d11-14.7__nit
DESCRIPTION
D11-14.7__NITTRANSCRIPT
-
Rashtriya Chemicals & Fertilizers Limited (Government of India Undertaking)
THAL, TALUKA: ALIBAG, DIST.: RAIGAD, (MAHARASHTRA) PIN 402208
PHONE Nos.: 02141-238016, 238128 FAX Nos.: 02141-238206, 238091, 238071
CIN: L24110MH1978GOI020185, Website: www.rcfltd.com
Email:[email protected],[email protected],[email protected]
NOTICE INVITING TENDER
To,
SUB: Notice inviting tender for the job of Hiring Engineering and Project Management services for
de-commissioning, Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia
Storage tank at RCF Thal.
Dear Sir,
We are pleased to forward this tender enquiry to you with salient features as follows:
01 Tender Enquiry No. NIT No. : TH/MES/PDP/14/D11-14/240 Date: 07.11.2014.
02
Last date of submission of
sealed quotation in the office of
the undersigned
29.12.2014 by 1430 HRS.
03 Tender Opening date 29.12.2014 by 1500 HRS.
04 Amount of E.M.D.
(See clause no. 1.5 Annexure-IA) ` 1,00,000/- (Rs. One Lac) only.
05 Validity of Tender 90 days from the last date of Submission of tender as
above.
06 Mode of submission of Sealed
Tender
1st Envelope containing Prequalification documents.
2nd Envelope containing EMD as above.
3rd Envelope containing Technical & Un priced-
Commercial bid.
4th Envelope containing Price bid
(These four sealed envelopes to be put in one
outer envelope & sealed)
07 Instruction to Tenderer As per Annexure IA
08 Prequalification Criteria As per Annexure IB
09 E-Reverse Auction Procedure As per Annexure IC
10 General Terms & Conditions As per Annexure I
11 Scope of Work As per Annexure II
12 Schedule of Rates As per Annexure III
13 Vendor Data Updatation form As per Annexure IV
For any correspondence on this
subject , please quote this :
NIT No. : TH/MES/PDP/14/D11-14/240
Date : 07.11.2014.
-
Deviations from terms & conditions of the tender enquiry , if any, must be enclosed in separate sheet
marked DEVIATIONS TO NIT ( shall be enclosed in Technical bid) in absence of which it shall be
presumed that all terms and conditions of the subject tender enquiry are acceptable to you. Any
deviations mentioned in the text of the tenders shall be ignored.
On tender opening date the EMD, Techincal Bid & Prequalification papers shall be opened.
The followings tenders are liable for rejection:
1) Late tender i.e. tender received after the last date and time of submission.
2) Tender not accompanied with prescribed EMD
3) Incomplete / conditional Tender.
4) Tender not subscribed by authorized signatories.
5) The tenderer must write the NIT No. on all four envelops as mentioned above and also write
respective headings on inner four envelops.
In addition to above, RCF reserves the right to accept in part or reject any or all the tenders without
assigning any reasons thereof.
Please go through NIT carefully and submit your competitive quotation by the date as above. In case
you are unable to submit your quotation for any reason, kindly intimate us accordingly before the last
date.
Thanking you,
Yours faithfully,
(P. G. PAWAR.)
DEPUTY GENERAL MANAGER (MES)
Encl.: Annexures as mentioned above.
-
CHECKLIST (To be enclosed along with TECHNICAL BID)
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
NAME OF BIDDER:
Sr. Short Text
Bidder Confirmation
( Please put in
front of confirmation )
Deviation if
Any
1 Liquidated damage clause no: I of Annexure-II is agreed
2 Security Deposit Cum Performance guarantee clause no: H of
Annexure-II is agreed
3 Payment terms clause no: 22.0 of Annexure-I agreed
4 Price shall be firm till completion of contract,
5 Noted that the repair quantum is only indicative & the amount
payable is at actuals.
6 Confirmed that the site was visited before submitting the
quotation.
7 Validity of offers 90 days agreed.
8 Safety is of prime importance. Penalty for violation of safety rules
at work place clause no. G of Annexure-II agreed.
9 General Terms & Conditions Annexure-I & IA agreed and stamped
and signed copy enclosed. Yes/ No
10 All the clauses mentioned in the Scope of work Annexure-II
agreed and stamped and signed copy enclosed. Yes/ No
-
11 Modalities for Works Contract Through for e-reverse auction
Annexure-IC agreed and stamped and signed copy enclosed. Yes/ No
12 Completion Time Clause No. E Annexure-II : Agreed Yes/ No
15 Copy of Unpriced price bid mentioning only applicable taxes
submitted Yes/ No
16
The bidder shall engage a reputed and recognized 3rd party
inspection agency (M/s Lloyd Register Asia, Mumbai / M/s. TUV
only) for inspection & certification regarding healthiness /
Integrity of tank etc. as per clause no. B (4) of Annexure-II Scope
of Work: Agreed
Yes/ No
17
The bidder shall ensure proper bonding of the new insulation
with the old insulation (i.e. at their interface), so that there is no
gap and ice-formation is avoided in service. : Agreed
Yes/ No
18
TECHNICAL PREQUALIFICATION CRITERIA FOR Hiring Engineering and Project Management services for de-
commissioning, Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank.
The bidder should have executed at least two jobs of inspection including NDT and re-commissioning of
Atmospheric pressure liquid Ammonia Storage Tank of a capacity of at least 5000 MT in last ten years (from
date of the tender enquiry), in support of which the bidder shall submit self-attested copy of the work order,
and scope of work there in.
(Fill the details as per the prequalification criteria mentioned above and submit WO copies, Scope of work
and Satisfactory job completion certificates)
Sr
No. WO No. & Date
Capacity in MT of
Inspected Tank. Name of Customer
1
2
3
19 PAN No.
21 Service tax registration no.
22 Service tax accounting code (In words)
23 PF registration no.
24 VAT / TIN Details
-
25
Bank Solvency Certificate from Nationalized/Scheduled
Bank for Minimum Value of ` 84.80 Lacs / Credit Rating or
Credit Limit (Minimum ` 84.80 Lacs) issued by your banker
after 01.04.2014. or credit ratings from reputed institution
such as CRISIL, ICRA etc., or Financing/Credit limits from
banks as on date etc.
Name of Bank:
Certificate date:
Solvency Value:
26
Turnover during last three financial years ( Required minimum Avg. turnover of ` 63.60 Lacs) (Please submit Turnover Certificate issued by your CA for following Financial years verification OR
submit P&L statements of following years in Balance sheet folders of each year )
Financial Year Amount ( In ` )
2010-11
2011-12
2012-13
Average Turnover for 3 years =
Date Signature and Seal of the bidder
-
ANNEXURE - I
GENERAL TERMS & CONDITIONS
1.0 DEFINITIONS
The terms repeatedly used shall mean as follows:
1.1 'Contract/work order' shall mean and include any award of work in writing with general terms and
conditions/special conditions of tender, enclosures, Annexures and subsequent amendments
thereto.
1.2 'Contract Value' shall mean the total amount payable to contractor towards the jobs actually
executed by the contractor in accordance with the order issued to contractor by RCF.
1.3 'Contractor' shall mean the bidder whose bid has been accepted by the owner and shall include
contractors heirs, legal representative, successors and assigns.
1.4 'Date of contract' shall mean the date of issue of letter of intent or the date so mentioned in the
work order.
1.5 'Owner/RCF' shall mean and include the Rashtriya Chemicals & Fertilizers Ltd. having its Registered
Office at Priyadarshini, Eastern Express Highway, Bombay-400 022, their successors, assigns or
legal representative.
1.6 'Guarantee/Warranty Period' shall mean the specified period from the date of completion of work
(as certified by RCF Engineer) during which contractor shall rectify and remove all the defects
pointed out by RCF Engineer, free of cost.
1.7 'Schedule of Rates' shall mean the bid rates of the contractor in respect of which the bid has been
accepted.
1.8 'Tenderer/Bidder' shall mean the person, firm or corporation who have submitted a tender/bid
against invitation to bids and shall include their legal representative, successors, and assigns. It
shall also include the successful tenderer whose bid has been accepted.
1.9 'Amendment order' shall mean an order given by RCF to effect additions, substitutions or
alterations in the work order.
1.10 'Work' shall mean and include all activities as specified under the scope of work.
