INVITATION TO BID FOR
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
PART-1 COMMERCIAL (ITB NO- NFVP/Bagging/2016)
NFL VIJAIPUR
DISTT. GUNA (MP) - 473111
TECHNO COMMERCIAL DOCUMENTS
(Part-1) INVITATION TO BID
NFVP/Bagging/2016 0
REV
SHEET 1 OF 1
CONTENTS
DOCUMENT DESCRIPTION NO. OF SHEETS
NOTICE INVITING TENDER 10
PRE-QUALIFICATION CRITERIA 02
ATTACHMENT–I INSTRUCTION TO BIDDERS 1-21
ATTACHMENT–II GENERAL CONDITIONS OF PURCHASE 1-31
ATTACHMENT–III SPECIAL CONDITION OF CONTRACT 1-12
ATTACHMENT–IV BID FORM , PRICE SCHEDULE SUMMARY OF TERMS AND CONDITIONS
1-9
ATTACHMENT–V PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT / PROGRESS PAYMENT , BID SECURITY FORM , PERFORMANCE BANK GURANTEE FORM
1-7
ATTACHMENT–VI FORMAT FOR EXCEPTIONS / DEVIATIONS 1-2 ATTACHMENT–VII SITE WORKING AND SAFETY CONDITION 1-8
ATTACHMENT–VIII APPLICABLE INDIAN ACTS RULES AND REGULATIONS
1-3
ATTACHMENT–IX PROFORMA FOR INTEGRITY PACT 1-7
ATTACHMENT–X MSMED POLICY 1-4
ATTACHMENT–XI DECLARATION FORM I & II 2
ATTACHMENT–XII INDEMNITY BOND 2
TECHNICAL SPECIFICATIONS 45
NFVP/Bagging/2016
NATIONAL FERTILIZERS LIMITED
(A Govt. of India Undertaking)
Vijaipur, Distt.- GUNA (MP) -
473111
Fax: 07544 - 273089, 273109
INVITATION TO BID (COMPETITIVE BIDDING)
As per list attached
ITB No. NFVP/Bagging/2016
E-Tender No. 842
Date of Issue 25/10/2016
Pre- Bid Meeting Pre bid meeting shall be held on
08/11/2016 at 1100 hrs in NFL Vijaipur.
Bidders need to provide the list of clarifications
required, if any along with para/clause No. of the
tender document, two days prior to pre bid meeting.
Bid Closing Date & Time 24/11/2016 (15.30 HRS IST)
Tech. Bid opening Date & Time 24/11/2016 (15.30 HRS IST)
Price Bid opening Date & Time Shall be intimated later on to
Technically and Commercially
acceptable Bidder.
Venue of Bid opening NFL Vijaipur
Type of Bid Two Stage / Sealed Bid Public opening
Earnest Money Deposit (EMD) Rs. 1.00 Lakhs
Cost of tender documents Rs.1000
Estimated value of work Rs.4.18 Crores
Validity of quotation 180 days from bid closing date
Completion time As per clause No 5.0 of the Technical Specifications
M/s National Fertilizer Limited (NFL) Vijaipur owns and operates two Ammonia plant of re-assessed capacity of 1520 MTPD and four (4) streams of Urea plant each having a re-assessed capacity of 1310 MTPD at NFL, Vijaipur. The plants are located in Guna District of MP state. NFL has revamped its plants recently enhancing the capacity of existing Ammonia-I and Ammonia-II plants from 1520 MTPD to 1750 M TPD and 1864 M TPD respectively and that of Urea plant from 2x1310 MTPD(U-I) to 2x1515 MTPD (U-I) and 2x1310 MTPD(U-II) to 2X1615.5 MTPD(U-II).The product Urea is dispatched to various consumption centers through Rail & Road. The annual average quantity of Urea dispatched during the last three financial years (2013-16) was 2137094 MT, out of which 93.51 % ( 1998429 MT) was dispatched through rail. To reduce rake loading time NFL invites sealed bids for detailed design, engineering, manufacture, inspection, painting, supply, packing, forwarding ,erection, testing & commissioning of BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM for 13 No’s loading stations of Urea Bagging Plant at VIJAIPUR UNIT. To start with the modification shall be carried out in two stations only remaining 11 stations shall be modified subject to the vendor successfully demonstrating the performance of the first two stations as per the performance parameters to the full satisfaction of NFL.
In this composite Supply cum Erection enquiry, National Fertilizers Limited, Vijaipur invites sealed Bids for supply of the following items.
SL. NO.
DESCRIPTION QUANTITY
1.
Scope:-
Complete Design, Manufacture, procurement, Supply, Erection, Testing, Commissioning OF BAG LOADING SYSTEM for 13 No’s stations on platform A and B, compatible with existing loading system and demonstration at site of bag loading/Conveying system along with existing loading system as per the guarantee clause No 10 of the Technical specification.
Perform Adequacy check of the present system w.r.t the modified system. The system is to be designed in such a fashion that in the event of disruption in loading from any station the loading can be resumed seamlessly from any of the adjacent stations without shunting of the partly filled wagon. Complete system Engineering including supply of engineering data and two year spares for all the accessories.
Suitable reversible modifications to the existing bag loading system and infrastructure to make it work in sync with the new system.
All the modification cost for existing system is to be borne by the bidder. The scope of supply of Bag loading system shall include but not be limited to the following:
Inclined flat belt conveyor Belt conveyor with adjustable height Motor operated Bag Diverters Drive Motors , Gears and cooling/ ventilation blowers First charge of lubricants Rail Track (Rails to be installed over grouted sheet metal)
All Civil Work
Pre-fabrication and Fabrication structures at shop/site as required, loading, unloading & transportation, storage at site, assembly,
Civil construction work foundations, supports and other allied civil works (including demolition and re-storation of existing construction).
Erection of conveyors & motors, supports, electrical & instrumentation system etc. Motor module with starter, power & control cables, LCS, safety devices, bag counters, interlocks along with necessary hardware & software for instrumentation & control. All the hardware & software for hooking up the new system with the existing PLC / SCADA.
Inspection, testing, painting, statutory approvals, calibration etc. Pre-commissioning, commissioning, trial runs and guarantee test.
(For complete scope bidder is advised to go through the full set of bidding documents)
As per Technical Specifications & Scope of supply along with attachments as referred therein.
For preparation and submission of Bids, evaluation and comparison of Bids, kindly see the commercial documents.
1. The Pre-Contract Integrity pact as per Attachment-IX shall be invariably be submitted by all the bidders along with tender documents and it will form a part of the contract .
2. The various provisions contained in the Government of India, Gazette No. 503 dated 26.03.2012 for Public Procurement Policy on procurement of goods and services from Micro and Small Enterprises (MSEs) by all central Ministries/Departments/PSUs for promotion and development of Micro and Small Enterprises shall be applicable. All such bidders to refer Attachment-X in this regard.
3. Following enclosed documents shall form part of Invitation To Bid : i) Part-1 - Techno Commercial documents ii)Part-2 – Price bid
4. Mode of Tendering:
The Vijaipur Unit of National Fertilizers Ltd. has decided to line up the contract
through e-tendering mode under TWO PART BID system. The NIT will be posted on our
E-Tender Portal https://nfl.etenders.in from where the registered Tenderer(s) / Bidder(s)will
be able to download the tender documents for participation in the tender and submit their bids
online. The tender submission, tender closing and opening will be done electronically and
online.
5. NFL has appointed M/s NexTenders (India) Private Limited, Mumbai as its service provider
for its e-tendering solution. Also, as per IT ACT 2000, use of digital signatures certificate
shall be mandatory for participating in e-tendering process.
6. The tender shall be made through e-Tendering process. In this process, the tenders shall be
submitted online duly digitally signed and encrypted by the Tenderer using their Digital
Signature Certificate on the website https://nfl.etenders.in.
7. No oral, email, telephonic, telegraphic tenders or tenders submitted in hard copies / physical
form will be entertained.
8. Tenderers are requested to read the terms and condition of the tender thoroughly along with
the General Terms and condition etc. as given in Tender Documents.
9. The Tenderers must submit / upload online, one set of tender documents duly digitally signed
by using digital certificates in token of acceptance of all the terms and conditions along with
their techno-commercial bid failing which their tender may not be considered.
10. MSMED Declaration:
In case you are registered as MICRO, SMALL Enterpriser (MSES) under ‘The Micro, Small
& Medium Enterprises Development Act, 2006 (MSMED Act)’ promulgated by Government
of India vide Notification dated 16/06/2006, please indicate the relevant category of
registration in your Office and enclose a copy of the valid certificate issued by the concerned
authorities as specified by the Ministry of MSME.
The Micro & Small Enterprises (MSEs) shall be entitled for benefits under the Public
Procurement Policy for Micro & Small Enterprises subject to the terms and condition.
It shall also be confirmed by the Bidders if the MSEs owned by SC / ST Entrepreneurs and in
that case submit a copy of documentary proof issued by concerned authority.
11. System requirements to participate in the e-Tendering are as under:
i. Computer with minimum i3 Processor or equivalent, having 1 GB RAM and 80
GB HDD Capacity (Minimum)
ii. Operating System Required:
- Window 7 Ultimate / Professional / Enterprises / Ultimate
- Window XP (Service Pack 3 and Above)
iii. Internet Speed of 512 kbps or above
iv. Browsers: Preferred Browsers Mozilla Firefox or Google Chrome
v. Adobe Acrobat Profession 6 or above for digitally signing the Document
vi. Java 7 Update 67 (Updated 32 bit Java version & above) – Essential
vii. Java Settings
- Download and Install Java 7 Update 67 available under ‘System Requirement’
Tab on the home page of https://nfl.etenders.in
- After installation, open Control Panel and Click on Java Icon
- Click ‘Security’ Tap on the Java Configuration Panel and bring the Security Level
to Medium. Click on Edit Site List Tab and add the URL name
https://nfl.etenders.in and click ‘Add’ Tab and ‘Ok’ Tab
- Open the Java Control Panel and Click the Tab ‘Advanced’
- Select ‘Show Console’ under Java Console
- Select ‘Always Allow’ under JNLP File/MIME Association
- Select ‘Disable Verification (Not recommended)’ under Mixed Code (Sandboxed
vs. Trusted) Security Verification
Once the above pre−requisites are configured / available in the system, users can click
on https://nfl.etenders.in and the e-Tender portal will be available
viii. Digital Certificate
For performing e-commerce, class II and above (organization) Digital Certificate is
required.
Digital Signature Certificate (Class II or Class III Organizational) are being issued by
many Govt. approved (CCA of India) agencies as per IT Act 2000. For your
convenience, we have made arrangements to get the Digital Signature Certificates
from our service provider M/s. NexTenders (India) Private Limited on payment of
necessary fees.
ix. Download and Install Digital Certificate setup (NxtCryptoSetup.msi) available under
System Requirement link of home page https://nfl.etenders.in using Administrator
user access.
12. The above Tender will be available on URL https://nfl.etenders.in. Interested Tenderer(s)
/ Bidder(s) shall visit the URL for downloading of tender documents, bid preparation, hash
submission, bid submission etc.
Note: - Please refer Bidder Manual which is available on the home page
https://nfl.etenders.in for system requirement, browser configuration, procedures etc.
13. Tenders are required to be submitted online duly digitally signed and encrypted by using
their Digital Signature Certificate.
14. Tenderer(s) / bidder(s) are requested to scrutinize the terms and condition of this tender
thoroughly along with the General Terms and condition etc. as given in tender documents
before proceeding for preparation of Online Bid / e-Tendering.
15. No amendment to the tender would be admissible under any circumstances, whatsoever after
the closing date and time of receipt of tenders.
16. The Earnest Money Deposit shall be deposited with NFL by way of Demand Draft / Bank
Guarantee.
