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 17/32
17
220972/2022/10000068
Note No. #18 Attachment:EC Agenda Purchase of 2400 mm Belt.pdf
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 18/32
18
220972/2022/10000068
Note No. #18 Attachment:EC Agenda Purchase of 2400 mm Belt.pdf
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 19/32
19
220972/2022/10000068
Note No. #18 Attachment:EC Agenda Purchase of 2400 mm Belt.pdf
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
File No. G-20/1/2022-M1-CONVEYOR-VULCANISING-MINE-I (Computer No. 50900 ) 20/32
20
220972/2022/10000068
Note No. #19 Attachment:EC46706.pdf
Generated from eOffice by MUNAGALA SRI VALLI TRIPURA KUMARI, ADGM-M1-CONVEYOR-VULCANISING, MINE-I on 02/04/22 03:02 PM
21/32
220973/2022/10000068
Bid Document
Bid Details
EMD Detail
ePBG Detail
1/7
22/32
220973/2022/10000068
(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.
(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.
Beneficiary:
CGM
Materials Management, Materials Management, NLC India Limited , Neyveli
(Unit Head)
Splitting
1. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case
Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.
3. Inspection of Stores by Nominated Inspection Authority / Agency of buyer or their
2/7
23/32
220973/2022/10000068
authorized representatives
An independent third party Professional Inspection Body can help buyer in mitigating buyer’s risk with pre-
dispatch/post-dispatch inspection in order to ensure that equipment, components, solutions and documentation
conform to contractual requirements. The buyer has a right to inspect goods in reasonable manner and within
reasonable time at any reasonable place as indicated in contract. Inspection Fee/ Charges (as pre-greed between
buyer and Inspection Agency) would be borne by the buyer as per their internal arrangement but may be
recovered from the seller if the consignment failed to conform to contractual specification and got rejected by
the Inspection Officer .If so requested and accepted by the seller , initially seller may pay for inspection
charges as applicable and get the same reimbursed from buyer if consignment accepted by the Inspecting
Officer . For reimbursement seller has to submit proof of payment to Inspection Agency.
Seller/OEM shall send a notice in writing / e-mail to the Inspecting officer / inspection agency specifying the place
of inspection as per contract and the Inspecting officer shall on receipt of such notice notify to the seller the date
and time when the stores would be inspected. The seller shall, at his own expenses, afford to the Inspecting
officer, all reasonable facilities as may be necessary for satisfying himself that the stores are being and or have
been manufactured in accordance with the technical particulars governing the supply. The decision of the
purchaser representative /inspection authority regarding acceptance / rejection of consignment shall be final and
binding on the seller.
The Seller shall provide, without any extra charge, all materials, tools, labour and assistance of every kind which
the Inspecting officer may demand of him for any test, and examination, other than special or independent test,
which he shall require to be made on the seller's premises and the seller shall bear and pay all costs attendant
thereon.
The seller shall also provide and deliver store / sample from consignment under inspection free of charge at any
such place other than his premises as the Inspecting officer may specify for acceptance tests for which
seller/OEM does not have the facilities or for special/ independent tests.
In the event of rejection of stores or any part thereof by the Inspecting officer basis testing outside owing to lack
of test facility at sellers premises, the seller shall, on demand, pay to the buyer the costs incurred in the
inspection and/or test. Cost of test shall be assessed at the rate charged by the Laboratory to private persons for
similar work.
Inspector shall have the right to put all the stores or materials forming part of the same or any part thereof to
such tests as he may like fit and proper as per QAP/governing specification. The seller shall not be entitled to
object on any ground whatsoever to the method of testing adopted by the Inspecting officer.
Unless otherwise provided for in the contract, the quantity of the stores or materials expended in test will be
borne by seller.
Inspecting officer is the Final Authority to Certify Performance / accept the consignment. The Inspecting
officer’s decision as regards the rejection shall be final and binding on the seller.
The seller shall if so required at his own expense shall mark or permit the Inspecting officer to mark all the
approved stores with a recognised Government or purchaser's mark.
4. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:
3/7
24/32
220973/2022/10000068
Technical Specifications
DrawingDocument1 View
Delivery to
Quantit Delivery to be
y start after completed
by
607807,MINES SUB STORES,
1 Raja Palaniyappan NEW SERVICE UNIT, NLC INDIA 5600 31 90
LIMITED, NEYVELI
5600 91 120
Buyer Organization specific Integrity Pact shall have to be complied by all bidders. Bidders shall have to
upload scanned copy of signed integrity pact as per Buyer organizations policy along with bid. Click here
to view the file
2. Generic
OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.
3. Generic
Bidder shall submit the following documents along with their bid for Vendor Code Creation:
4/7
25/32
220973/2022/10000068
4. Generic
Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.