1.11 The 'RCF Engineer" means the engineer of RCF who is duly nominated by management for giving
instructions only to the contractor for fulfilment of terms and conditions of the contract.
1.12 'Battery Limit' shall mean boundaries of continuous area within which the plants and equipments
are located.
1.13 Site shall mean that portion in plant / stores / building /open yard at RCF Thal, where work is to
be done.
1.14 'Job order' shall mean the written order issued by the RCF Engineer for a particular job.
2.0 SECURITY DEPOSIT:
2.1 This shall be as per Para H of scope of work Annexure II
3.0 LETTERS OF INTENT/CONTRACTS /AGREEMENTS:
3.1 Work order with all terms & conditions incorporated will be issued to the selected contractor in
duplicate. One copy will be signed by the contractor in token of acceptance and will be returned to
RCF
4.0 LAWS PERTAINING TO LABOUR:
4.1 This contract shall be governed by the various labour laws for the time being in force. The
contractor shall comply with all Central, State and Municipal laws and Rules and legislation in force
from time to time and shall be solely responsible to comply with all obligations and payments
there under.
No compensation will be entertained for the liabilities arising out of any provisions of any Act,
Laws, Rules and legislation, in force from time to time. In case RCF has to pay any charges for non-
compliance of any Act, Enactments, laws, Rules and Legislation in force from time to time, by the
contractor, the same shall recovered from the contractor.
4.2 Contractor shall submit all the relevant documents showing compliance of all the relevant Acts,
Laws, Rules and legislations as when called by RCF.
-
4.3 If the work entails employing more than 19 (Nineteen) contract workers, the contractor should
obtain a licence from competent authority as per provisions of The Contract labour (Regulations
and Abolition) Act, 1970.
4.4 The contractor shall be liable for payment of all claims of damages, compensation or expenses
payable as a result of any accident or injury or death sustained by workmen employed or used by
him in the execution of this contract, which he is liable to pay by rule, law or order of Government.
The expenses, if any incurred by RCF on the above will be realized from the contractor from any
amount that may be due from RCF to the contractor. If any accident or injury or death is sustained
by any worker, the contractor should immediately inform RCF of the same in writing giving full
particulars about the injured person for preparing the accident report and giving the necessary
first aid.
The contractor shall cover the workmen deployed at RCF Thal site under Group Personal Accident
Insurance and no expenses on this account shall be borne by RCF.
4.5 The Contractor shall give the address, phone no and the name of the contact person of its local
office in order to communicate efficiently.
4.6 The Contractor shall ensure that at all times the persons appointed by him to serve in the
company's premises are physically fit and are free from any disease, injury or illness, contagious
or otherwise, in order to ensure that a healthy, hygienic and clean services are maintained.
4.7 Contractor shall comply with the provisions of the Minimum Wages Act, 1948 and ensure payment
of minimum wages, as declared by Govt. of Maharashtra from time to time, to the labours engaged
by him.
4.8 The contractor shall ensure that the person or persons appointed or to be appointed by them for
service in the Company's premises do not suffer from any legal disqualification for service by
reason of his age or any law or statute in force from time to time or any other reason whatsoever.
4.9 The contractor's workmen shall be in neat and clean uniforms and with proper safety appliances
while on duty at all times.
4.10 The employees of the contractor shall be liable to be searched by the Company's Security Force
and shall have to strictly observe the Company's directions relating to cleanliness, wearing of
identification badges etc.
4.11 No employees of the contractor shall be allowed to stay on the premises of the Company beyond
the authorised working hours.
4.12 All staff employed by the contractor shall be the Contractor's employees for all intents and
purposes. After expiry/termination of the contract, the contractor shall take out all his employees
from RCF Site. RCF shall not take any responsibility regarding employment of Contractor's
employees.
4.13 Contractor shall comply with provisions of Interstate Migrant Labour Act & prior approval of GM
(O) shall be taken before deployment of Interstate Migrant Labour at site.
5.0 SAFETY OF WORKERS:
Contractor shall take clearance from Safety Officer before start of any job within factory premises,
and his advice shall be implemented.
5.1 Report of every accident minor or major must be immediately submitted to the Chief Safety
Officer, RCF Thal by site In-charge of the contractor.
5.2 Contractor's workmen must wear safety appliance e.g. helmet, gas-masks, safety belt etc. while
working.
5.3 All tools, tackles, etc. used by the contractor shall be in safe working condition and shall be
certified by the competent person as per statutory requirements, and any damaged/unsuitable
tools & tackles must be removed from the site.
5.4 Contractor shall not undertake any work within the Battery Limits of the plants, unless proper and
valid safety permit is obtained.
5.5 For any violation of safety rules, the contractor has to take appropriate action against his labours.
5.6 The contractor shall abide by all the directives of RCF and statutory bodies regarding safety of his
workmen, equipments etc.
6.0 PAYMENT OF WAGES:
6.1 Contractor shall therewith comply with the provisions of The Payment of Wages Act, 1936 and
The Minimum Wages Act, 1948.
-
7.0 MAINTENENCE:
7.1 Contractor shall clean up the area after completion of his work by removing all unused materials,
scaffolding etc. provided by him or RCF. All scrap materials shall be removed to RCF Yard, after
weighment. Contractor shall remove daily, all waste materials and shall not permit debris to
accumulate except in area earmarked for this purpose.
8.0 SUPERVISION:
8.1 The contractor will ensure that the instructions of site Engineer In-charge of the job shall be
faithfully and promptly carried out and in case the contractor, his employees or any of their
representative indulge in any illegal/unlawful activities or any misconduct, the contract/work order
may be terminated without any notice at the risks and cost of the contractor.
8.2 The contractor shall maintain continuous supervision by qualified and experienced persons on the
job. The contractor's site in-charge shall be available at site all the time so that RCF Engineer In-
charge may give necessary instructions/advice to contractor.
8.3 The contractor shall prepare and submit a CPM/Bar chart on the basis of completion time as
specified by Engineer In-charge and clearly indicate completion time of different activities, which
will be scrupulously followed.
9.0 GATE PASSES:
9.1 The contractor shall obtain gate passes duly signed by Commandant, CISF, RCF Thal or his persons.
10.0 INCOMING / OUT GOING MATERIALS:
10.1 Contractor shall prepare challans for all incoming materials belonging to him, including tools and
tackles, consumables in duplicate and shall get them endorsed at the materials gate. One copy of
all such challans shall be retained by CISF. One copy shall be maintained by the contractor to
facilitate the return of such materials after completion of the job.
11.0 SECURITY OF MATERIALS:
11.1 The contractor has to ensure for safety of his materials, tools and tackles etc.
11.2 The contractor shall at all times protect adjacent equipments or other property and shall clean up
or repair any damage caused through the failure of his protective measures. Extreme care shall be
taken regarding this, since the working place will be an operational area.
12.0 INSPECTION:
12.1 All materials supplied and / or used by contractor shall be subject to inspection by Engineer-In-
charge. Any material not meeting specific requirements will be rejected and contractor shall
replace the same immediately with material of specific type and quality.
12.2 Contractor's installation procedure shall also be subject to inspection by Engineer In-charge at all
times. Any material found to have been damaged or improperly installed shall be removed and
reinstalled promptly by the contractor without any extra cost unless the damage was caused by
others.
13.0 SCOPE OF SUPPLY:
13.1 Contractor shall make his own arrangement to carry out the job with his tools, tackles, consumable
etc. RCF shall not supply anything other than mentioned in scope of work in Annexure II.
Contractor shall also make his own arrangement for carrying materials to the site.
13.2 RCF shall supply free of cost, electricity, water and steam at one point only. Further extension shall
be in the contractor's scope.
13.3 In case of emergency, medical facility, to the extent available shall be provided on payment of
usual charges.
14.0 ISSUE OF MATERIAL BY RCF:
14.1 As regards to materials issued from RCF stores is concerned, further handling of the same shall be
in the scope of the contractor.
-
15.0 WORK SCHEDULE:
15.1 On receipt of the work order, the contractor shall submit to RCF for approval, a detailed work
schedule showing all the activities for completion of the work. The work shall be completed as per
this schedule approved by RCF.
16.0 EXTRA WORK:
16.1 In case any extra work other than the works specified in RCF's order arises, the same shall be done
after RCF's approval and issue of amendment to this affect. Payment for any extra work done
without prior approval of RCF may not be released.