17. For queries regarding e-tendering process, you may contact our Service Provider M/s.
NexTenders (India) Private Limited, Mumbai or NFL. Contact details are as under:
i. National Fertilizers Limited (For Tender details)
i. Name: T.K.Batra DGM (P)
Contact No.: 07544 273338
Email: [email protected]
ii Name: Rajeev Khulbe CM (P)
Contact No.: 07544 273579
Email: [email protected]
iii Name: C.K.Gaur Sr Manager (P)
Contact No.: 07544 273579 Email: [email protected]
ii. M/s. NexTenders (India) Private Limited, Mumbai (For e-Tender
Process/Procedure related matters)
Technical Support Contact (For Parties / Contractors):
Name: Desk No. 2
Contact No: 091672 46751
Landline No: 020 – 30187500
Email ID: [email protected]
For Digital Certificate Support:
Name: Mr. Aziz Kariyania
Phone No.: 022 – 2879 0311 / 098203 98781 / 092234 00489
Address: Adweb Techno Trade Private Limited
309, Krishna Commercial Centre, 6, Udyog Nagar
Off. S.V. Road, Goregaon (West), Mumbai – 400 062
18. All the Tenderer(s) / Bidder(s) participating in the online e-tender have to abide by the
process involved in the entire workflow of the e-tender.
19. NFL shall not be held responsible for any mistake made by the tenderer(s) at the time of
tendering / bidding process. In case any tenderer(s) submits any invalid bid due to any reason
whatsoever including typing mistake/human error, such invalid bid will be disqualified and
such tenderer(s) shall not be allowed to further participate in that tender. The remaining
process shall be completed considering the other valid bids.
20. For submitting price bid through e-tendering, the successful tenderers will have to use a
Class II or Class III Digital Signature Certificate issued by any India CA approved by CCA of
India as per IT Act 2000. The same can also be taken through NFL’s service provider i.e. M/s.
E-tender Technologies Limited, Ahmedabad on payment of necessary fees.
21. It is mandatory for the Tenderer(s) / Bidder(s)to use the digital certificate in all their bidding
Process.
22. It is the entire responsibility of the Tenderer(s) / Bidder(s)to protect their own login id and
Password and keep their digital certificate safe so that is not misused by any other person.
23. Tender Schedule:
S. No. Tender Stage Date and Time
1 Date & time of issue of Tender Date: 25/10/2016 Time: 10:00 AM
2 Last date & time of receipt of Tender Date: 24/11/2016 Time: 03:30 PM
3 The date & time of opening of Tender
(Unpriced Techno-Commercial Bid)
Date: 24/11/2016 Time: 03:30 PM
4 Place of opening of Tender Office of DGM (P), NFL, Vijaipur.
Note: After expiry of date & time for a particular activity as mentioned above, that
particular activity cannot be done unless the schedule for the same is extended / amended.
Similarly no activity can be done before start date & time specified for that particular activity
unless the schedule for the same is preponed / amended
24. The activity defined for Tenderer(s) / Bidder(s) are Download of Tender document, Bids
Preparation, Re-encryption of Online bid and Uploading of bids.
25. During the Download sequence, the Tenderer(s) / Bidder(s) who have been invited will be
able to download the main tender document and the supporting documents.
26. During the Bid Preparation and Hash Submission Stage, the bidders who have downloaded
the tender document during the previous sequence will be preparing their bids and submitting
their bid signed hashed online. Additionally, hashes will be generated for each single
document (files) that is committed to be part of the bid. The bids will be prepared and hashes
will be generated and signed envelope-wise. The signatures will be done digitally using DCs.
27. During Re-encryption of Online Bid sequence the bidders will re-encrypt their bid data and
upload the documents for which hashes have been generated and submitted during the bid
preparation and hash submission stage. The bids will be re-encrypted with the publickey of
the proprietary key pair that has been assigned to this tender.
28. Tender Opening:
The tenders will be opened electronically by NFL from Vijaipur Office in the presence of
representatives of Tenderer(s) / Bidder(s) who wish to attend the price bid opening. The
submission of bids may however be done by Tenderer(s) / Bidder(s) from their office or from
place of their choice or they can visit our Vijaipur Office and use NFL’s facilities for
preparation and submission of their bids. However bids cannot be submitted after the bid
submission due date & time as per the schedule.
Price bid of all the Tenderer(s) / Bidder(s) who are techno-commercially acceptable shall be
opened electronically.
29. NFL takes no responsibility for delay, loss or non-receipt of EMD and Tender Fee sent by
post / courier.
30. Earnest Money Deposits:
Bidders must submit Earnest Money Deposit (EMD) of Rs. 1, 00,000/- (Rupees One Lalc
only) in the form of: Crossed Demand Draft in favour of National Fertilizers Limited of any
Nationalized / scheduled Bank payable at State Bank of India (SBI), Bavrikhera Branch
(Code: 8455), NFL Complex, Vijaipur-473111, Dist: Guna (MP) (Details of DD No & date,
amount, Banker’s name etc. has to be submitted in relevant field / column of online module)
OR
Bank Guarantee from a scheduled / Nationalized Bank (except Rural / Co-operative Banks)
as per prescribed format (see Bid Security Form attached in Tender documents). The bank
Guarantee should be valid for of 180 days from Tender Opening date and will give an
undertaking for extension of the Bank Guarantee in case the same is desired by NFL (the
details of BG No & date, amount, Banker’s name etc. has to be submitted in the relevant field
/ column of online module).
Earnest Money deposited by unsuccessful tenderers shall be returned as early as possible.
31. Tender Fee:
Bidders must submit Tender Fee of Rs. 1,000/- (Rupees One Thousand only). The Tender
Fee shall be submitted in the form of Crossed Demand Draft drawn in favour of National
Fertilizers Limited on State Bank of India payable at SBI, Bavrikhera Branch [Code: 8455],
NFL Complex, Vijaipur-473111, Dist: Guna
The original Demand Draft or Bank Guarantee of EMD and Tender Fee should reach
Vijaipur Unit for verification before opening date of Techno-Commercial un-price bid. In
case the original DD or Bank Guarantee of EMD and Tender Fee do not reach before due
date, the bid of that / those bidder(s) shall not be opened.
32. Cheques towards EMD and Security Deposits shall not be accepted in any case.
33. Estimated value of Work: Rs. 418 lacs
34. Completion Time:
The contract shall be valid for a period as defined in clause 5 of the Technical specifications.
35. Validity of Tender: 180 days from the Date of Opening of Tender.
36. National Fertilizers Limited reserves the right to reject any or all tenders without assigning
any reason whatsoever and also do not bind to accept the lowest tender.
37. System failures and remedial measures thereof / course of action to be followed
NFL shall make all efforts to rectify the problem(s) leading to system failure during the live
tendering. However in case the system could not be restored within the reasonable time
period as deemed fit by NFL, the following remedial measures shall be taken under such an
eventuality:
1 Tender is prepared and released but
Tenderer(s) / Bidder(s) are not able
to submit their bids.
The due date of closing / opening shall be
extended suitably.
2 Bids have been submitted but the
same cannot be opened by NFL.
The due date of opening shall be extended
suitably.
38. Name & Address of the Vijaipur Unit:
DGM (P)
National Fertilizers Limited
Vijaipur-473111
Dist. Guna (M.P)
39. Payment Mode:
(i) Payment shall be released by RTGS / NEFT. Successful Tenderer(s) / Bidder(s) shall provide the
requisite details of their Account No., Name & Branch code of Bank, Acceptance / request for
release of payment by ECS / EFT.
(ii) If any contractor wants payment by way of transfer of funds to their account, the contractor should
indicate the local bank account number accordingly to avail the facility. Such A/c No. will be
incorporated in all A/c Payee cheques.
40. Change in Tender Schedule:
NFL reserves the right to change / amend the tender schedule (date and / or time) and shall intimate all
the tenderers well in time by e-mail / fax / telephonically of such changes along with notice of revised
schedule. However, it shall be the responsibility of the bidders to visit the designated web site regularly as
per the time schedule to get the details of any such changes, as the same shall be available against this
tender on the said website.
NFL shall not be responsible if bidder(s) is not able to participate in any activity related to this tender
due to change in schedule or any other reason.
41. The bidder shall sign each page of the tender documents at bottom right hand corner along with
undertaking duly signed by the tenderer in token in acceptance of the terms and conditions content
therein and upload the same.
42. Procedure For Bids
The bidders shall upload duly signed copies of their bids / Documents in the following manner:
i. Submission / uploading of EMD and Tender Fee
The bidder shall upload scanned copies of (1) Crossed Demand Draft / Bank Guarantee towards
EMD and (2) DD of tender document fees as required by clause No.30 &31 . Original DD/BG
should reach CM (P) i/c before opening of Techno-commercial un-price bid.
ii. Uploading of Tender documents duly signed by the Tenderer(s) / Bidder(s)
The tenderer / bidder shall sign each page of the tender documents along with undertaking duly signed by
the tenderer in token in acceptance of the terms and conditions content therein. The tender documents and
under taking shall be uploaded as per clause No 41 as above.
iii. Submission of price bid as per "Schedule of Rates"
The price details as per format of "Schedule of Rates" given in Attachment-IV shall be uploaded
by the tenderer / bidder.
iv. The ORIGINAL Demand Draft (DD) / Bank Guarantee of EMD and DD of Tender Fee should reach
Vijaipur Unit at following address before opening of Techno commercial un-price bid.
DGM (Prod.)
National Fertilizers Limited
Vijaipur, Distt. GUNA (M.P.) Pin code: 473 111
If the original DDs / Bank Guarantee does not reach before due date at above address, the bid of that /
those bidder(s) shall not be opened. NFL takes no responsibility for delay, loss or non-receipt of EMD &
Tender Fee sent by post / courier.
43 On the scheduled date of opening, Technical and Commercial Bid & EMD will be opened first. The
Technical & Un-priced Commercial Bid and EMD shall be examined. The bids found meeting the
Eligibility Criteria and the other requirements shall only be considered for further opening of the price
Bids ( i.e. Schedule of rates). Price Bids of the eligible bidders only will be opened on date & time to be
intimated later. Decision of NFL in this regard shall be final and binding on all bidders
44 The bids shall be filled by the bidders neatly and accurately. Any alteration erasing or overwriting should be
avoided.
45 Bidders should quote the rates both in figure and words. In case of any discrepancy, rates quoted in words
shall be applicable.
46 All the requests for interpretations, clarification in connection with bid document shall be addressed in writing to
the C M. (Production) i/c, NFL, Vijaipur at least seven days prior to the closing date of the bid.
47 Incomplete bids or bids received late shall be summarily rejected without further reference whatsoever. NFL
reserves the right to reject any or all bids without assigning any reason thereof.
48 Bidders shall upload their bids complete in all respects with all documents mentioned in the bid.
49 NFL reserves the right to accept the lowest or any other bid in its own discretion without assigning any reason.
50 Bid shall be made in English Language only, however literature submitted in any other language has to
accompanied by English translation.
51 Bid containing eraser and alterations of the bid documents are liable to be rejected unless the alterations are
authenticated by the signee.
52 Bidders are required to go through the documents thoroughly and ensure submission of his bid in time. It may be
noted that bid documents are non-transferable.
53 The bidder must enclose the following document along with the Technical BID and other required details
in the offer:
a.Commercial Summary of Terms and Conditions
b.Unpriced copy of price schedule indicating “Quoted/Not quoted ”against each head
c.Time Schedule in the form of a Bar Chart indicating main activities.
d.List of deviations if any
e.Reference list of similar jobs done
f.Integrity Pact as per Attachment IX
g.Declaration Form I & II as per Attachment XI
54 Successful bidders will be required to submit documents / drawings to NFL for comments and
approval.