5. Scope of Supply
Scope of supply (Bid price to include all cost components) : Only supply of Goods
Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated
23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and its subsequent
Orders/Notifications issued by concerned Ministry. If the bidder wants to avail the Purchase preference,
the bidder must be the manufacturer of the offered product in case of bid for supply of goods. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises. In respect of bid
for Services, the bidder must be the Service provider of the offered Service. Relevant documentary
evidence in this regard shall be uploaded along with the bid in respect of the offered product or service. If
L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15% of margin of purchase
preference /price band defined in relevant policy, such Seller shall be given opportunity to match L-1
price and contract will be awarded for percentage of 25% of total value.
The bid clause regarding “Preference to Make In India products” stands modified in this bid and shall be
governed by the PPLC Policy No. FP-20013/2/2017-FP-PNG dated 17.11.2020 issued by MoP&NG as
amended up to date. Accordingly, bidders with Local Content less than or equal to 20% will be treated as
“Non Local Supplier”. The prescribed LC shall be applicable on the date of Bid opening. Sanctions on the
bidders for false / wrong declaration or not fulfilling the Local Content requirement shall be as per the PPLC
policy. Further following additional provisions are added in the certification and verification of local content
provision of the Preference to Make in India clause:
i. In case of foreign bidder, certificate from the statutory auditor or cost auditor of their own office or
subsidiary in India giving the percentage of local content is also acceptable. In case office or
subsidiary in India does not exist or Indian office/subsidiary is not required to appoint statutory
auditor or cost auditor, certificate from practicing cost accountant or practicing chartered
accountant giving the percentage of local content is also acceptable.
ii. Along with Each Invoice: The local content certificate (issued by statutory auditor on behalf of
procuring company) shall be submitted along with each invoice raised. However, the % of local
content may vary with each invoice while maintaining the overall % of local content for the total
work/purchase of the pro-rata local content requirement. In case, it is not satisfied cumulatively in
the invoices raised up to that stage, the supplier shall indicate how the local content requirement
would be met in the subsequent stages.
iii. The bidder shall submit an undertaking from the authorized signatory of bidder having the Power of
5/7
26/32
220973/2022/10000068
Attorney along with the bid stating the bidder meets the mandatory minimum LC requirement and
such undertaking shall become a part of the contract.
8. Inspection
Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC): AT SELLER SITE
Post Receipt Inspection at consignee site before acceptance of stores: AT NLCIL STORES, NEYVELI
9. Certificates
Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.
10. Warranty
Warranty period of the supplied products shall be as given in specifications from the date of final
acceptance of goods or after completion of installation, commissioning & testing of goods (if included in
the scope of supply), at consignee location. OEM Warranty certificates must be submitted by Successful
Bidder at the time of delivery of Goods. The seller should guarantee the rectification of goods in case of
any break down during the guarantee period. Seller should have well established Installation,
Commissioning, Training, Troubleshooting and Maintenance Service group in INDIA for attending the after
sales service. Details of Service Centres near consignee destinations are to be uploaded along with the
bid.
Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name NLCIL Account No. 10895129088 IFSC Code SBIN0000958 Bank Name STATE BANK OF INDIA
Branch address BLOCK-1, NEYVELI-607801.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.
Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the
bidding process, its outcome and consequences thereof including any eccentricity / restriction arising in the
bidding process due to these ATCs and due to modification of technical specification and / or terms and
conditions governing the bid. Any clause incorporated by the Buyer such as demanding Tender Sample,
incorporating any clause against the MSME policy and Preference to make in India Policy, mandating any Brand
names or Foreign Certification, changing the default time period for Acceptance of material or payment timeline
governed by OM of Department of Expenditure shall be null and void and would not be considered part of bid.
Further any reference of conditions published on any external site or reference to external documents / clauses
shall also be null and void. If any seller has any objection / grievance against these additional clauses or
otherwise on any aspect of this bid, they can raise their representation against the same by using the
Representation window provided in the bid details field in Seller dashboard after logging in as a seller within 4
days of bid publication on GeM. Buyer is duty bound to reply to all such representations and would not be
allowed to open bids if he fails to reply to such representations.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action
in accordance with the laws.