17.0 RETURN OF RCF'S MATERIAL:
17.1 When RCF's material is issued to contractor for repair work, the balance material and the scrap
generated from RCF's materials shall be returned to RCF after completion of the work.
18.0 PERFORMANCE GUARANTEE / WARRANTY:
PERFORMANCE GUARANTEE / WARRANTY shall be as per clause no H of scope of work Annexure
II.
19.0 COMPLETION TIME:
19.1 The completion time shall be as specified in the scope of work of NIT/work order.
20.0 LIQUIDATED DAMAGES:
20.1 LIQUIDATED DAMAGES Shall be as per clause no I of scope of work Annexure II.
21.0 TERMINATION OF CONTRACT:
21.1 RCF may terminate the contract in part or in full for its convenience by giving 3 days notice.
Default on the part of contractor shall be treated as breach of contract, and in that case RCF
reserves the right to terminate the contract and forthwith forfeit earnest money deposit and/or
security deposit and get the job done by a third party in part or in full at the risk and cost of the
contractor. RCF also retains the option of debarring the contractor from participating in future
tenders for any specific period. Payment for the work completed at the time of termination of the
contract shall be mutually settled.
21.2 RCF shall have right to termination the contract, if the contractor is unable or fails or neglects to
execute the work covered by the contract. Any loss incurred by RCF in this respect will be to the
'Contractor's account. RCF will also have the right to get the job done by a third party in part or in
full at the risk & cost of the contractor.
21.3 TERMINATION OF CONTRACT FOR CONVENIENCE:
RCF may also by express order/notice terminate the contract, in whole or in part, at any time for
their convenience. The notice of termination shall specify that termination is for RCF's
convenience, the extent to which performance of work under the contract is terminated and date
upon which such termination becomes effective.
Payment shall be made to the contractor for the work that is complete, at the time of issue of
notice of termination as per the terms of the contract.
22.0 PAYMENT TERMS:
22.1 Payment terms shall be as mentioned in Scope of Work Annexure-II at clause/Para No. M.
22.2 Normally, payment shall be released within 30 days from the date of receipt of bill, complete in all
respects.
22.3 No claim for interest or any other compensation shall be entertained in respect of earnest money
or in respect of any money which may be in RCF's hand owing to any dispute between RCF and
Contractor or in respect of any delay on the part of RCF in making interim or final payment.
-
23.0 CONTRACT VALUE:
The contract value shall be computed as follows:
23.1 The total contract value shall be inclusive of all taxes, duties, octroi etc. and remain firm without
any escalation till the entire work under the order is completed.
23.2 When the contract is awarded on unit rates basis, value of contract mentioned in the order shall
be indicative and payment shall be released depending upon the actual work executed. However,
the unit rates shall remain firm without any escalation, for the entire contract period.
23.3 RCF reserves the right to recover the amount due from the contractor, from the bills payable under
this contract.
24.0 VALIDITY OF CONTRACT:
24.1 The contract shall be valid for a period as mentioned in scope work i.e. up to 31-05-2016
25.0 SUB-CONTRACT:
25.1 The contractor shall not subcontract the job or part of it to any other agency without the written
permission of RCF. In case RCF permits to employ a subcontractor if found competent and in the
interest of the work, it shall not imply any limitation of contractor's liability to fulfil the work order.
Main responsibility lies with the contractor.
26.0 INCOME TAX DEDUCTION:
26.1 Income tax as per the provision of Income Tax Act shall be deducted from the contractor's bills
and certificate of 'Tax Deduction at Source' shall be furnished by RCF.
27.0 DISPUTES AND ARBITRATION:
27.1 In the event of any question, dispute or difference arising under this contract, the same shall be
referred to the sole arbitration of a person appointed to be the arbitrator by CMD, RCF. It will be
no objection that the arbitrator is in service of RCF or that he had to deal with the matters to which
the contract relates or that in the course of his duties as an employee of RCF he had expressed
views on all or any of the matter in dispute or difference. The arbitrator shall give a reasoned or
speaking award. The award of the arbitrator shall be final and binding on the parties to this
contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or being
unable to act for any reason, it shall be lawful for the CMD, RCF to appoint another arbitrator in
place of outgoing arbitrator, in the manner aforesaid. The venue of Arbitration shall be Mumbai.
The work under the contract shall continue during arbitration proceedings unless the matter is
such that the work cannot be continued until the decision of arbitration is obtained.
27.2 Jurisdiction of Court: The contract shall be deemed to have been entered into at Mumbai and all
courses of action in relation to the contract will thus be deemed to have been arisen only within
the jurisdiction of the Mumbai Court. In the event of any dispute or difference between RCF and
any other public sector undertaking or between RCF and Govt. Department, relating to the
interpretation and application of the provisions of the contract, such dispute or difference shall be
referred by either party to the arbitration machinery provided by the department of Public
Enterprises.
28.0 FORCE MAJEURE:
The force majeure conditions are as follows:
28.1 Neither the contractor nor RCF shall be considered in default in the performance of their
obligations as per the contract, so long as such performance is prevented or delayed because of
legal strikes, war, hostilities revolution, civil commotion, epidemics, accidents, fire, cyclone, flood
or because of any law and order proclamation, regulation or ordinance of government or
subdivision thereof or because of any act of God, provided it shall promptly, in any case not later
than 14 days of happening of the event, notify the other, the details of the force majeure and the
influence on its activities under the contract. The proof of existence of force majeure shall be
provided by the party claiming it, to the satisfaction of the other.
28.2 Should either party be prevented from fulfilling the obligation provided for in the contract by the
existence of cause of force majeure lasting continuously for a period exceeding 8 months, then
the parties shall consult immediately with each other with regard to the future implementation of
the contract.
-
28.3 In the event of indefinite delay, even if arising out of reasons due to force majeure, RCF shall have
the right at their discretion to cancel the order or part of the order without any liability on their
part to make any payment to the contractor, while reserving the right to claim refund of any
payment if advanced or paid to the contractor.
29.0 APPLICABILITY OF TERMS AND CONDITIONS:
29.1 The terms and conditions mentioned in the scope of work (Annexure II) shall prevail over the terms
and conditions mentioned elsewhere in the NIT work order.
29.2 In case of contradiction in the specifications, more stringent of them shall prevail. The decision of
RCF Engineer shall be final in this regard and binding on the contractor.
30.1 RCF'S lien on all money dues:
RCF shall have a lien on and over all or any money that may become due and payable to the
contractor under these present, and/or also on and over the deposit or security deposit amount
or amount made under the contract and which may become repayable to the contractor under the
conditions in that behalf herein contained for or in respect of any debt or sum that may become
due and payable to RCF by the contractor either under this or under any other contract or
transaction of any nature whatsoever between RCF and the contractor. In addition RCF shall at all
times be entitled to deduct that paid debt or sum due by the contractor from the money, securities
or deposit which may become payable to the contractor.
30.2 DECLARATION OF RELATIONSHIP:
Contractor shall disclose at the time of tender, the names of relative/persons employed directly
with RCF Thal. Tenderer should also disclose names of his/her shareholder who are employers of
RCF Thal. Should a tenderer have a relation or relations, or in the case of a firm or company, one
or more of its shareholders employed in RCF shall be informed at the time of submission of the
tender, failing which RCF may in its sole discretion reject the tender or rescind the contract.
30.3 REJECTION OF TENDERS:
Tenderers who do not fulfil any of the conditions mentioned herein above or any incomplete in
any respect are liable to be summarily rejected. The acceptance or rejection of any or all tenders
is sole discretion of management. Management may accept or reject any or all tenders without
assigning any reasons.
i) To accept the tender in part and not entirely without assigning any reason.
In case the tender is from Govt department, public sector, RCF shall have right to give preference
as per government guidelines.
Decision of RCF shall be final in regards to all matters relating to this tender.
The following tenders will be liable to summarily rejected.
i) Tenders submitted by tenderers who resort to canvassing.
ii) Tenders which do not fulfil all or any of the condition laid down in the tender documents or
incomplete in any respect.
iii) Tenders which contain uncalled remarks or any alternative / additional conditions.
iv) Conditional tender.
-
ANNEXURE- IA
1.0 INSTRUCTIONS TO TENDERERS
The tenderers shall note the following before submitting the tender.