55 It is preferred that Bidder should visit to M/s NFL, Vijaipur plant site for assessment and quantum of work
involved including Hook-ups and facilities available at site at their own cost without any
commercial implications to Owner before submitting the techno-commercial bid.
56 Wherever the terms and conditions in special Conditions of Contract are at variance with General
conditions of contract and any provision of Contract elsewhere, special Conditions of contract shall
prevail.
57 The Bidders must take note of current Finance Bill and EXIM Policy while bidding.
58 Please furnish two valid Email IDs for further communication.
59 The price bid opening date and time shall be communicated later on to the bidders who shall qualify for
the price bid opening.
For & on behalf of
National Fertilizers Limited,
T.K.Batra, Deputy General Manager (P)
PRE-QUALIFICATION CRITERIA FOR BAG LOADING SYSTEM
NFVP/Bagging/2016 0
DOCUMENT NO REV
SHEET 1 OF 2
PRE-QUALIFICATION CRITERIA 1.0
Name of Work
Value of satisfactorily completed works
Last three years
Average yearly
financial turnover not
less than (Rs. in Crores)
Solvency Certificate issued by any Nationalized Bank issued not earlier than six months from the date of Bid
submission date.( Rs. in Crores)
Installation of Bag loading System
Single completed work of not less than Rs. 2.00 crores or Two completed works of not less than Rs. 1.25 crores each or Three completed works of not less than Rs. 1.0 crores each.
1.25 1.25
1.1 The Bidder should have satisfactorily completed similar works of value stated under column
-2 of above table during the last 15 years ending last day of the month preceding the bid submission month. For this purpose, “cost of work” shall mean Gross value of the completed work including the cost of materials, if any supplied by the Bidder .
Bidders to enclose the following document as evidence of the above experience criteria:
1) copy of work order giving details of scope of work. 2) completion certificate issued by the engineer in charge/owner indicating value
of work completed and date of completion.
The similar works means “job including Engineering, Procurement, Supply and Erection of Equipment’s & Machinery, Electrical & instrument systems” in an Oil, Petrochemical, cement, Fertilizer plant or port facility for Bag loading System / Machinery for loading rake .
1.2 The Bidder should have had average annual financial turnover of value stated in the
table above on similar works during last three years ending 31st
March, 2016. 1.3 The Bidder should be a profit-making firm and should not have made losses during last
three years ending 31st
March, 2016. 1.4 The Bidder should have Liquid Assets/Credit facility or total of both of value not less than
the value stated in table above. To check the positive net worth of bidders, bidders will furnish the copies of audited balance sheet and profit & loss a/c of the company for the last three successive years in support of above.
1.5 Other Desired Information. 1.5.1 The Bidder should have sufficient number of technical hands and administrative
employees for the proper execution of Contract. The Bidder shall submit a list of these employees stating clearly how they would be involved in this work.
1.5.2 Reference list of work orders executed by the Bidder during preceding fifteen (15) years and in hand .
Note :- 1) Bidder shall provide all information related to Pre-qualification criteria along with EMD. 2) Evaluation shall be done on the basis of documents provided along with the bid. 3) Bidders not complying to the Pre-qualification criteria (point No 1) will be disqualified.
Sr no Description Requirement Remark s
1 Reference of minimum one satisfactorily completed similar works during the last 15 years as per clause 1.1 of PQ criteria
Submit the copies of PO/WO and their completion certificate issued by client as per clause no 1.1 of PQ criteria
2 The bidders should have sufficient experience of executing similar work i.e., Single work costing not less than Rs. 2.00 crores
or Two works costing not less than Rs. 1.25 crores each
or
Three works costing not less than Rs. 1.0 crores each
Submit documentary evidence in support of the same. Copies of the WO’s & job completion certificates issued by the concerned vendor.
3 Last three years Average yearly financial turnover (not less than Rs. 1.25 Crores) as per clause 1.2 of PQ
Submit the copies of Audited P&L and balance sheet for the last three successive years prior to bid submission date.
4 Bidder to confirm that the firm has not made losses in last three years ending 31.03.2016 as per clause 1.3 of PQ
Attach copies of Audited P&L and balance sheet for the last three successive years
5 Solvency (not less than Rs. 1.25 Crores) as per clause no-1.4 of PQ
Submit latest Solvency certificate from Bank not earlier than six months from the bid submission date.
6 Bidder to confirm that the firm has not been black listed by any PSU / Government agency in present or past
Submit an affidavit on non- judicial stamp paper of Rs. 10 duly signed by notary
PRE-QUALIFICATION CRITERIA FOR BAG LOADING SYSTEM
NFVP/Bagging/2016 0
DOCUMENT NO REV
SHEET 2 OF 2
FORMAT FOR PRE-QUALIFICATION CRITERIA
(To be filled and submitted along with the PQ documents duly signed and stamped
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 1 of 21
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
INSTRUCTIONS TO BIDDERS
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 2 of 21
TABLE OF CONTENTS
SL.NO DESCRIPTION PAGE
1.0 COST OF BIDDING ............................................................................................... 3
2.0 BIDDING DOCUMENTS ....................................................................................... 3
3.0 CLARIFICATION OF BIDDING DOCUMENTS................................................. 3
4.0 AMENDMENT OF BIDDING DOCUMENTS ..................................................... 3
5.0 LANGUAGE OF BID.............................................................................................. 4
6.0 ORIGIN OF GOODS AND SERVICES............................................................... 4
7.0 DOCUMENTS COMPRISING THE BID............................................................. 4
8.0 BID FORM ............................................................................................................... 7
9.0 BID PRICE .............................................................................................................. 7
10.0 DOCUMENTS ESTABLISHING BIDDER’S QUALIFICATIONS .................. 08
11.0 DOCUMENTS ESTABLISHING CONFORMITY OF GOODS TO BIDDING DOCUMENTS………………………………… .......................................... ...09
12.0 BID SECURITY .................................................................................................... 09
13.0 PERIOD OF VALIDITY OF BIDS ...................................................................... 10
14.0 FORMAT OF BID ................................................................................................. 10
15.0 SYSTEM REQUIREMENT FOR E- TENDERING………………………….. 11
16.0 SYSTEM FAILURE............................................................................................... 11
17.0 MODIFICATIONS AND WITHDRAWAL OF BIDS ......................................... 11
18.0 OPENING AND CLARIFICATION OF BIDS.................................................... 12
19.0 PRELIMINARY EXAMINATION......................................................................... 12
20.0 EVALUATION AND COMPARISON OF BIDS ................................................ 12 21.0 TERMS OF PAYMENT ....................................................................................... 17
22.0 ADVANCE PAYMENT AGAINST BANK GUARANTEE................................ 18
23.0 CONTACTING THE OWNER …………………................................................ 19
24.0 RIGHT TO CHOOSE THE ALTERNATIVE BID ............................................. 19
25.0 ACCEPTANCE OF ANY BID AND REJECTION OF ANY OR ALL BIDS .. 19
26.0 NOTIFICATION OF AWARD OF ORDER ....................................................... 19
27.0 SIGNING OF CONTRACT / PURCHASE ORDER ....................................... 20
28.0 SECURITY CUM PERFORMANCE GUARANTEE........................................ 20
29.0 DELIVERY............................................................................................................. 21
30.0 EXCEPTIONS....................................................................................................... 21
31.0 BIDDER’S DATA .................................................................................................. 21
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 3 of 21
NFVP/BAGGING/2016 Instructions to Bidders
1.0 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of the Bid, and National Fertilizers Limited (hereafter referred to as NFL or Owner) will, in no case, is responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
2.0 BIDDING DOCUMENTS
The Bidder is expected to examine all instructions, forms, terms and conditions in the Bidding Documents. The invitation to Bid together with all its attachments thereto shall be considered to be read, understood and accepted by the Bidder, unless deviations are specifically stated, in seriatim, by the Bidder. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in any respect will be at Bidder’s risk and may result in the rejection of the Bid. However, Alternative Bid from the Bidder can be considered by Owner provided the base Bid is in conformity with the Bidding Documents.
3.0 CLARIFICATION OF BIDDING DOCUMENTS
A prospective Bidder requiring any clarification shall obtain the same from Owner’s office in writing by e-mail / fax or by letter or in person so as to ensure submission of Bid on or before Bid Closing date. Owner will respond in writing to such queries within one week from the receipt of such clarification letter date.
4.0 AMENDMENT OF BIDDING DOCUMENTS
4.1 At any time prior to the Due Date for submission of Bids, the Owner, for any reason, whether at their own initiative or in response to a clarification requested by a prospective Bidder, may modify the Bidding Documents by amendment thereto.
4.2 The amendment will be notified in writing by letter or by e-mail / fax to all prospective
Bidders, who have received the Bidding Documents, and will be binding on them.
4.3 In order to afford prospective Bidders reasonable time in which to take the amendment into account in preparing their Bids, the Owner may, at their discretion, extend the Due Date for the submission of Bids.
4.4 The Owner may, at their discretion, extend the Due Date for the submission of
Bids by amending the Bidding Documents in accordance with articles 4.1 to 4.3 above, in which case all rights and obligations of the Owner and Bidders previously subject to the Due Date will thereafter be subject to the Due Date as extended.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 4 of 21
NFVP/BAGGING/2016 Instructions to Bidders
5.0 LANGUAGE OF BID
5.1 The Bid prepared by the Bidder and al l correspondence/drawings and documents relating to the Bid exchanged between the Bidder and the Owner shall be written in English language only. The Bids submitted in any other language, other than English, shall be summarily rejected. However, any printed literature furnished by Bidder if written in another language shall be accompanied by an English translation.
5.2 The metric measurement system shall be applied for weights and dimensions .
6.0 ORIGIN OF GOODS AND SERVICES
6.1 For purpose of this article ‘origin’ means the place where the Goods are mined, grown or produced or from which the ancillary services are supplied. Goods are produced through manufacturing, processing or substantial and major assembling of components; a commercially recognized product results that is substantially different in basic characteristics in purpose or utility from its components.
6.2 The origin of Goods and Services is distinct from the nationality of the Bidder.
The Bidder shall furnish the following declaration as part of the Bid, ‘I, undersigned,
hereby certify that the offered Goods will be produced in (name of the country/ countries) in the event of an order.
7.0 DOCUMENTS COMPRISING THE BID
7.1 The Bid prepared by the Bidder shall comprise of the following components:
a) Bid form and a price schedule completed in accordance with articles 8 and 9.
Documentary evidence established in accordance with Article 10 that the Bidder is qualified to perform the contract if the Bid is accepted.
c) Documentary evidence established in accordance with Article 11 that the Goods
and ancillary Services to be supplied by the Bidder conform to the Bidding Documents and
d) Bid Security furnished in accordance with Article 12.