---Thank You---
6/7
27/32
220973/2022/10000068
7/7
28/32
220974/2022/10000068
Email DGM CONVEYOR MINE I
Fwd: Sub: Your Tender No: GEM/2022/B/dtd: 28.05.2022 due for opening on
27.06.2022 for supply of 22,900 mtrs of 2400mm x ST 4000 belt
From
: KARTHIGAI N <cgm.mm.mmc@nlcindia.in> Wed, Jun 01, 2022 06:26 PM
Subject
: Fwd: Sub: Your Tender No: GEM/2022/B/dtd: 2 attachments
28.05.2022 due for opening on 27.06.2022 for supply
of 22,900 mtrs of 2400mm x ST 4000 belt
To
: TITUS PRABHU J <titusprabhu.j@nlcindia.in>, DGM
CONVEYOR MINE I <dgm.con.mine1@nlcindia.in>
Cc
: ANBALAGAN B <anbalagan.b@nlcindia.in>, KALAI
SELVI N <kalaiselvi.n@nlcindia.in>, MUDE BALAJI
NAIK <mudebalaji.naik@nlcindia.in>
For NA
June 1, 2022
To
The
General Manager -Conveyor
NLC
India Limited
Office
of the Chief General Manager
Materials
Management Complex
Dr.
Rajendra Prassad Road,
Block:
27, Neyveli: 607 807
Tamilnadu
Dear
Sir,
We would like to draw your kind attention to the
delivery period specified in the tender against the
supply of 2400mm x ST 4000
belt for a total quantity of 22,900 mtrs is as under:
Quantity Delivery
schedule
5600
mtrs 31
days to 90 days
5600
mtrs 91
days to 120 days
29/32
220974/2022/10000068
5,800
mtrs 121
days to 165 days
5,900
mtrs 166
days to 210 days
In this respect, we would like to highlight that
in several times during our visit to NLC and a
meeting on this subject on 2nd August
2021 in presence of ED-Mines in his office we had
discussed and highlighted
that it will be extremely difficult for any manufacturer to supply the belt
within 90 days from the date of order.
The minimum period required to get the
cord from the cord manufacturer is 75- 90 days. It is more
than 90 days, if you
import the cord as on date due to the constraint of worldwide cargo shortage.
Based on the discussion you had changed the delivery schedule against your
tender no:
GEM/2021/ B/1628866 dated 27.10.2021 as 61 days to 105 days as a
start instead of 31 to
90days. Thereafter it is 106 to 145 days, 146 to 185
days,186 to 220 days and 221 to 250 days.
However, against the current tender
of 2400mm x ST 4000 you have gone back to the original
schedule i.e. original
schedule of delivery period i.e. 31 days to 90 days starting in 1st lot
which is
absolutely impossible as we explained already that minimum requirement
to get the cord at our
plant is 75 to 90 days.
We are requesting you to kindly amend
the delivery period as under based on the cord availability
and issue a
corrigendum before submission of offer.
Quantity Delivery
schedule
5600
mtrs 61
days to 105 days
5600
mtrs 106
days to 145 days
5,800
mtrs 146
days to 185 days
5,900
mtrs 186
days to 220 days
If the delivery period is not going to
change in current tender then it will attract LD @ 10%
maximum as per the GEM.
This will automatically load on the price due to the non-compliance of
the
delivery period. In case of LD also the subject was discussed during August
2021 meeting and
requested NLC to revise the LD as 0.5% to maximum
of 5% as per the old norms of NLC to the
GEM authority but till today there is
no change in the LD part also but remains as 10%. Kindly look
into the same and
make an amendment in the LD percent before submission of the tender.
Based on the above subject, we are once
again requesting you to review and change the delivery
schedule along with LD
part to avoid extra loading on the price
--
Regards
Shekhar Kumar Dey
Sr Vice President
FORECH INDIA PVT LTD
MERLIN LINKS
166B S.P.MUKHERJEE ROAD
KOLKATA 700026
MOB NO +91-9831744449/9830260693
FAX NO +91-33-24632234
EMAIL shekhar.dey@forech.com
WEB: www.forech.com
CIN : U51109DL1983PTC015047
**Due to the shut down caused by the Corona Virus, we are now working on staggered days and may not
be in a position to respond to you with a speed you expect. Kindly excuse us we will get back to you
ASAP.**
30/32
220974/2022/10000068
75 ID MAIL.jpeg
11 KB
NLC_LETTER_01.06.2022.pdf
2 MB
31/32
220977/2022/10000068
Annexure - VIII
Note:
1. Supply should be made as per the delivery schedule indicated above. The delivery period is inclusive of Third Party Inspection.
2. Date of receipt of materials at Stores of NLCIL, Neyveli will be taken as the date of delivery.
3. Based on site requirement, if NLC is requested for early supplies, such supplied quantity shall be accepted and payments shall be
made against IRR.
32/32
220979/2022/10000068
Annexure - VIII
Note:
1. Supply should be made as per the delivery schedule indicated above. The delivery period is inclusive of Third Party Inspection.
2. Date of receipt of materials at Stores of NLCIL, Neyveli will be taken as the date of delivery.
3. Based on site requirement, if NLC is requested for early supplies, such supplied quantity shall be accepted and payments shall be
made against IRR.