1.1 CLARIFICATION OF TENDER:
The tenderer may visit RCF Thal at his own expenses to get acquainted with the work involved and
other details. In case any clarification is required, the tenderer is advised to contact the concerned
Plant Engineer.
1.2 RATES:
Quotations shall be submitted strictly in a manner specified under Schedule of Rates to facilitate
comparison of rates. The tenderer shall quote their rates in prescribed tender form only. Erasures as
well as corrections in figure without tenderers signature may be treated as rates not quoted for
that item and dealt with accordingly. If there is error in calculation with respect to rate and the total
value, then such total value for that line item, and / or if there is an error in arriving at grand total
of all totals of individual line items, then such grand total for all items quoted by the bidder will be
taken in to consideration for the purpose of evaluation. Similarly, if an amount is expressed in figures
as well as words, the amount given in words will prevail.
1.3 VALIDITY OF OFFER/ TENDER:
Validity of offer shall be as mentioned in covering letter of NIT and shall be from last date of bid
submission date/extended date. If any tenderer unilaterally withdraws or revokes his tender or
revises the tendered rates for any item within the validity of offer his Earnest Money Deposit will be
forfeited and offer will not be processed further.
RCF reserves the right to extend the last date of submission of tenders.
1.4 The tenderer will return all the tender forms duly subscribed by authorised person / Proprietor /
Partner on every page together with the companys stamp as a token of their acceptance of the
terms and conditions.
1.5 EARNEST MONEY DEPOSIT:
The tenderer shall submit Earnest Money Deposit (EMD) in following form. Cheques are not
acceptable.
1. For EMD amount up to Rs.1
Lakh:
Demand Draft from any Nationalized Bank and Payable to RCF
Ltd. at S. B. I. Thal Vaishet Branch, Code No.7289
2. For EMD amount above Rs.1
Lakh:
Bank Guarantee (BG) executed by RCF approved list of bankers
as per enclosed RCF Proforma, on a stamp paper of Rs.200/-.
The BG shall remain valid for a period of six months from the
due date of opening of the tender.
Foreign tenderers can also submit EMD in form of BID Bond as per Pro-forma enclosed. This bank
guarantee shall be counter guaranteed by STATE BANK OF INDIA, SWASTIK CHAMBER, CHEMBUR,
MUMBAI.
No interest is payable on EMD.
SSI units registered with N.S.I.C. for the tendered works is exempted from submitting EMD.
This is subject to the following:
a. SSI units should have been registered with NSIC for the tendered items
b. The monetary limit indicated in the NSIC registration certificate should cover the value
of items ordered.
c. Registration Certificate should be valid as on the date of order
Photocopy of valid NSIC registration certificate must be enclosed. .
The EMD of unsuccessful tenderers will be refunded on finalization of order with the successful
tenderers.
-
1.6 SUBMISSION OF DOCUMENTS:
Following documents shall be submitted along with the tender if not submitted earlier.
a) A statement duly signed declaring the names of the officers of RCF who are related to
them and if otherwise, same may be clearly indicated in the statement.
b) A declaration from the bidder that he has not been banned and de-listed by any
Government Department/ Financial Institution/ Court of Law./other Central or State
level PSUs .(A standard format of declaration shall be incorporated in all NITs).
1.7 Cost of Bidding :
The bidder shall bear all costs associated with the preparation and submission of bid and neither
RCF nor its nominee / its consultants will be responsible or liable for these costs, regardless of
conduct or outcome of the bidding process.
1.8 Opening of Bids :
Unless otherwise specified, the bids received by RCF will not be opened in presence of the
bidders. However press tenders shall be opened in presence of bidders.
1.9 Negotiations :
Normally, RCF may not conduct any negotiations. However, RCF reserves the right to conduct
negotiations, if the conditions so warrant.
***********************************************************************************************************
-
Annexure IB
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
Prequalification Criteria.
The bidders shall submit the following prequalification documents along with their offer in a separate
envelope titled PREQUALIFICATION DOCUMENTS.
PREQUALIFICATION CRITERIA:
TECHNICAL PREQUALIFICATION CRITERIA FOR Hiring Engineering and Project Management services
for de-commissioning, Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage
tank.
As a documentary proof bidder shall submit the self-attested photo copies of the following documents
01. The bidder should have executed at least two jobs of inspection including NDT and re-
commissioning of Atmospheric pressure liquid Ammonia Storage Tank of a capacity of at least
5000 MT in last ten years (from date of the tender enquiry), in support of which the bidder shall
submit self-attested copy of the work order , and scope of work there in.
02. The bidder shall also submit a satisfactory job completion certificate issued by their clients, for
these reference jobs, along with the contact details like contact person, address, telephone no., e-
mail address etc. for whom the above reference jobs have been executed.
03. In case bidder is not in a position to submit a satisfactory job completion certificate issued by
clients, RCF shall attempt to obtain the same from the clients based on the contact detailed
provided by the bidder as above. In case RCF is also not able to get the required satisfactory job
completion certificate, the offer of the bidder shall be rejected.
04. Solvency certificate/Credit Rating or Credit Limit from reputed bank for ` 84.80 Lacs minimum and
issued after 1.04.2014 only.
05. Provident Fund Registration details.
06. PAN details.
07. Service tax registration no., ST code no., ST category name, ST category accounting code no.
08. VAT / TIN details.
09. Ownership of the company with name, addresses & telephone nos. of the
proprietors/partners/directors.
10. Copy of the partnership deed/proprietorship/Memorandum of article of association.
11. Audited Profit & loss account/Balance sheet/IT returns for the last three years. Average annual
financial Turnover during the last three years, ending 31st March 2014, should be at least ` 63.60
Lacs
12. A statement duly signed declaring the names of related officers at RCF, Thal.
RCF reserves the right to accept or reject any or all tenders in part or in full without assigning any reason
thereof whatsoever.
Note:
01. Mere fulfilment of above eligibility criteria will not automatically ensures partys qualification /
short-listing for the job and RCF decision on this matter will be final & binding.
02. All the documents shall be duly signed and stamped by the applicant, on each page.
-
ANNEXURE IC
Sheet 1 of 7
Modalities for Works Contract through Reverse Auction:
The following steps noted below shall be the general methodology for carrying out the process of works
contract through the route of Reverse auction. Please note that some of the steps enumerated may
vary or be replaced / deleted in order to accommodate for certain systemic or procedural compliance.
1. The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2 separate envelope parts- (a) Technical & Un-priced Commercial Bid and (b) Price Bid.
The Technical & Un-priced Commercial Bid shall contain along with the duly filled-in requisite
Annexures, the Format A - Process Compliance Form (as per attached format) on bidders
letterhead, confirming acceptance of all the terms for participating in the Reverse Auction. Non-
acceptance / Non-submission of the Process Compliance Form shall be a basis for rejection of the
offer.
2. The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date and time as per the NIT, in the presence of the representatives of those bidders who choose to
remain present.
3. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercial acceptability including the pre-qualification criteria. The offers not fulfilling the
technical criteria as per the NIT shall be rejected outright.
4. The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer which meets the NIT requirements, technically (including pre-qualification criteria) and commercially, shall
be eligible for further consideration. Before opening of the Price Bids, offers of all techno-
commercially acceptable tenderers shall be at par. The tenderers whose offers qualify shall be
intimated regarding the due date and time of opening of price bid. The bidders have the option of
attending the opening of the Price Bids at the due date and time.
5. After opening the price bids and arriving at evaluated cost to RCF, the tenderers whose price bids have been opened shall be required to participate in the Reverse Auction event conducted by the
RCFs Service Provider.
6. It shall be RCFs discretion to use the Lowest Evaluated Cost (Unit Rate) obtained amongst the Price Bids opened or any other price as decided by RCF as the Opening Bid Price for the Reverse Auction.
Business Rules for Reverse Auction:
A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET)
1. For the reverse auction, technically and commercially acceptable tenderers only shall be
eligible to participate.
2. RCF through authorized service provider will provide all necessary training and assistance
before commencement of on line bidding on Internet.
3. RCF will inform the tenderer in writing the details of service provider including contact
details to enable them to contact and get trained.
4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be
communicated through service provider for compliance.
5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed
Format A Process Compliance Form along with the un-priced commercial bid. Without this
said form, the tenderer will not be eligible to participate in the tender.
-
ANNEXURE IC
Sheet 2 of 7
6. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the
valid Certifying Authority approved by Government of India for participation in the Reverse
Auction event at the time of submission of offer. The cost of digital signature will be borne
by respective tenderer.
7. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer, if any, the start
of reverse auction which will help to arrive at Evaluated Cost to RCF as detailed in NIT.
8. Reverse auction will be conducted on schedule date & time.
9. At the end of reverse auction event, the evaluated lowest tenderer cost will be displayed on
the auction website.
10. The lowest tenderer has to fax / e-mail the duly signed filled-in prescribed Format B Price
Confirmation as provided to RCF immediately after closing of reverse auction event .
11. The reverse auction will be treated as closed only when the bidding process gets closed in
all respects for the item listed in the Reverse Auction (RA) event.
B. Business Rule for finalization of the works contract:
Please go through the guidelines carefully given below and submit your acceptance to the same
in the attached prescribed Format A Process Compliance Form along with the un-priced
commercial bid.
1. Reverse Auction (ON-LINE BIDDING ON INTERNET) shall be conducted by RCF, on pre-
specified time & date, the tenderers shall be quoting from their own offices/ place of their
choice. Internet connectivity and other paraphernalia requirements shall have to be ensured
by tenderers themselves. In order to ward-off such contingent situation like internet
connectivity failure, power failure etc., tenderers are requested to make all the necessary
arrangements / alternatives whatever required so that they are able to circumvent such
situation and still be able to participate in the reverse auction successfully. However, the
tenderers are requested to not to wait till the last moment to quote their bids to avoid any
such complex situations. It is to be noted that either RCF or RCFS SERVICE PROVIDER shall
not be responsible for these unforeseen circumstances
2. RCFS SERVICE PROVIDER shall arrange to train the nominated person(s) of the tenderer,
without any cost. Service provider shall also explain all the Rules related to the Reverse
Auction mentioned in the Business Rules Document to be adopted, as per NIT.
3. OPENING PRICE / BID DECREMENT: The opening bid price of the Reverse Auction and the
bid decrement value shall be available to the tenderers on their respective bidding screen.
4. BID PRICE: The Tenderer has to quote the Evaluated Cost to RCF for the items specified. Any
techno-commercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to
tenderers prior to Reverse Auction event in the form of Evaluation sheet.
5. Procedure for Reverse Auctioning
a. Reverse Auction: RCF will declare its Opening Price (OP), which shall be displayed to all
tenderers during the start of the Reverse Auction. The tenderer will be required to start
bidding after announcement of Opening Price and decrement amount. Opening Price
displayed on screen is evaluated price to RCF. The first online bid and the subsequent
bids, received in the system during the event shall be less than the Auction's opening
bid price by one decrement or multiples of decrement.
-
ANNEXURE IC
Sheet 3 of 7
b. Reverse Auction shall be for a period of 60 minutes or as per RCFs requirement. If a
tenderer places a bid in the last 5 minutes of closing of the Reverse Auction and if that
bid gets accepted, then the auctions duration shall get extended automatically for
another 5 minutes, for the entire auction (i.e. for all the items in the auction), from the
time that bid comes in. The auto-extension will take place only if a bid is received &
accepted in those last 5 minutes. If the bid does not get accepted, the auto-extension
will not take place. In case, there is no bid in the last 5 minutes of closing of Reverse
Auction, the auction shall get closed automatically without any extension. However,
tenderers are advised not to wait till the last minute or last few seconds to enter their
bid during the auto-extension period to avoid complications related with internet
connectivity, network problems, system crash down, power failure, etc.
c. After the completion of Reverse Auction, the Closing / Final Price (CP) shall be available
on auction screen.
d. At the end of the reverse auction, L1 tenderer (i.e. tenderer who has quoted lowest final
closing price) has to provide price confirmation giving a detail break up through email
or fax on tenderers letter-head immediately as per attached prescribed FORMAT B
Price Confirmation.
6. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole
discretion, may decide to reschedule / scrap the Reverse Auction process / proceed with
conventional mode of tendering / or finalize the tender based on Prices Bid submitted in
the envelope
7. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF.
Bids once made by tenderer, cannot be cancelled or withdrawn.
8. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the
other bidders for matching in case RCF decides to have more than one vendor. The bidders
shall be offered to confirm FINAL / Closing Price in Reverse Auction in sequence of their
ranking in Final Price offered during Reverse Auction event.
9. The tenderer shall be assigned a Unique User Name & Password by RCFS SERVICE
PROVIDER. The tenderer are advised to change the Password and edit the information in
the Registration Page after the receipt of initial Password from RCFS SERVICE PROVIDER to
ensure confidentiality. All bids made from the Login ID given to tenderer will be deemed to
have been made by them.
10. The tenderer will be able to view the following on screen along with the necessary fields in
the Reverse Auction:
Leading Bid in the Auction (Current Lowest Rate)
Bid placed during the event
Opening Price & Decrement Value.
11. RCFs decision for award of Contract shall be final and binding on all the Tenderers.
12. RCF shall not have any liability to tenderers for any interruption or delay in access to the
site irrespective of the cause.
-
ANNEXURE IC
Sheet 4 of 7
13. The tenderer will be required to submit their acceptance to the terms / conditions / modality
given above before participating in the reverse auction.
C. Other terms & conditions
The Tenderer shall not indulge either by himself or through any of his representatives in
Price manipulation of any kind ether directly or indirectly and shall not divulge, in any
manner, the details of rates and other information connected with the tender to other
vendors / tenderers.
The Tenderer shall not divulge particulars of his Bids or any other exclusive details of RCF
to any other party.
RCF and/or RCFS SERVICE PROVIDER shall not have any liability to Tenderers for any
interruption or delay in access to the site irrespective of the cause.
RCF and/or RCFS SERVICE PROVIDER is not responsible for any damages, including
damages that result from, but are not limited to negligence.
RCF and/or RCFS SERVICE PROVIDER will not be held responsible for consequential
damages, including but not limited to systems problems, inability to use the system, loss of
electronic information etc.
-
ANNEXURE IC
Sheet 5 of 7
FORMAT A
Process Compliance Form
(Tenderers are required to print this on their companys letter head and sign, stamp)
To
The Deputy General Manager (MES)
M/s. RCF Ltd.
Thal Unit, Alibag 402208.
Attention :
Sub.: Acceptance to the process related Terms & Conditions for the Reverse Auction.
Dear Sir,
This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT NO..
We hereby confirm the following :
1) The undersigned is authorized representative of the company.
2) We have carefully gone through the NIT, Tender Documents and the Business Rules governing
the Reverse Auction as well as this document.
3) We also confirm that we will undergo the training by RCFs SERVICE PROVIDER on the auction
tool and the functionality of the same..
4) We confirm that RCF and RCFS SERVICE PROVIDER shall not be liable & responsible in any
manner whatsoever for my/our failure to access & bid on the e-auction platform due to loss of
internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen
circumstances etc. before or during the auction event.
5) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority and
self attested copy enclosed
6) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted
price as per FORMAT B Price Confirmation after the closing of reverse auction event
We, hereby confirm that we will honour the Bids placed by us during the auction process.
With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
Address of Company / Organization
E-mail Id:
Tel no:.
Mobile no. :
Sign this document and Fax at + 91 - 02141-238071, 238091, 238206
-
ANNEXURE IC
Sheet 6 of 7
FORMAT B
Price Confirmation
(Tenderers are required to print this on their companys letter head and sign, stamp before faxing)
To
The Deputy General Manager (MES)
M/s. RCF Ltd.
Thal Unit, Alibag 402208.
Kind Attention: Mr. P. G. Pawar, Deputy General Manager (MES/IES)
Sub: Final price quoted during Reverse Auction and price break up
Ref.: 1. RCF NIT no:
2. Reverse Auction dt.
Dear Sir,
We confirm that we have quoted the final price
1. ---------------------------------------------------- (in words & figures)
(Price quoted on Evaluated cost to RCF basis)
as our final lump sum prices during the Reverse Auction conducted on _________ (date)
(Price Breakup attached as per RCF evaluation sheet (excel) format)
With regards
Signature with company seal
Name
Company / Organization
Designation within Company / Organization
Address of Company / Organization
E-mail Id
Tel no.:
Mobile no:.
Sign this document and Fax at + 91 - 02141-238071, 238091, 238206
-
ANNEXURE IC
Sheet 7 of 7
CONTACT INFORMATION
C1 India Private Ltd.