7.2 The Bid submitted shall contain two parts.
Part-I Bid Security & PQ Documents Technical & Un-Priced Commercial Bid and Part-II Priced Bid
7.2.1 Part-I - Bid Security
The Bid shall be accompanied with a Bid Security as outlined in clause 12 below.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 5 of 21
NFVP/BAGGING/2016 Instructions to Bidders
7.2.2. Part-I - Technical & Un-Priced Commercial Bid
Part-I should cover the Technical Bid and the Un- Priced Commercial Bid as follows: -
7.2.2.1 Technical Bid shall include/indicate the following to the extent applicable:
a) ITB No. due date:
b) Documentary evidence establishing that the Goods and ancillary Services to be supplied by the Bidder conform to the Bidding Documents.
c) Complete Scope of Supply supported by Drawings, Documents, brochures,
standards, catalogues, etc. as applicable.
d) List of spare parts for: i) Erection and commissioning period ii) Two years’ operation and maintenance
Should a preliminary spare parts list be attached to the Technical specifications, the same shall be quoted as complement to the above.
e) List of special maintenance tools and materials, lubrication schedules,
whenever required.
f) Layout Drawings and s ketches with (approximate) dimensions of equipment and indication of limits of Supply.
g) Bidder shall state the names of the sub-manufacturers proposed for every
equipment /item and materials which is not of his own manufacture and establish that Bidder is duly authorized by the manufacturer to Supply such Goods in India.
h) Bidder should certify that he would give shop Drawings of spare parts and
also main equipment to enable repair and maintenance after installation at site. Reproducible of ‘as built’ Drawings shall be furnished.
i) Nature of maintenance assistance available / offered by Bidder.
j) Nature of erection and commissioning assistance offered by Bidder.
k) Delivery schedule and place of manufacture / delivery.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 6 of 21
NFVP/BAGGING/2016 Instructions to Bidders
l) Manufacturer’s schedule: A brief statement of the activities and time estimation leading to quoted delivery separately for each category of equipment, e.g. procurement of raw materials, fabrication, Inspection, testing schedule etc. justifying the quoted delivery.
m) Reference List of customers using similar equipment supplied by the Bidder
including civil work during last 15 years with complete technical details and Performance status.
n) Complete Data Sheets.
o) Information on shipping weights and cubage (length, width, height) with
special attention to heavy and oversize packages and any other limiting factor which requires special attention during transportation.
p) Deviation from Owner’s specifications and Technical conditions, (if any).
q) Bidder shall submit the documents regarding PAN, Income Tax Clearance Certificates, Service Tax registration, PF registration etc.
7.2.2.2 Un-Priced Commercial Bid shall indicate the following
a) Terms of payment
b) Confirmation, that firm prices have been quoted.
c) Port of shipment/station of dispatch.
d) Statement that all taxes levied by the exporting country are included (In case of Foreign Bids).
e) Acceptance of General Conditions of Contract / Purchase /Contract or
deviations/exceptions, if any, in seriatim.
f) Terms and conditions for deputing engineers and technicians.
g) Confirmation, that validity of Bid is for 180 days from Bid closure date.
h) Indian bidder shall quote the delivery period for both Ex FOT works as well as FOT site destination basis by road only.
i) Name of bankers and important terms of letter of credit in case of foreign bidders.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 7 of 21
NFVP/Bagging/2016
j) Summary of terms and conditions as per Format C-2
k) Statement regarding expiry date of labour contracts at the Bidder’s manufacturing works.
l) Certified Financial Statements / Annual Accounts for the last 3 (three) years
and organization chart.
m) Country of origin of Goods and Services
n) Copy of the Priced Bid with prices blanked and bid form.
o) Completion period from the date of issuance of Notification of Award by Fax /
Letter of Intent.
p) Any other information required as per commercial part of ITB.
7.2.3 Part-II - Priced Bid
Part-II should cover the Bid price and other related costs in accordance with Article 9 and appropriate Price schedule.
8.0 BID FORM
Bidder shall complete the Bid form and the appropriate price schedule furnished in the Bidding Documents as per the attachment IV, indicating for the Goods to be supplied, a brief description of the Goods, their country of origin, quantity and prices.
9.0 BID PRICE
9.1 The Bidders shall complete the appropriate Price Schedule Form as attached to these Documents. The price schedule is bifurcated into two parts viz (1) Supply of Materials and ( 2) Services and two separate orders shall be placed for Supply and Services. However, the bidder shall be responsible for complete Supply , erection , commissioning till handing over of all items covered under this enquiry.
9.2 Indian Bidder
9.3.1 The Indian Bidders shall quote the price FOT WORKS for the Indian Shop, duly packed, and on F OT Site basis as per price schedule showing separately 1) Supply of Materials and ( 2) Services. Such prices shall include duties and taxes paid or payable on raw materials and components incorporated or to be incorporated in the Goods offered.
9.3.2 Indian Bidder must quote separately his price and time for transportation of the materials to Vijaipur site respectively.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 8 of 21
NFVP/Bagging/2016
9.4 The following information wherever applicable is to be submitted in a separate
schedule.
a) Indian taxes and duties such as excise, sales tax etc. for the Goods offered by Indian Bidders.
b) Packing, Forwarding and Loading charges should be included in FOT Ex-
works price for Indian Bidders.
c) Item wise prices for recommended spare parts separately for Two years’ Operation and Maintenance Spares . SPARES FOR COMMISSIONING ARE INCLUDED IN THE VENDOR’S SCOPE .
d) Agency commission, if any, is included in the quoted price.
e) Per Diem rates for deputing Engineers and Technicians.
f) Fee / charges payable for Inspection by LRIS/ BVIS/ TUV/ PDIL as third party
Inspection agency as required by Owner.
g) Bidder’s cost of site assembly, pre-commissioning and commissioning until acceptance as per Technical specifications wherever applicable.
9.5 a. The breakup of price components indicated by the Bidder in the price schedule
will be solely for the purpose of facilitating the comparison of Bids by the Owner and will not in any way limit the Owner’s right to contract on different terms.
b. Vendors shall provide the details of imported items and value of imported
components in their bids.
9.6 Fixed Price
9.6.1 Prices quoted by the Bidder shall be fixed and not subject to any escalation whatsoever during the period of Bid validity and execution of the Contract / Purchase Order. A Bid submitted with an adjustable price may be treated as non- responsive and rejected.
9.6.2 Prices shall be written in both Words and figures. In the event of difference, the
prices in words shall be valid and binding. Unit prices shall be considered correct in the event of any discrepancy with regard to the total price.
10.0 DOCUMENTS ESTABLISHING BIDDER’S QUALIFICATIONS
10.1 Pursuant to Article 7 the Bidder shall furnish, as part of the Bid, Documents establishing the Bidder’s qualifications to perform the contract, if the Bid is accepted.
10.2 The documentary evidence of the Bidder’s qualifications to perform the contract,
if the Bid is accepted, shall establish to the Owner’s satisfaction.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 9 of 21
NFVP/Bagging/2016
a) that, in case of a Bidder offering to Supply Goods under the order which
Goods the Bidders does not manufacture or otherwise produce, the Bidder has been duly authorized by the Goods’ manufacturer or producer to Supply the Goods in Owner’s country, India.
b) that, the Bidder has the financial capacity necessary to perform the contract
in the form of a Certificate from their Bankers.
11.0 DOCUMENTS ESTABLISHING CONFORMITY OF GOODS TO BIDDING
DOCUMENTS
11.1 Pursuant to Article 7, the Bidder shall furnish, as part of the Bid, Documents establishing conformity to the Bidding Documents of all Goods and Services which the Bidder proposes to Supply under the conditions of Contract / Purchase
11.2 The documentary evidence of the conformity of Goods and Services to the Bidding
Documents may be in the form of literature, Drawings and Data. Bidder shall furnish: a) Detailed description of the essential Technical and Performance
characteristics of the Goods.
b) A list, giving full particulars including available sources and current prices of all spare parts, special tools etc., necessary for the proper and continuous functioning of the Goods for a period of two years following commencement of the use of Goods by the Owner; and
c) Clause-by-clause comments on the Owner’s Technical specifications
demonstrating the substantial responsiveness of the Goods and Services to those specifications or a statement of exceptions to the provisions of the Technical specifications.
11.3 For purpose of the comments to be furnished pursuant to article 11.2 (c) above, the Bidder shall note that standards for workmanship, material and equipment and reference to brand names or catalogue numbers, designated by the Owner in his Technical specifications are intended to be descriptive only and not restrictive.
The Bidder may substitute alternative standards, brand names and/ or catalogue numbers in his Bid provided that he demonstrates to the satisfaction of Owner that the substitutions are substantially equivalent or superior to those designated in the Technical specifications.
12.0 BID SECURITY
12.1 The Bidder shall furnish, as part of his Bid, one Bid Security in the form of a Bank Guarantee, issued by a Nationalized Indian Bank. The Bid Security shall be
in favour of the National Fertilizers Limited. The amount shall be as indicated in
the body of ITB. The Bank Guarantee shall be in the form, which is attached at
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 10 of 21
NFVP/Bagging/2016
Attachment V. A Bid Security can be in the form of a demand draft in favour of National Fertilizers Limited payable at Vijaipur.
12.2 Any Bid other than that mentioned in article above not accompanied with the Bid
Security may be rejected by the Owner as non-responsive.
12.3 The Bid securities will be returned to the unsuccessful Bidders on acceptance of
one of the invited Bids or when the Bid is cancelled by Owner.
12.4 The successful Bidder’s Security will be di charged upon the Bidder accepting the Contract / Purchase Order and furnishing the Performance Security required by each Contract / Purchase Order.
12.5 A Bid Security may be forfeited without prejudice to any other right or remedy of
Contract / Purchaser
a) If a Bidder withdraws his Bid during the period of Bid validity specified by the Bidder on the Bid forms; or
b) In the case of successful Bidder, if the Bidder fails:
i) To sign the Contract / Purchase Order in accordance with article 27,
or ii) To furnish Performance Security in accordance with article 28
13.0 PERIOD OF VALIDITY OF BIDS
13.1 Bids shall be kept valid for at least 180 days from the Bid closure date. A Bid valid for shorter period may be rejected by the Owner as non-responsive.
13.2 In exceptional circumstances, the Owner may solicit the Bidder’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing or by fax / email. A Bidder having been granted the request, will neither be required nor permitted to alter the Bid.
14.0 FORMAT OF BID
The Vijaipur Unit of National Fertilizers Ltd. has decided to line up the contract
through e-tendering mode under TWO PART BID system. The NIT will be posted on
our E-Tender Portal https://nfl.etenders.in from where the registered Tenderer(s) /
Bidder(s)will be able to download the tender documents for participation in the tender and
submit their bids online. The tender submission, tender closing and opening will be done
electronically and online.
15.0 SYSTEM REQUIREMENT FOR E- TENDERING
i. Computer with minimum i3 Processor or equivalent, having 1 GB RAM and 80
GB HDD Capacity (Minimum)
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 11 of 21
NFVP/Bagging/2016
ii. Operating System Required: - Window 7 Ultimate / Professional / Enterprises / Ultimate - Window XP (Service Pack 3 and Above) iii. Internet Speed of 512 kbps or above iv. Browsers: Preferred Browsers Mozilla Firefox or Google Chrome v. Adobe Acrobat Profession 6 or above for digitally signing the Document vi. Java 7 Update 67 (Updated 32 bit Java version & above) – Essential vii. Java Settings - Download and Install Java 7 Update 67 available under ‘System Requirement’ Tab on the home page of https://nfl.etenders.in - After installation, open Control Panel and Click on Java Icon - Click ‘Security’ Tap on the Java Configuration Panel and bring the Security Level to Medium. Click on Edit Site List Tab and add the URL name https://nfl.etenders.in and click ‘Add’ Tab and ‘Ok’ Tab - Open the Java Control Panel and Click the Tab ‘Advanced’ - Select ‘Show Console’ under Java Console - Select ‘Always Allow’ under JNLP File/MIME Association - Select ‘Disable Verification (Not recommended)’ under Mixed Code (Sandboxed vs. Trusted) Security Verification viii. Digital Certificate Once the above pre−requisites are configured / available in the system, users can click on https://nfl.etenders.in and the e-Tender portal will be available
16.0 SYSTEM FAILURE
NFL shall make all out efforts to rectify the problems leading to system failure during the live tendering. However in case the system could not be restored within a reasonable time period as deemed fit by NFL, the following measures shall be taken under such an eventuality:
1 Tender is prepared and released but
Tenderer(s) / Bidder(s) are not able
to submit their bids.
The due date of closing / opening shall be
extended suitably.
2 Bids have been submitted but the
same cannot be opened by NFL.
The due date of opening shall be extended
suitably.
17.0 MODIFICATIONS AND WITHDRAWAL OF BIDS
17.1 No amendment to the tender would be admissible under any circumstances, whatsoever after the closing date and time of receipt of tenders.
17.2 A withdrawal notice may also be sent by e-mail / fax, but it has to be followed by a
signed confirmation copy, post marked not later than the Due Date for submission of Bids.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 12 of 21
NFVP/Bagging/2016
17.3 No Bid shall be withdrawn in the interval between the Due Date for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid form.
18.0 OPENING AND CLARIFICATION OF BIDS
18.1 The Bids will be opened online on the date and time stipulated in the ITB. 18.2 To assist in the examination, evaluation and comparison of Bids, the Owner may, at
their discretion, ask the Bidder for any clarification of Bid.
19.0 PRELIMINARY EXAMINATION
19.1 The Owner will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether the required Bid securities have been furnished, whether the Documents have been properly signed, whether validity of the Bid is in conformity with the ITB and whether the Bids are generally in order.
19.2 The prices should be written both in words and figures and that in case of any
deviation, prices in words shall be valid and binding. In case of any error in totals indicated by Bidder, the unit prices shall be considered valid and binding on Bidder.
19.3 Prior to the detailed evaluation, the Owner will determine the substantial
responsiveness of each Bid with reference to the Bidding Documents. For the purpose of this article a substantially responsive Bid is one which conforms to all the terms and conditions of the Bidding Documents without material deviations. The
Owner’s/Consultant’s determination of a Bid’s responsiveness is to be based on the
contents of the Bid itself without recourse to extrinsic evidence.
19.4 A Bid determined as substantially non-responsive is liable to be rejected by the Owner and may not subsequently be made responsive by the Bidder by correction of the non-conformity.
19.5 The Owner may waive any minor informality or non-conformity or irregularity in a
Bid, which does not in their opinion, constitute a material deviation.
19.6 After a preliminary screening based on bot h Technical and Un-Priced Commercial evaluation, Bidders will be short-listed. In the event that any clarifications are required, then such clarifications shall be obtained from such short-listed Bidders only. Based on the clarifications, the Technically acceptable Bidders may be permitted to submit a revised price or add on price on their original quoted price, if any, (in a sealed cover) on a prefixed date and time which shall be communicated to the Bidder.
20.0 EVALUATION AND COMPARISON OF BIDS
20.1 The Owner will evaluate and compare only those Bids, which are determined to be substantially responsive pursuant to Article 19.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 13 of 21
NFVP/Bagging/2016
20.2 The Owner’s evaluation of a Bid shall be done on the basis of Cost as completed at Vijaipur and take into account the following:
i Base price of equipment, materials, civil work and erection & commissioning work.
ii The cost of spare parts for erection & commissioning and recommended
maintenance spares for 2-years trouble free services. This cost will be added to the Equipment cost.
iii Interest Calculation against Mobilization Advance (a) Interest calculation against Mobilization Advance.
Mobilization advance not exceeding 10% contract value may be considered for Bidders. Interest shall be calculated on mobilization advance @SBI PLR+1% (presently SBI PLR is 14.05%),per Annum
Sn Payment Terms Period of Loading . 1. Advance against LOI/PO Full completion period + 30 days
iv. Inland Transportation Charges
Inland transportation charges shall be calculated as - upto 400 K ms @1% EXW Price; for 401 to 800 k ms-@2% EXW Price & above 800 k ms @3% EXW Price for Indian and CIF price for Foreign bidders.
All Indian parties are requested to quote EXW Price and freight charges up to Vijaipur Site, compulsorily. If all the parties have given freight charges up to site the same shall be considered for evaluation. However, if only some parties have given freight charges, NFL reserves the right to load for such parties who have not quoted freight charges with prevailing freight charges. NFL’s decision on this regard shall be final and binding on these Bidders.
v Inland Insurance
The Inland Insurance shall be calculated @0.05% .
vii Custom Duty
All formalities with custom authorities including Contract Registration, finalization and reconciliation shall be completed by the Contractor at their own cost.
vii Taxes and Duties
As quoted by Bidders, otherwise as applicable.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 14 of 21
NFVP/Bagging/2016
viii Loading On Account Of Higher Completion Period
(a) In the event of quoted completion time for project being more than the stipulated time as per clause 5.0 of the technical specs, the quoted price for the project shall be loaded @ Rs 920000 (nine lac twenty thousand four hundred and forty nine)/ month for the difference in quoted and stipulated time. It may be noted that no benefit shall be granted in the event quoted completion time for project being less than the stipulated time as per clause 5.0 of the technical specs.
(b) The loading as mentioned at (a) shall not be applied in case the quoted delivery does not meet the project requirement and the bid shall not be qualified.
ix Calculation of Effective Completion Period
The enquiry provides the delivery to be counted from LOI. Wherever the Bidder does not agree to the above condition following criteria will be used for calculating the effective completion period for evaluation purpose:
Delivery basis as per bidder offer
Loading in months to be added to quoted delivery
From receipt of PO One month
From drawing approval Two months or time indicated for Submission of approval, whichever Is more.
On receipt of Letter of Credit Two months
When the Bidders ask for grace period for applicability of damages, the same shall be added to the quoted delivery period. The completion period computed on the above basis shall be taken as completion period for each Bidder for the purpose of evaluation.
x Price Reduction Due To Delay in completion If deviation is noted in the quoted damages, the following loading criterion shall be adopted:
Quoted damages Loading Criterion
-------------------- --------------------- 0.50% per week subject to a ceiling of No loading 5.00% of total order value (as per enquiry)
Reduction accepted on undelivered value 2.50% loading on total instead of total order value (as per enquiry) installed price
Non acceptance of damages 5.00% loading on total
Installed price
Liquidated Damages accepted in place of Price Reduction Clause 5.00% loading on total installed
Price
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 15 of 21
NFVP/Bagging/2016
xi Loading on account of discrepant/variation in the Warranty period
Enquiry calls for Warranty period of 12 m months from the date of commissioning. Wherever the Bidder quoted reduced Warranty period, the following loading criterion shall be adopted:
Warranty Period Loading as % of total contract Price
-------------------- --------------------------------------------- Less than 12 months from 10% x (12- quoted Warranty in months)/ 12 Date of commissioning
In case bidder quotes lower % of Performance Bank Guarantee (PBG) and the same is acceptable, warranty period remaining same, price shall be loaded as follows:
PBG amount loading as % of total contract Price.
Less than 10% (10 – quoted percentage of total contract Price)
If the sum of loading under 22.2 xiii
is more than 10% of total landed Price, then the loading shall be limited to 10%
xii. Any clarification / confirmation having negative price implications received from Bidder after price Bid opening shall be considered only for ordering purposes and not for evaluation purposes. However, clarification/confirmations having additional price implication shall be considered for evaluation purpose.
xiii Other Charges
Other charges, if any, such as documentation charges for providing extra sets of Drawings/ reproducible etc. shall be considered as under:
In case of item wise evaluation, the documentation charges quoted by the Bidder, will be loaded on each item. In other cases, it will be loaded on total cost.
xiv Third Party Inspection Charges
Wherever Bidders have not indicated third party Inspection charges, highest third party Inspection charges quoted by other Bidder shall be loaded for comparison purpose.
xv No Mod-vat credit will be considered for evaluation purposes but excise registration will be insisted upon.
xvi Contract / Purchase pr eference for products and s ervices of Central Public Sector Undertakings enterprises will be allowed as per Government Circular No DPE/13(12)/2003-Fin-Vol.II dated 18/07/2005 for Contract / Purchase value of Rs 5.0 Crore but not exceeding 100.00 crore as and if applicable on the date of bid opening. However this Contract / Purchase preference to Public Enterprises shall be subjected to penalties for cost overrun etc.
xvii Vendor should submit their bid strictly as per Price Bid format. NFL reserves the right to load the offer of the parties who have not indicated the details of component
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 16 of 21
NFVP/Bagging/2016
mentioned in price bid format with the highest rate quoted by other bidder for the particular component.
xviii Evaluation of bid shall be done on composite basis i.e. Supply portion plus Erection and Commissioning portion.
20.3 The Owner’s evaluation shall also take into account the following:
1. Bidder's experience in manufacturing similar equipment for similar duties and whether such equipment are in service and operating satisfactorily for a minimum period to two years in plant installation of any project completed within the previous fifteen years at designed conditions. Bids not fulfilling this requirement may not be considered technically acceptable.
2. Maintainability of supplied items and availability of maintenance
assistance/ support.
3. Bidder's financial stability.
4. The availability of spares parts, components and after-sales service .
5. Confirmation of the sub-Bidders that for future Supply of spare parts for bought out items, the sub-Bidder shall Supply such spare parts directly to the owner, if so requested.
6. Technical quality (Efficiency, Reliability and Suitability).
7. Expiry date of Bidder's wage agreement with their worker's unions.
8. Bidder's quoting firm prices will be given preference over Bidder's prices subject to
escalation.
9. Guarantee delivery period as stipulated in the invitation to Bid.
10. Terms of payment.
11. Cost of spare parts for 2-year trouble free service.
12. Cost of Bidder assistance in erection and commissioning.
13. Cost of expediting and Inspection.
14. Bidders Guarantee (nature of warranties and Warranty period).
15. Compliance with Bid terms in respect of specifications, Drawings and
Data Sheets.
16. Willingness to give shop Drawings of spare parts and main equipment.
17. Bidder's from Indian PSE's (Public Sector Enterprises) or Joint venture with PSE's.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 17 of 21
NFVP/Bagging/2016
20.4 Following tenders are liable to summary rejection:
1. Tenders that do not fulfill all or any of the conditions in Eligibility Criteria or are incomplete
in any respect.
2. Tenders which contain uncalled for remarks or any alternative/additional conditions;
3. Tenders submitted by tenderers who resort to canvassing.
4. NFL reserves the right to blacklist such parties for participating in any of the present or
future biddings for a period of two years 2 years , if the bidder with the malafide intention
of committing fraud tries to hamper or delay the bidding process on the basis of
unsubstantiated / baseless complaints or publicity .
5. Tenders where prices have not been quoted strictly as per enclosed Schedule of Rates.
6. Once the tenders are opened, no correspondence offering rebates etc will be accepted
by the Company under any circumstances, unless asked for by NFL
7. The bidder must ensure that tender documents/offer has been signed by an
appropriate/authorized representative of the Company.
21.0 TERMS OF PAYMENT
21.1 The payment to Contractor will be made as per terms of payment set forth herein. No payments shall become due and payable before :
a) Acceptance of Letter of Award. b) Submission of Bank Guarantee in Attachment V for interest bearing advance
payment of maximum up to 10%, if agreed by owner of the total order price plus interest as applicable and acceptance of the such Bank Guarantee by the OWNER.
c) Submission of Security cum Performance Bank Guarantee for 10% of the Total Contract Price in Attachment V and acceptance of the same by Owner.
d) Signing of Contract Agreement e) Signed commercial invoices
Payment shall be made within 30 day s of receipt of a l l the above
Documents, physical verification & certification by the owner.
21.2 Mobilization advance not exceeding 10% of contract amount may be considered for Indian Bidders with interest at a flat rate of SBI PLR+1% (presently SBI PLR is 14.05%),per annum. 21.2.1 Delay in payment of advance for any reasons shall not increase the agreed delivery
period. 21.3 Progressive payment against milestone shall be considered on the following basis.
a) 85 % after adjustment of advance pro-rata payment if any against
completion of following activities after physical verification & certification by Owner .