Mumbai
Rashtriya Chemicals & Fertilizers Ltd.
Thal, Alibag.
Tel. :+91-22-66865600,
+91-22- 66865610
M/s. C1 India Ltd.
Mr. Irshad Rana
(Mob: 09725042450)
Mail : [email protected]
Mr. Chandan (Mob: 09930315405)
Mail : [email protected]
Concerned Officer: Mr. P.G. Pawar
Designation : Dy.GM (MES)
Contact No. : 02141-238016
Email-Id : [email protected]
-
Annexure II
Sheet 1 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
Scope of work
A) Scope of Inspection activities
The Liquid Ammonia Storage tank (20,000 MT capacity) was erected and commissioned in 1984.This
tank is an insulated single wall tank having 32 ME height (excluding roof dome which is 3.88 ME in
height) & 35 ME diameter and operates at atmospheric pressure. The GA drawing of the Tank No.
TH/011/9508 Rev.0 is enclosed.
Bidders may visit the site with their own expenses, with prior appointment, if they wish to acquaint
themselves with the tank and the scope of work.
Party has to depute expert process engineer for de-commissioning of the tank, under whose supervision
the activity shall be carried out. After decommissioning, tank will be taken up for detailed inspection
and following tests will be carried out. (Shall be paid separately as per schedule of rates at Sr No. 2)
1. Inspection of Tank Bottom:
1.1. Visual inspection of entire tank bottom from inside i.e. Annular Plates and sketch plates.
1.2. Thickness measurements of bottom plate at two points to be selected on each plate and
recording it on drawing and comparing the results with earlier records / design requirements.
1.3. Vacuum box test of shell to bottom welding of tank from inside.
1.4. Vacuum box test of tank all bottom plates (annular and sketch Plates).
2. Inspection of Tank Shell from Inside:
2.1. Visual inspection of anchors, roof compression ring knuckle joint from inside, roof rafters at
periphery, shell plates from inside up to entire height from tank bottom level.
2.2. Surface crack detection to be carried out by Wet Fluorescent Magnetic Particle Inspection
(WFMPI) of all butt weld joints on all shell courses i.e. from 1st shell course to 17th shell course.
2.3. Thickness measurements of shell plates at two points to be selected on each plate and profile
matching, recording it on the drawing and comparison with earlier records / design
requirements.
2.4. Wet Fluorescent Magnetic Particle Inspection (WFMPI) of all attachment welds on all shell
courses.
2.5. Hardness measurement of shell plates at two points to be selected on each plate and recording
the same on the drawing and comparing it with earlier records / design requirements.
2.6. Metallographic test at one point to be selected on each plate.
3. Inspection of Tank Shell outside (up to 2.5 meter height):
3.1. Surface crack detection by Wet Fluorescent Magnetic Particle Inspection (WFMPI) of all fillet
welds of stopper plates to anchor plate.
3.2. Visual inspection and surface crack detection by Wet Fluorescent Magnetic Particle Inspection
(WFMPI) of fillet weld joints for anchor clamps.
-
Annexure II
Sheet 2 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
3.3. Surface crack detection of butt welds of all anchors to plate by Wet Fluorescent Magnetic
Particle Inspection (WFMPI).
3.4. Wet Fluorescent Magnetic Particle Inspection (WFMPI) of shell to bottom joint on first shell
course.
3.5. Visual Inspection of the shell plates up to height of 2.5 meters.
4. Inspection of Tank roof:
4.1. Visual Inspection of the plates, rafters and compression ring joints to be carried out only at the
periphery.
4.2. DP test examination of shell to roof compression ring joint of entire joint from inside.
4.3. Digital thickness measurement of the plates and rafter to be carried out only at the periphery
of the shell from inside.
5. Inspection of all nozzles:
5.1. Visual inspection of all nozzles including the reinforcing pad plates, if any.
5.2. Surface crack detection of all butt welds and fillet welds by Wet Fluorescent Magnetic Particle
Inspection (WFMPI).
5.3. Thickness measurements of nozzles necks (i.e. pipes) and comparing the results with earlier
records / design requirements.
5.4. Leak test of reinforcing pads using air and soap solution.
6. Other tests to be carried out:
6.1. Hydrostatic test (water in tank).
6.2. Hydro pneumatic test of tank and safety valve pop test /vacuum operation.
6.3. Vacuum Test after hydro-pneumatic test.
7. Third Party Inspection (TPI) Agency:
The bidder shall engage a reputed and recognized 3rd party inspection agency (M/s Lloyd Register Asia,
Mumbai / M/s. TUV only) and the certification regarding healthiness / Integrity of tank etc. shall be
provided by this agency. The participation of this agency on the job would be limited to mechanical
works at different stages of inspection as required by the bidder / RCF. Detailed TPI scope is mentioned
at clause no. B Sr. no. 4 of Annexure-II
Note: In case, any relevant indications are observed during any of the above NDT inspections / tests
detailed above, further investigation and rectification work shall also be carried out by the bidder.
-
Annexure II
Sheet 3 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
B) Scope of Supply of materials and services by the bidder
Following shall be scope of supply of services and materials by the bidder for the job of inspection and
re-commissioning of the 20,000 MT Ammonia Storage Tank.
1. The engineering services to be rendered by the bidder shall include the following -
1.1. HAZOP Study with recommendations for safe de-commissioning & isolation of storage tank.
1.2. Detailed engineering and project management services for the complete job.
1.3. Preparing and issuing the procedure for de commissioning of the storage tank.
1.4. Cutting of manhole & making the tank free of ammonia and certified for human entry.
1.5. Isolating tank / blinding & de-blinding / Dismantling / reconnecting of temporary / permanent
piping, instruments, valves etc.
1.6. Deputing expert process engineer for de-commissioning of the tank, under whose supervision
the activity shall be carried out. (Shall be paid separately as per schedule of rates at Sr No. 2)
1.7. Preparing and issuing the procedure for re commissioning of the storage tank.
1.8. Deputing expert process engineer for re-commissioning of the tank, under whose supervision
the activity shall be carried out and tank shall be taken in line. (Shall be paid separately as per
schedule of rates at Sr No. 2)
1.9. Preparation and issuing of procedures for various NDT/inspections and getting the same
approved by the TPI agency. These procedures shall be followed for all the site activities for
this job.
1.10. Study of the existing tank instrumentation and providing suggestions for testing and
improvement of the same.
2. The material supplies to be rendered by the bidder shall include the following
2.1. Supply of material (Insulation + Aluminum Sheeting) for PUF insulation for shell up to a height
of 2.5 ME from tank bottom.
2.2. Supply of material (Insulation + Aluminum sheeting) for PUF insulation for all nozzles up to 1st
flange / isolation valve from the outer surface of the tank.
2.3. Supply of Epoxy Zinc Phosphate primer paint of Asian Paint or Berger or Kansaai Nerolac make
only for shell outside up to a height of 2.5 ME from the tank bottom and for nozzles. The brand
of the paint shall be clearly specified in the technical bid.
3. The NDT / inspection and other services to be rendered by the bidder shall include the following -
3.1. Carry out necessary inspection as detailed above and supervision of these inspection
requirements for the tank.
3.2. Erection and dismantling of suitable scaffoldings / platforms required to carry out the NDT /
tests safely. Party to bring and use their own scaffolding material.
3.3. All the material & labour, adequate material handling facilities etc. required for carrying out
the NDT / tests and repairs if any. Repair charges shall be paid separately as per schedule of
rates at Sr no. 7.
3.4. Compilation of the inspection reports, collating, numbering and indexing them and submitting
them in a proper folder (4 copies) and in electronic soft form (1 CD).
3.5. Removal for inspection purpose and re-application of PUF insulation with sheeting for shell up
to a height of 2.5 ME from tank bottom.
-
Annexure II
Sheet 4 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
3.6. Removal for inspection purpose and re-application of PUF insulation with sheeting for all
nozzles up to 1st flange / isolation valve from the outer surface of the tank.
3.7. Application of primer paint for shell up to 2.5 m from bottom as per approved procedure
including surface preparation of tank shell.
3.8. Re-application of in-situ foamed PUF application for the tank shell, nozzle necks and other
areas, which has been removed for carrying out NDT / inspection tests. This shall also include
surface preparation like cleaning, application of paint & primer, installation of new corrugated
aluminum sheet. The bidder shall ensure proper bonding of the new insulation with the old
insulation (i.e. at their interface), so that there is no gap and ice-formation is avoided in service.