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 18 of 21
NFVP/Bagging/2016
i) License & Basic Design Fees : 85% after adjustment of advance if any on submission of Basic Engineering Package.
(ii) Civil Work : 85% after adjustment of advance if any on pro-rata monthly instalments linked with progress of work against certification of Owner as per the billing schedule submitted by the Contractor and approved by the Owner.
(iii) Supply of Equipment’s, machinery, electrical, instruments, piping,. Proprietary supplies, commissioning spares etc. including Taxes and Duties, Transportation to site, port handling and clearance charges: 85% after adjustment of advance if any on pro-rata basis on receipt of items at site against physical verification & certification by Owner .
(iv) Spares including taxes & duties, transportation to site, port handling & clearance charges : 85 % after adjustment of advance if any on physical handing over of spares and acceptance of the same by owner.
(v) Insurance Charges: 85% after adjustment of advance if any against the documentary evidence in support of taking insurance cover and on proof of instalment payment.
b) MECHANICAL COMPLETION :
5 % of Total order Price on acceptance & issue of Mechanical Completion Certificate for all the thirteen machines. [Mech completion shall mean the checking and testing of all
equipment (Mech., Electrical, Instrument) and construction to confirm that the installation is in accordance with drawings and specifications and ready for service in a safe manner and in compliance with project requirements(clause 1.5 of Attachment-III]
c) FINAL PAYMENT :
10% of the Total order Price on successful completion of guarantee tests as specified in the contract and within 60 days of FINAL ACCEPTANCE of the plants & facilities by the Owner and shall be released subject to fulfilment of conditions of ITB. However if the project is shelved off after modification in first two stations the
payment shall be made as per clause 23.1 l of the Attachment-II (general conditions).
21.4 All Bank charges of Contractor / Supplier’s Bankers shall be to the Contractor /
Supplier’s account.
21.5 Dispatches after due delivery date with pre-determined damages as per provisions of article 23.1 of the General Conditions of Contract / Purchase shall be made only after written approval of Owner which may be accorded at Owner’s discretion in exercise of options available under aforesaid article 23 of the General Conditions of Contract / Purchase.
22.0 ADVANCE PAYMENT AGAINST BANK GUARANTEE
22.1 In the event that the terms of payments in the Contract / Purchase Order stipulate payment of advance, Bidder shall furnish a Bank Guarantee on stamp paper of
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 19 of 21
NFVP/Bagging/2016
Rs.100/- (Rs. One hundred only) for the amount to be paid in advance, as per pro- forma enclosed issued by or counter-guaranteed by any nationalized Bank. Such advances shall bear interest at a f lat rate of @SBI PLR+1% (presently SBI PLR is14.05%), per annum. The charges for confirmation, if any, will be to the Contractor / Supplier’s account. The Bank Guarantees shall have a validity period upto 180 days from the date of delivery stated in the Contract / Purchase Order. The validity will be subject to extension should delays in delivery occur.
23.0 CONTACTING THE OWNER
Any effort by a Bidder to influence to Owner in the Owner’s Bid evaluation, Bid comparison or Contract / Purchase order award decisions may result in the rejection of the Bidder’s Bid.
24.0 RIGHT TO CHOOSE THE ALTERNATIVE BID
24.1 Owner shall have the right to choose the Alternative Bid for award of order, and the
decision taken by Owner shall be final and binding on Bidder.
24.2 The Owner will determine to their satisfaction whether the Bidder selected is qualified in their opinion to satisfactorily perform the contract.
24.3 The determination will take into account the Bidder’s financial, Technical and production capabilities. It will also be based on an examination of the documentary evidence submitted by the Bidder.
24.4 An affirmative determination will be a prerequisite for award of order to the Bidder. A
negative determination will result in rejection of the Bidder’s Bid.
24.5 Subject to article 20, the Owner will award the order to the successful Bidder, whose
Bid has been determined to be substantially most responsive and has been determined as the lowest evaluated Bid after the final negotiations held with (if deemed necessary by Owner) the most competitive Bidders.
25.0 ACCEPTANCE OF ANY BID AND REJECTION OF ANY OR ALL BIDS
Notwithstanding anything to the contrary contained herein, the Owner reserve the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids, at any time prior to award of Contract / Purchase Order, without thereby incurring any liability to the affected Bidder, or Bidders, or of any obligations to inform the affected Bidder, or Bidders of the grounds for the Owner’s action.
26.0 NOTIFICATION OF AWARD OF ORDER
26.1 Prior to the expiration of the period of Bid validity or extension thereof, the Owner will notify the successful Bidder by fax to be confirmed by post copy that the Bid has been accepted and the fax above will constitute formation of the Contract / Purchase Order. The Notification of award shall be done separately for Supply and Services.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 20 of 21
NFVP/Bagging/2016
26.2 The successful Bidder on receipt of “Notification of Award of Order” which may be in
the form of Letter of Intent shall convey his acceptance by return fax and to be confirmed by letter within 10 days.
26.3 Completion period / schedule shall be counted from the date of transmission of
“Notification of Award of Order”.
27.0 SIGNING OF CONTRACT / PURCHASE ORDER
27.1 Owner will send three copies of the Contract / Purchase Order to the successful Bidder who, within 10 days of the receipt of the same, shall sign and return two copies to the Owner as a token of his unconditional acceptance failing which Owner has the right to cancel / withdraw the Contract / Purchase Order and forfeit the Bid Security.
28.0 SECURITY CUM PERFORMANCE GUARANTEE
28.1 Within 30 days of Notification of Award of Order from the Owner, the successful Bidder shall furnish the Security cum Performance Guarantee in the form of Bank Guarantee issued or counter Guaranteed by any Nationalized Bank in accordance with the general conditions of Contract / Purchase or any other form acceptable to the owner.
28.2 The Security cum Performance Guarantee in the form of Bank Guarantee shall be
for an amount equal to 10% of the Contract / Purchase Order value and s hall be valid for the duration of the Contract / Purchase Order delivery period plus any defects-liability period, and s hall be towards faithful Performance of the Contract / Purchase Order obligations by the Contractor / Supplier, and to fulfil all the warranties and Guarantees. The Bank Guarantee shall be valid to cover delivery period plus 12 months from the date of commissioning with a claim period of six ( 6) months over and above the validity The Bank Guarantee shall be issued or counter Guaranteed by a Nationalized Bank. The charges for confirmation, if any, will be to Contractor / Supplier’s account. This Bank Guarantee shall be ex tended for a further period as stated at Article 9.4 of the General Conditions of Contract / Purchase to cover the defects-liability period.
28.3 Failure of the successful Bidder to comply with the requirements of article 27 or
article 28 shall constitute sufficient grounds for the annulment of the award in which event the Owner may make the award to the other responsive Bidder or call for new Bids, without prejudice to Owner’s/Consultant’s right and remedies as set forth in
article 25 of general conditions of Contract / Purchase. 28.4 The non-judicial paper shall have to be Purchased in the name of the Bankers
executing the Bank Guarantee and not in the name of the Bidders.
INSTRUCTION TO BIDDERS
ATTACHMENT- I
NFVP/BAGGING/2016 0
REV
Page 21 of 21
NFVP/Bagging/2016
29.0 DELIVERY
29.1 The Bidders are required to quote their best delivery period for equipment under this enquiry.
29.2 Delays shall attract price reduction which shall be predetermined and mutually
agreed for such delay. The application of such clause shall be notified to Contractor / Supplier.
30.0 EXCEPTIONS
No exceptions are to be taken by the Bidder to the Bid Documents including Technical specifications, general and special conditions of Contract / Purchase. However, unavoidable exceptions, if any, both Technical and commercial, are required to be listed and submitted separately, as per Attachment VI including the applicable cost and time in the priced commercial Bid. Exceptions should be clearly stated in the Un-Priced Commercial Bid with a statement that cost implications for withdrawal have been given in the priced commercial Bid. Time implications of withdrawal of exceptions should be given in the Un-Priced Commercial Bid.
Unless the exceptions are listed separately as explained above, the Owner will assume that the Bidder is complying with the Bid Documents, and no cognizance shall be given to any exceptions stated anywhere else in the Bidder’s offer.
31.0 Bidder’s Data
31.1 In addition to compilation of Documents/ Drawings/ Data required in the Technical specifications, Bidder’s Data, as noted on the attached Bidder Data requirements form, are also to be furnished by the dates noted in the applicable column. Bidder is to comply with all “Instructions” detailed in this form. All Bidder Data are to be submitted to Owner / Consultant. Bidder Data shall be furnished in electronic form also.
31.2 Bidder shall incorporate Contract / Purchase Order number, requisition number(s),
item number(s), item(s) description and tag number(s) on al l Bidder Data as called for on the attached form and any other Data required by applicable specifications pertaining to the Contract / Purchase Order.
31.3 The reproducible Drawings furnished by Bidder must be of top quality from which legible and clearly defined prints can be obtained. Drawings not meeting this requirement will be returned until acceptable reproducible are received. Installation, operation and maintenance details, when called for on the attached Bidder Data requirements form, shall include instruction books, dimensional / sectional Drawings, recommended spare parts list and interchangeability, lubricant recommendation and complete parts list with detailed information for each part.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 1 of 31
NFVP/BAGGING/2016 General Conditions
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
GENERAL CONDITIONS
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 2 of 31
NFVP/BAGGING/2016 General Conditions
ATTACHMENT-II GENERAL CONDITIONS OF CONTRACT
1.0 DEFINITIONS
In this general condition of CONTRACT the following terms shall be interpreted as indicated.
1.1 THE CONTRACT: shall means the agreement entered into between Owner and the
SUPPLIER, as recorded in the CONTRACT form, signed by the parties, including all Attachments and Annexures thereto and all documents incorporated by reference therein together with any subsequent modifications thereof in writing.
1.2 THE CONTRACT PRICE: shall mean the price payable to the SUPPLIER under
CONTRACT for the full and proper performance of his CONTRACTUAL obligations.
1.3 THE GOODS: shall means all of the equipment, machinery, and/or other materials which the SUPPLIER is required to supply to the owner under the CONTRACT.
1.4 SERVICES: shall means supervision to installation, commissioning, provision of
technical assistance, training and other such obligations of the SUPPLIER covered under the CONTRACT.
1.5 OWNER: shall mean NATIONAL F ERTILISER LI MITED having their corporate office
at A-11, Sector-24, Distt Gautam Budh Nagar, Noida, India and their registered office at Scope complex, Core III, 7 I nstitutional Area, Lodhi Road, Scope complex, New Delhi and shall include all their legal representatives, successors and assignees.
1.6 SUPPLIER OR VENDOR: shall mean the individual or firm supplying the goods and
services under the CONTRACT/ purchase order.
1.7 SUB CONTRACT: shall mean order placed by the SUPPLIER, for any portion of the order or work, after necessary consent of Owner.
1.8 SUB CONTRACTOR: shall mean any person or persons or firm or their legal
representatives, successors, assignees to whom part of order has been sub-let by the SUPPLIER.
1.9 DELIVERY: if not specifically mentioned earlier or elsewhere, the date shown on the bill
of lading, airway bill or railway receipt or lorry receipt(for Indian bidders only), as the case may be shall be deemed to be the date of dispatch along with the invoices together with all other documentation as shall be specified in the conditions of the CONTRACT/ purchase order. In case of FOR destination, CONTRACT/ purchase order delivery date shall be the date of receipt of equipment at site.
1.10 SITE: Shall mean the plant location at Vijaipur, District Guna (Madhya Pradesh) India
for which this CONTRACT has been issued and where the equipment shall be erected..
1.11 BATTERY LIMIT: shall mean the area within which plant/equipment are to be located.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 3 of 31
NFVP/BAGGING/2016 General Conditions
1.12 EQUIPMENT: Shall mean and include any equipment, machinery, electrical, instruments, materials, stores, good to be provided for under this CONTRACT and amendments thereto.
1.13 PLANT: Shall mean entire assembly of the equipment within specified battery limit.
1.14 DRAWINGS: Shall mean and include engineering drawings, sketches showing plants,
sections and elevations related to the CONTRACT together with modifications and/or revisions thereto.
1.15 SPECIFICATIONS: Shall mean and include schedules, detailed description, and
statement of technical data, performance characteristics, standards (Indian as well as international) as applicable and specified in the CONTRACT.
1.16 ENGINEER: Shall mean the engineer or executive-in-charge at site nominated by
Owner.
1.17 INSPECTOR: Shall mean any person or outside agency nominated or agreed by Owner to inspect equipment stage wise as well as final inspection, before dispatch, at Supplier’s work and on receipt at site as per the terms of the CONTRACT.
1.18 TESTS: Shall mean such process or processes to be carried out by the SUPPLIER as
are prescribed in the CONTRACT or considered necessary by Owner or their representatives in order to ascertain quality, workmanship, performance and efficiency of equipment or part thereof.
1.19 APPROVAL: Shall mean and include the written consent, either manuscript, type-written
or printed statement, under signature or seal, as the case may be, of the Owner or their authorized representative on documents, drawings or other particulars in relation to the CONTRACT.
1.20 FOB, C&F, CIF, FAS, FOR, FOT & EX-WORKS: Shall mean the terms as defined in the
international rules for the interpretation of trade terms 2000 ( Incoterms) with the latest modifications incorporated. The terms FOR and F OT are exclusively meant for Indian bidders only.
1.21 TERMS AND EXPRESSIONS not herein defined shall have the same meaning as are
assigned to them in the Indian sale of goods act, 1930, failing that in the Indian CONTRACT act (1872) and failing that in the General Clauses Act (1897) including amendments thereof, if any.
1.22 COMMENCEMENT DATE OF CONTRACT: Shall mean the date on which the letter of
intent is issued
1.23 COMPLETION PERIOD: Shall mean the period from the commencement date of CONTRACT to mechanical completion, erection and commissioning of all the equipment’s under the CONTRACT.
1.24 MECHANICAL COMPLETION: Shall men readiness to take feed except on minor
respect, which does not prevent trial runs with all necessary statutory approvals duly obtained as may be required, for the purpose of carrying out the trial runs.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 4 of 31
NFVP/BAGGING/2016 General Conditions
1.25 TRIAL RUN AND COMMISSIONING: Shall mean complete erection, testing, commissioning and securing of guarantees for defect free operation.
1.26 PROJECT COMPLETION: Shall mean the readiness of the facilities in all respect for
commissioning at its rated capacity after successful trial run. 1.27 MONTH: Shall mean a calendar month.
2.0 SCOPE OF CONTRACT
2.1 Scope of the CONTRACT shall be as defined in the CONTRACT specifications,
drawings and annexure and Attachments thereto. 2.2 Completeness of the equipment shall be the responsibility of the SUPPLIER. An y
equipment, fittings and accessories which may not be specifically mentioned in the specifications or drawings but which are usual or necessary for the satisfactory functioning of the equipment (successful operation and functioning of the equipment being SUPPLIER's responsibility) shall be provided by the SUPPLIER without any extra cost.
2.3 The SUPPLIER shall follow the best modern practices in the manufacture of high quality
equipment notwithstanding any omission in the specifications. The true intent and meaning of these documents is that SUPPLIER shall in all respects design, engineer, and manufacture and supply the equipment in a thorough workman like manner and supply the same in prescribed time to the entire satisfaction of Owner.
2.4 The SUPPLIER shall furnish six(06) copies in English language of technical documents,
final drawings, preservation instructions, operation and maintenance manuals, test certificates, spare parts catalogues. Before dispatch under confirmation to the Owner reproducible for final drawings shall also be furnished along with above 06 copies along with two Soft copy in CD
2.5 The documents once submitted by the SUPPLIER shall be firm and final. The SUPPLIER shall be responsible for any loss to the Owner consequent to furnishing of the incorrect data/drawings.
2.6 All dimensions and weights should be in metric system.
2.7 All equipment’s to be supplied and work to be carried out under the CONTRACT shall
conform to and comply with the provisions of relevant regulations/acts (state govt. or central government) as may be applicable to the type of equipment/work carried out and necessary certificates shall be furnished.
2.8 The SUPPLIER shall provide cross-sectional drawings wherever applicable to identify
the spare part numbers and t heir location. The sizes of bearings their make & number shall be furnished.
2.9 Specifications, design and drawings issued to the SUPPLIER along with tender
specifications and CONTRACT are not sold or given but loaned. These remain property
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 5 of 31
NFVP/BAGGING/2016 General Conditions
of Owner or their assignees and are subject to recall by Owner. The SUPPLIER and his employees shall not make use of the drawings, specifications and technical information for any purpose at any time except for manufacture against the CONTRACT and shall not disclose the same to any person, firm or corporate authorities, without written permission of Owner. All such details shall be kept confidential.
2.10 SUPPLIER shall pack, protect, mark and arrange for dispatch of equipment as per
instructions given in the CONTRACT 3.0 STANDARDS
3.1 The goods supplied under this CONTRACT shall conform to the standards mentioned in
the technical specifications, or such other standards which ensure an equal or higher quality and when no applicable standard is mentioned, to the latest standards issued by an authority/recognized institution in the country of origin of the goods shall be applicable.
4.0 INSTRUCTIONS, DIRECTIONS AND CORRESPONDENCE
4.1 The materials described in CONTRACT are to be supplied according to the standards,
data sheets, tables, specifications and drawings attached hereto and/or enclosed with the CONTRACT itself and according to all conditions both general and specific enclosed with the CONTRACT, unless any or all of them shall have been modified or cancelled in writing as a whole or in part.
A) All instructions and orders to SUPPLIER shall, excepting what is herein provided, be
given by Owner.
B) All the work shall be carried out under the direction of and to the satisfaction of Owner.
C) All communications including technical/commercial clarifications and/or comments shall
bear reference to the CONTRACT.
D) Invoice for payment against CONTRACT shall be addressed to Owner.
E) The CONTRACT number shall be shown on all invoices, communications, packing lists, containers and bills of lading etc.
4.2 All correspondence from SUPPLIER shall be forwarded in duplicate (2 copies) to
owner's office in India on following address: ED NFL VIJAIPUR P.O.NFL TOWNSHIP DISTRICT GUNA MADHYA PRADESH PIN – 473 111 INDIA Fax no.: 07544-273089, 273109 Phone no: 07544- 273101
Email: [email protected]
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 6 of 31
NFVP/BAGGING/2016 General Conditions
4.4 Correspondence on technical and commercial matters shall be deal t with in separate letters for each CONTRACT and each copy of the letter shall be complete with all Annexures.
4.5 Correspondence for expediting and inspection shall be done directly with inspector with
two copies to consultant and one copy to owner at Delhi and one copy to owner at site office.
5.0 CONTRACT CONFIRMATION
5.1 Within ten (10) days from date of Notification of award of order, SUPPLIER shall sign
the CONTRACT and return it to the Owner. The copy of the CONTRACT shall be signed by an authorized officer of the company.
5.2 After CONTRACT confirmation/signing, the terms and conditions contained therein take
precedence over SUPPLIER's bid conditions and all previous correspondence. 5.3 If after award of CONTRACT, as per article 26 in ATTACHMENT-I the SUPPLIER does
not acknowledge receipt of award of order and/or fails to deposit the performance bank guarantee within the time period specified in the CONTRACT, as per Article 28 of ATTACHMENT I, the OWNER reserves the right to cancel the CONTRACT without prejudice to various rights and remedies the Owner may be entitled to as per terms and conditions of CONTRACT and without being liable in any manner whatsoever to the SUPPLIER.
6.0 MODIFICATIONS IN CONTRACT
6.1 All modifications leading to changes in the CONTRACT with respect to technical or
commercial aspects including terms of completion period shall be considered valid only when accepted in writing by Owner by issuing amendment to the CONTRACT. Issuance of acceptance or otherwise in such cases shall not be any ground for extension of agreed completion date and also shall not affect the performance of CONTRACT in any manner except to the extent mutually agreed to, through a modification to CONTRACT. Owner shall have the right to modify or amend the CONTRACT subject to an adjustment in the CONTRACT price and/or completion date in accordance with the applicable provision of the CONTRACT, if any, or pursuant to mutual agreement.
6.2 OWNER shall not be bound by any printed conditions, provisions in the SUPPLIER's bid
forms or acknowledgement of CONTRACT, packing list and other documents which purport to impose any condition at variance with or supplemental to CONTRACT.
7.0 USE OF CONTRACT/ PURCHASE ORDER DOCUMENTS AND INFORMATION
7.1 SUPPLIER shall not, without the Owner's prior written consent, disclose the
CONTRACT/ PURCHASE ORDER or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Owner in connection therewith, to any person other than a person employed by the CONTRACTOR/ SUPPLIER in the performance of the CONTRACT/ PURCHASE
ORDER. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purpose of such performance.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 7 of 31
NFVP/BAGGING/2016 General Conditions
7.2 CONTRACTOR/ SUPPLIER shall not without the Owner's prior written consent, make use of any document or information enumerated in article 7.1 except for purpose of performing the CONTRACT/ PURCHASE ORDER.
7.3 Any document other than CONTRACT/ PURCHASE ORDER, itself, enumerated in
article 7.1 shall remain the property of the Owner and shall be returned (all copies) to the Owner on completion of the CONTRACTOR/ SUPPLIER's performance under the CONTRACT/ PURCHASE ORDER if so required by the Owner.
8.0 PATENT RIGHTS
8.1 the CONTRACTOR/ SUPPLIER shall indemnify the Owner against all third party claims
of infringement of patent, trademark or industrial design rights arising from use of the goods or any part thereof in the Owner's country.
8.2 PATENT INDEMNITY
Seller hereby warrants that the use or sale of the materials delivered hereunder will not infringe claims of any patent covering such material (to the extent the design for such materials is not furnished by Owner ) and seller agrees to be responsible for and to defend at its sole expense all suits and proceedings against Owner based on any such alleged patent infringement and to pay all costs, expenses, judgments and damages which Owner may have to pay or incur by reason of any such suit or proceedings. Notwithstanding the foregoing Owner does not warrant against and s hall not be responsible for, claims of patent infringement based solely on the use of such materials in combination with other materials or equipment or in the operation of any process other than such process as may be inherent in the use of such materials.
8.3 MECHANICS LIEN
CONTRACTOR/Supplier agrees to indemnify and hold harmless Owner against all labourer's material man's and/or mechanic's liens arising from its work, and shall keep the premises of Owner free from all such claims, liens and encumbrances.
8.4 PERMITS AND CERTIFICATES
CONTRACTOR/Supplier shall procure, at its expense, all necessary permits, certificates and licenses required by virtue of all applicable laws, regulations, ordinances and other rules in force at the place where any of the works is to be performed, and seller further agrees to hold Owner harmless from liability or penalty which might be imposed by reason of any asserted or established violation of such laws, regulations, ordinances or other rule. N FL shall provide the necessary permits for seller's personal to undertake any work in India in connection with CONTRACT/ PURCHASE ORDER.