The bidder shall confirm this aspect in the Technical part of the bid and at time actual execution,
get the procedure approved from the TPI agency.
4. Engagement of Third party inspection (M/s LRA / TUV only)
4.1. The TPI agency shall approve all procedures for carrying out various inspections / NDTs on the
tank including hydro-pneumatic test.
4.2. The TPI agency shall approve all procedures for carrying out mechanical repair jobs, as required
to be carried out on the tank shell / anchors / nozzles etc. This shall also include the procedure
to be followed for re-welding of Tank manhole, stage & final inspection during repair work etc.
4.3. The TPI agency shall also review the personnel who would then carry out the NDTs on the job.
4.4. The TPI agency shall carry out the periodic review of all the NDTs while they are being carried
out at site.
4.5. The TPI agency shall also review and approve the procedure to be followed for re-application
of in-situ foamed PUF cold insulation including the method to be followed for the insulation at
interface of the new and old (existing) insulation. This is to ensure that there is no gap and ice-
formation is avoided in service
4.6. Review of the results of the NDTs carried out by the TPI agency.
4.7. The TPI agency shall witnessing the hydro-pneumatic test.
4.8. The TPI agency shall also issue certification for the integrity of the tank.
5. Repair
5.1. Whatever the repair job/mechanical work arrived after testing the same has to be
rectified/repaired/to be done by the contractor. (Shall be paid separately as per schedule of
rates at Sr No. 7)
5.2. All the things except mentioned in RCFs scope at para C, are in the scope of contractor.
-
Annexure II
Sheet 5 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
C) Scope of Supply of materials and services (i.e. responsibilities) of RCF
1. Decommissioning of tank under supervision of the expert deployed by the bidder.
2. All hardware like temporary piping, instruments for re commissioning.
3. Re-commissioning activities as per approved procedure. Re-commissioning shall be carried
out under supervision of the expert deployed by the bidder.
4. Consumables like steel plate, welding electrodes, filler wires, argon gas etc. required for
carrying out the repair activities. However other consumables required for NDT / inspections
/ tests / repair job (like buffing wheels, power brush wheels, sander leaves, grinding or
cutting wheels, cleaners etc.) are in scope of the bidder.
5. Supply of all valves, flanges, tank nozzles, roof hand railing, attachments, plates, gratings
with test certificates etc. as identified by RCF for replacement/repair.
6. Overhauling of valves & calibration of all instruments as identified by RCF, testing and
calibration of tank safety valves and vacuum relief valves at RCF workshop.
7. Water/Air required for hydrostatic testing and Pneumatic testing of tank.
8. Disposal of vapour ammonia generated during tank re commissioning.
9. Ammonia liquid / vapour required for re commissioning.
10. To provide sufficient operating & maintenance staff for de-commissioning & re-
commissioning of the storage tank.
11. Adequate levelled land near job site to be allotted to store materials and to facilitate
prefabrication / other preparatory works.
12. Both ordinary / flame proof lighting arrangement required for inspection inside / outside the
tank.
13. Barricading arrangements required during execution of the project.
14. Laboratory assistance during re commissioning phase.
15. Nitrogen required for re commissioning, along with gas dispensing unit with vaporizer at
project site.
16. Sufficient electrical power and plant / instrument air.
17. Any other work not included in bidders scope of work but necessary to complete the job.
18. Make available all drawings, documents and records pertaining to tank.
19. Supply of necessary items required for the re-commissioning & re-commissioning of the
ammonia storage tank.
20. Breaking of the RCC dyke wall, if required, on periphery of the tank as per site requirements
in order to facilitate the removal and bringing in of materials and reconstruction of the same
after completion of job.
21. All the electrical and Instrumentation works etc., which are required to complete the work.
22. Disposal of ammonical oil sludge.
23. To facilitate tank entry and inspection work, hot work, cold work etc. without interruption
and to monitor and provide safety permits.
24. Radiography if required shall be arranged by RCF.
-
Annexure II
Sheet 6 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
D) Safety Precautions to be taken by the contractor while executing the job
1. Usage of all the safety gadgets like safety helmets, safety belts with anchor lines, safety goggles,
dust-masks, hand-gloves & other PPEs etc. by contractors manpower is mandatory and shall
be in the scope of contractor.
2. The contractor has to follow all the RCF Safety Rules and Regulations.
3. Safety Work Permit shall be issued to carry out the various activities connected with the job.
The permits have to be displayed, renewed, re-issued as per the schedule indicated on the
permit.
4. All the contractors personnel, including those of the other agencies lined-up by them, shall be
certified for fitness by the occupational health specialist of RCF before starting the job. Any
person found not fit shall not be allowed to work at site.
5. Contractor has to arrange insurance as per workmen compensation Act 1926, labour license etc.,
of all his manpower engaged for carrying out the job. This should include all the special clauses
like work inside confined space, work at height etc. as shall be applicable.
6. The contractor shall use specially trained & skilled manpower for carrying out the job inside the
storage tank.
7. The contractor shall post their Safety officers at site, for continuous supervision and
coordination of work till the job is completed.
8. The contractor shall prepare detailed Safe Working Procedure & Job Hazard Analysis and submit
it to RCF & get it approved well in advance. The same shall be jointly reviewed & revised from
time to time.
E) Completion Time:
Completion Time schedule each activity shall be as per following:
i. De-commissioning of the tank and making safe for human entry 6.0 weeks
ii. Removal of oily sludge & cleaning of the tank from inside 1.0 weeks
iii. Scaffolding erection & Inspection activities 8.0 weeks
iv. Removal of scaffolding 2.0 weeks
v. Hydro-pneumatic test & related activities 2.0 weeks
vi. Draining, Cleaning & Final boxing up of the tank 1.0 week
vii. Re-commissioning of the tank and taking it line 4.0 weeks
Total 24.0 weeks
F) Safety clauses:
1. Safety care shall be taken by contractor throughout the job. As the job has to be carried out in
shutdown plant and executed at height contractor shall strictly follow all safety rules and regulations of
RCF. The contractor shall arrange necessary safety gadgets required for the job.
2. Contractor shall strictly follow all safety rules and regulations of RCF. The contractor shall arrange
necessary safety gadgets required for the job.
3. Timely renewal of the safety permit is the responsibility of the contractor.
4. The area to be evacuated during radiography shall be properly checked by using source meter and
shall be cordoned accordingly
-
Annexure II
Sheet 7 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
G) Penalty for violation of safety rules at work place:
The party shall be penalized for any violation of safety rules by their workers/supervisors at workplace
during execution of job. Monetary Penalty shall be imposed as per below list for safety violations.
Repeated violations shall lead to suspension /stoppage of the work and cancellation of Work Order.
Following shall be termed as violation of safety rules and the monetary fine imposed upon the party
shall be as elaborated below:
i) Person not wearing safety helmet during working as per job requirement: Rs.500/- per each person.
ii) Person not wearing shoes during working as per job requirement: Rs.500/- per each person.
iii) Person not wearing Safety belt (double lanyard full body harness) during working as per the job
requirement: Rs. 1000/- per each person.
iv) Person not wearing face shield during working as per the job requirement: Rs.500/- per each person.
v) Person working with lifting/lowering tools/tackles without valid test certificate: Rs.2000/- per
tool/tackle.
vi) Person working with electrical supply connection without appropriate plug pin: Rs.1000/- per plug
pin connection.
H) Security Deposit (SD) and Performance Guarantee (PG):
1.1) The contractor shall have to deposit 10% of the contract value as security deposit for faithful
performance of the contract within 15 days of work-order date. This amount can be given in the form
of cash or Bank guarantee (BG). The validity of the BG must be for contract period plus 3 months
1.2) The contractor shall have to deposit 10% of the contract value as performance guarantee for the
guarantee period of 12 months from the date of last job done. Alternatively, Performance guarantee
shall be deducted at 10% of billed value and returned after the satisfactory completion of guarantee
period of 12 months from the last job done.
1.3) The contractor can deposit SD cum PG in the form of bank Guarantee (BG). However this BG must
be for the 10% of the contract value and shall be valid for the period of contract period plus 15 months.
1.4) BG must be from any bank in RCFs approved list of bankers & in the proforma prescribed by RCF.
In case performance of the equipment, materials used and workmanship is found satisfactory
throughout the guarantee period of 12 months from the date of recommissioning. BG shall be
discharged.
1.5) Any defect noticed during the guarantee period shall be rectified by the contractor, free of cost.
1.6) No interest shall be payable by RCF on amount towards EMD, security deposit & performance
guarantee.
1.7) EMD amount shall be released on complete receipt of SD Amount/BG.
I. Liquidity Damages (LD):
Time is the essence of this contract & in case of non-performance or delay in the completion of the
work by the contractor, liquidated damages at 1% of the billed value per week or part thereof subject
to a maximum of 10% of the billed value, shall be levied.
J. The contractor has to cover his work-men, deputed at RCF Thal, under group personnel accident
insurance scheme though appropriate insurance company.
K. The contractor shall submit the copy of the group personnel accident insurance policy valid for total
contract period within one week of date of issue of work-order.
L. All the provisions of workmen compensation act -1923 shall be followed by the contractors and no
obligations on account of accident or disability/death claims shall be borne by RCF.
-
Annexure II
Sheet 8 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
M. Payment Terms
Payment terms for the items mentioned in Schedule of Rate for each activity shall be as follows:
Sr.No DESCRIPTION PAYMENT TERMS
1. Detailed Engineering, Project management Services
& Home Office activities if any.
100% of Payment shall be made on
completion of Activities.
2.
Deputation of process engineer for de-
commissioning & re-commissioning of the tank
(under whose guidance & supervision these activities
shall be carried)
60% of Payment shall be made on
De-commissioning & 40% of
Payment shall be made on Re-
commissioning after completion of
each Activity.
3. Carrying out all the NDTs/ Inspections / Tests as
detailed in scope of work and submit report thereof. Monthly Pro-Rata basis
4.
Carrying out removal of old PUF insulation, re-
application of new in-situ foamed cold insulation
along with surface preparation like cleaning,
application of primer etc. and to be covered by
corrugated aluminum sheeting up to 2.5 Meters
height for full circumference.
20% of Payment for this activity
shall be payable after removal of
Insulation.
80% of Payment for this activity
shall be payable after job
Completion.
5.
Supply: New in-situ PUF Insulation material with
required Aluminum corrugated sheeting and primer
Paint
70% of Payment made on Supply of
100% Material.
30% of Payment made on
completion of Insulation Job.
6 Engagement of Third Party for Inspection &
certification of the tank.
50% of Payment shall be made after
NDT job completion along with
review of Inspection Report.
50% of Payment shall be made after
completion of job and certification.
7
Deployment of fabrication group/Team consisting of
1 Welder, 1 Fitter, 1 Grinder, 1 Gas-cutter, 2 riggers
& 2 Helpers, to carry out required repair work /
mechanical work which may arise after inspections.
Monthly Basis as per Utilization.
-
Annexure II
Sheet 9 of 9
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
10% of each billed value shall be deducted if SD cum PG Bank guarantee is not submitted by the party.
NOTE:
If the terms mentioned in the Annexure-II are contradicting with the terms & conditions mentioned in
the general terms & conditions Annexure-I & IA, then terms & conditions mentioned in Annexure II
shall prevail.
-
Annexure III
Sheet 1 of 2
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
Schedule of Rates
Sr.
No DESCRIPTION
UNIT RATE
(Rs.)
AMOUNT
(Rs.)
1. Detailed Engineering, Project management
Services & Home Office activities if any. Lump sum Rs._________________
2.
Deputation of process engineer for de-
commissioning & re-commissioning of the tank
(under whose guidance & supervision these
activities shall be carried)
Note Estimated duration for de-commissioning
of the tank is 45 days & for re-commissioning of
the tank is 30 days. In case however this varies on
either side, no additional payment shall payable /
deductible.
Lump sum Rs._________________
3.
Carrying out all the NDTs/ Inspections / Tests as
detailed in scope of work and submit report
thereof.
Note In case of NDTs carried out to the extent of
10% extra than the quantities specified in the
detailed scope of inspection, no extra payment
shall be made for the extra quantum of work
carried out.
Lump sum Rs._________________
4.
Carrying out removal of old PUF insulation, re-
application of new in-situ foamed cold insulation
along with surface preparation like cleaning,
application of primer etc. and to be covered by
corrugated aluminum sheeting up to 2.5 Meters
height for full circumference.
Lump sum Rs._________________
5.
Supply: New in-situ PUF Insulation material with
required Aluminum corrugated sheeting and
primer Paint
Lump sum Rs._________________
6.
Engagement of Third Party for Inspection &
certification of the tank. The deputation of the
third party at site shall be carried out as per the
requirements and schedules of witnessing of
various inspections / tests, approvals of
procedures etc. as per clause No. B Sr No. 4 of
Scope of work Annexure-II
Lump sum Rs._________________
-
Annexure III
Sheet 2 of 2
REF: Tender Enquiry No. TH/MES/PDP/14/D11-14/240 Dt.07.11.2014.
JOB: NIT for the job of Hiring Engineering and Project Management services for de-commissioning,
Inspection, Repair and re-commissioning of 20,000 MT Liquid Ammonia Storage tank at RCF Thal.
Applicable Taxes:
Service tax @ __________% shall be applicable extra on the rates at sr. no. _______
____________ tax @ _____ % shall be applicable extra on the rates at sr. no. _______
Notes-
1) The above rates are basic rates.
2) Quoted Rates shall be valid till 31.05.2016 from date of issue of work-order.
3) Details of PAN, Service tax registration no, Service tax category (in words), service tax accounting
code, must be indicated at the place provided for in the checklist.
4) Service tax, Education cess and Higher Education cess shall be separately mentioned on the invoice
5) Quantities as mentioned above for Sr No. 7 is tentative and not guaranteed. Payment shall be
released for actual certified quantities.
6) The working time for Fabrication Group is round the clock basis as and when required irrespective
of weekly off, holidays etc. NO OVERTIME and NO other payments will be made. It will be per hour
basis only.
Sr.
No DESCRIPTION
UNIT RATE
(Rs.)
AMOUNT
(Rs.)
7.
Deployment of fabrication group/Team consisting
of 1 Welder, 1 Fitter, 1 Grinder, 1 Gas-cutter, 2
riggers & 2 Helpers, to carry out required repair
work / mechanical work which may arise after
inspections. Note - Only plate material, welding
rods, filler wires & gases for cutting / welding shall
be provided by RCF, balance consumables are to
be supplied by bidder. A maximum 780 hours of
deployment of the group is considered. However
this quantum is not guaranteed and payment shall
be made on actual utilized time.
Per Hour Rs._________________
7.1 Welder Per Hour Rs._________________
7.2 Fitter Per Hour Rs._________________
7.3 Grinder Per Hour Rs._________________
7.4 Gas Cutter Per Hour Rs._________________
7.5 Rigger Per Hour Rs._________________
7.6 Helper Per Hour Rs._________________
Grand Total in Figures (In Rs.)
Grand Total in words (In Rs.): __________________________________________________________________________
___________________________________________________________________________________________________________
-
ANNEXURE-IV
VENDOR DATA UPDATION FORM
Both New Vendors and Existing Venders may please note that details listed below are required and will used for
making all payments POs / WOs, refund of EMDs / SDs, forwarding the details of payments by email, issue of
TDS certificates, Works Contract TDS Certificate, C Form for CST purchases etc.
Sr.
No Title Sub Titles Purpose to be used for
I NAME Title (Whether Company /
M/s / Mr / Mrs / etc.)
Name ( As it appears on the
Bank Cheque) *
Type (Whether for Purchases
or Services) will be filled by RCF
RCF Vendor Code
( for existing RCF Vendors)
RCF Vendor Code
( for new Vendors, RCF will
create and fill)
* will be filled by RCF
II ADDRESS House/ bldg. Number *
Street *
Street
City / Postal Code *
District / State *
Country
Region Code will be filled by RCF
III SUPPLY
STATE
District / State (If the state
from which supplies are
going to be made is different
from the State given above,
then specify the Place / State
for C- forms.)
* To be given, if applicable.
Other Region Code will be filled by RCF
IV COMMUNI
CATION Contact person *
Telephone incl. ext. STD Code Tel No Extn
Mobile Phone *
Fax STD Code Tel No
Email *
Standard communication
method by email only
Signature
Place Common Seal Name
Date