9.0 PERFORMANCE SECURITY
9.1 Within 30 day s after Notification of award of order (LOI) /CONTRACT/ PURCHASE
ORDER by CONTRACTOR/ SUPPLIER, the CONTRACTOR/ SUPPLIER shall furnish
to the Owner security in the form of a bank guarantee issued or counter guaranteed by Scheduled banks other than co-operative banks as per Article 28 of ATTACHMENT I for an amount equivalent to 10% of the value of CONTRACT/ PURCHASE ORDER or as specified in the special conditions of CONTRACT/ PURCHASE ORDER.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 8 of 31
NFVP/BAGGING/2016 General Conditions
9.2 The proceeds of performance security shall be appropriated by the Owner as
compensation for any loss resulting from the CONTRACTOR/ SUPPLIER's failure to complete its obligations under the CONTRACT/ PURCHASE ORDER without prejudice to any of the rights or remedies the Owner may be entitled to as per terms and conditions of CONTRACT/ PURCHASE ORDER.
9.3 The performance security shall be denominated in the currency of the CONTRACT/
PURCHASE ORDER and shall be in the form of a bank guarantee issued by one of the banks located in the owner’s country or counter guaranteed by a Scheduled bank as per article 28 of ATTACHMENT I
9.4 The performance security in the form of a bank guarantee shall be valid for the duration
of the supply period and of defects liability period. The period of defects liability shall be 12 months from the date of commissioning of equipment .With a claim period of 6 ( six) months over and above the validity The proforma for this bank guarantee is enclosed as ATTACHMENT-V. the performance security will be di scharged by the Owner not later than 15 days after the CONTRACTOR/ SUPPLIERs performance obligation including any warranty obligation under the CONTRACT/ PURCHASE ORDER are fulfilled. Note: Any bank guarantee may it be for advance payment, bid security or performance shall be issued or counter guaranteed by one of the Scheduled banks other than co-operative banks. Or in the alternative the guarantee may be given by the foreign bank duly counter guaranteed/confirmed by a scheduled bank other than co-operative bank. The charges for confirmation, if any, shall be to the CONTRACTOR/ SUPPLIER's account.
10.0 INSPECTION, TESTING AND EXPEDITING
10.1 All components of the system shall be subjected to inspection and testing at different
stages of manufacture by the Vendor as per relevant standard. After award of job a quality control plan shall be submitted by the bidder for review & approval by Owner / Owner’s inspection agency. Owner may inspect the material before despatch.
10.2 The OWNER or its representatives shall have their right to inspect and/or to test the goods to confirm to the specifications laid down in the CONTRACT/ PURCHASE ORDER. The OWNER shall notify the CONTRACTOR/Supplier in writing of the identity of any other representatives retained for this purposes. Expediting performed by Owner's representative in no way relieves the CONTRACTOR/Supplier of completion obligation under the terms and conditions of this CONTRACT/ PURCHASE ORDER.
10.3 The inspections and tests may be conducted on the premises of the CONTRACTOR/Supplier or his subcontractor/ supplier at point of completion and/or at the good's final destination. When conducted on the premises of the supplier or his sub- CONTRACTOR/ Supplier, all reasonable facilities and assitance including access to drawings and production data shall be furnished to the inspector at no charge to the
OWNER.
10.4 The OWNER's right to inspection, test and where necessary, reject the goods after the goods arrival in the OWNER's premises shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the OWNER or their representative prior to the goods shipment.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 9 of 31
NFVP/BAGGING/2016 General Conditions
10.5 The inspector shall follow the progress of the manufacture of the equipment under the CONTRACT/ PURCHASE ORDER to ensure that the requirements outlined in the CONTRACT/ PURCHASE ORDER are not being deviated with respect to schedule and quality.
10.6 CONTRACTOR/ SUPPLIER shall allow the inspector to visit, during working hours, the workshops relevant for execution of the CONTRACT/ PURCHASE ORDER during the entire period of CONTRACT/ PURCHASE ORDER execution.
10.7 CONTRACTOR/ SUPPLIER shall place at the disposal of the inspector, free of charge all tools, instruments, and other apparatus necessary for the inspection and/or testing of the equipment. The inspector is entitled to prohibit the use and di spatch of equipment and/or materials which have failed to comply with the characteristics required for the equipment during tests and inspections.
10.8 CONTRACTOR/ SUPPLIER shall ensure that the same permission is granted by his sub-CONTRACTOR/supplier to the inspector.
10.9 In respect of this inspection, CONTRACTOR/ SUPPLIER shall advise in writing of any delay in the programme at the earliest possible date, describing in detail what has caused the delay and the proposed corrective action.
10.10 All tests and trials in general, including those to be carried out for materials not manufactured by CONTRACTOR/ SUPPLIER shall be witnessed by the inspector. Therefore, CONTRACTOR/ SUPPLIER shall confirm with the OWNER by telex or cable about the exact date of inspection, with at least 30 day s notice. C ONTRACTOR/ SUPPLIER shall specify the CONTRACT/ PURCHASE ORDER item and quantities ready for testing and indicate whether a preliminary or final test is to be carried out.
10.11 If on receipt of this notice, OWNER should waive the right to witness the test, timely information will be given accordingly to the CONTRACTOR/Supplier.
10.12 Any and all expenses incurred in connection with tests, preparation of reports and analysis made by qualified laboratories/institutions, necessary technical documents, testing documents, and documents, and drawings shall be to CONTRACTOR/ SUPPLIER's cost. The technical documents shall include the reference and numbers of the standards used in the construction, wherever deemed practical by the inspector, with copy of such standards. CONTRACTOR/ SUPPLIER shall be held responsible for any possible delay in the approval or testing phase as well as for any possible delay in the remittance of necessary certificates. Delay on the part of the above mentioned institutions will not be considered a case of 'force majeure'.
10.13 Nothing in this article 10 shall in any way release the CONTRACT/ PURCHASE ORDER or from any warranty or to his obligations under this contract.
10.14 Arrangements for all inspections required by Indian statutory authorities and as specified in technical specifications shall be made by the CONTRACTOR/Supplier
10.15 Participation or presence of OWNER or their representatives at any tests or their failure to be present at or to witness any tests to be undertaken pursuant hereto shall not in any way or manner relieve or release the CONTRACTOR/ SUPPLIER from any of
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 10 of 31
NFVP/BAGGING/2016 General Conditions
its warranties, guarantees or other obligations under the CONTRACT/ PURCHASE ORDER.
10.16 Copies of all test results/report of the tests shall be furnished promptly by the contractor to the owner.
. 11.0 TIME SCHEDULE AND PROGRESS REPORTING
11.1 Time schedule network/bar chart.
11.1.1 Together with the CONTRACT/ PURCHASE ORDER confirmation, CONTRACTOR/
SUPPLIER shall submit to OWNER, his time schedule regarding the documentation, supply and manufacture of equipment and materials as well as information of his sub CONTRACT/ PURCHASE ORDERs to be placed with their parties, including the dates on which CONTRACTOR/ SUPPLIER intends to issue such sub CONTRACT/ PURCHASE ORDERs.
11.1.2 The time schedule will be i n the form of a network or a bar chart clearly indicating all
main or key events regarding documentation, supply of raw materials, manufacturing, testing, delivery, erection & commissioning.
11.1.3 The original issue and subsequent revisions of CONTRACTOR/ SUPPLIER's time
schedule and or sub CONTRACTOR’s / suppliers time schedules shall be sent to consultant in four copies .
11.1.4 The time schedule network/bar chart shall be updated at least every fortnight.
11.2 PROGRESS TREND CHART/MONTHLY REPORT
11.2.1CONTRACTOR/ SUPPLIER shall report fortnightly to OWNER the progress of the execution of CONTRACT/ PURCHASE ORDER and achievement of targets set out in time bar chart.
11.2.2The progress will be expressed in percentages shown in the progress trend chart.
11.2.3The first issue of the progress trend chart will be forwarded together with the time bar
chart along with CONTRACT/ PURCHASE ORDER confirmation.
11.2.4The monthly reporting will bear the updating of the progress trend chart.
11.3 PROGRESS PERFORMANCE
11.3.1OWNER or his representatives shall have the right to inspect CONTRACTOR/
SUPPLIER's premises to evaluate the actual progress of work on the basis of CONTRACTOR/ SUPPLIER's time schedule documentation.
11.3.2 Irrespective of such inspection, CONTRACTOR/ SUPPLIER shall advise OWNER at the
earliest possible date of any anticipated delay in the programme indicating the reasons thereof and corrective measures proposed thereto.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 11 of 31
NFVP/BAGGING/2016 General Conditions
11.3.3 In the event that the delay is caused by a delay in the completion of sub-CONTRACT/ PURCHASE ORDER equipment, CONTRACT/ PURCHASE ORDER or shall submit details together with copies of the appropriate orders and agreements entered with such sub-CONTRACT/ PURCHASE ORDER s.
11.4 Notwithstanding the above, in case progress on the execution of CONTRACT/
PURCHASE ORDER at various stages is not as per phased time schedule and i s not satisfactory in the opinion of the OWNER which shall be conclusive or if the CONTRACTOR/ SUPPLIER shall neglect to execute the CONTRACT/ PURCHASE ORDER with due diligence and expedition or shall contravene the provisions of the CONTRACT/ PURCHASE ORDER, OWNER may give notice of the same in writing to the CONTRACTOR/ SUPPLIER calling upon hi m to make good the failure, neglect or contravention complained of. Should the CONTRACTOR/ SUPPLIER fail to comply with such notice within the period of 30 days, the OWNER shall have the option and at liberty to take the CONTRACT/ PURCHASE ORDER wholly or in part out of the CONTRACTOR/ SUPPLIER's risk and cost and recover from the CONTRACTOR/ SUPPLIER all extra costs incurred by the OWNER on this account and agreed penalty. In such an event OWNER shall not be responsible for any loss that the CONTRACTOR/ SUPPLIER may incur and CONTRACTOR/ SUPPLIER shall not be entitled to any gain. OWNER shall, in addition have the right to confiscate performance security in full or part.
12.0 PACKING
12.1 The CONTRACTOR/ SUPPLIER shall provide such packing of the goods as is sea
worthy and is such as shall prevent damage or deterioration to them or any part thereof during transit to their final destination. The packing shall be sufficient to withstand without limitation to rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage., packing case size and weights shall take into consideration, where appropriate, the remoteness of the
goods' final destination and the absence of heavy handling facilities at all points in transit.
12.2 The packing, marking and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the CONTRACT/ PURCHASE ORDER/purchase order and subject to any subsequent instructions issued by the OWNER.
12.3 CONTRACTOR/ SUPPLIER shall be obliged to make compensation for all losses
suffered by owner due to CONTRACTOR/ SUPPLIER’s improper packing of the goods.
a) Spares shall be packed separately and identification marks tagged to each of the items, containing the following information’s and as per instructions specified in the CONTRACT/ PURCHASE ORDER :
i) Details Of Equipment’s And CONTRACT/ PURCHASE ORDER ii) Nomenclature Of Part/Component iii) Part No. iv) S.No of Part in CONTRACT/ PURCHASE ORDER. v) S.No Of Part In Spares Catalogue.
b) All Fragile and All Exposed Parts Shall Be Packed With Due Care and Packages
Shall Bear the Words "With Care "In English.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 12 of 31
NFVP/BAGGING/2016 General Conditions
c) All nozzles, pipes and all sheets shall be marked with straps bearing progressive
numbers.
d) All Holes And Openings As Also All The Machined Surfaces Shall Be Carefully Protected Against weather And Damages.
e) All Manufactured Surfaces Shall Be Painted With Rust Proof Paint.
f) All Threaded Fittings Shall Be Greased And Provided With Plastic Caps.
g) All Bright and Machined Parts Shall Be Coated with Appropriate Protective
Material suitable For Tropical and Coastal Climatic Conditions.
h) All Small Pieces Shall Be Wrapped In Jute Bags Lined With Polythene And Packed In Cases.
12.4 CONTRACTOR/ SUPPLIER is fully responsible for specification of the storage conditions for his equipment and materials, and C ONTRACTOR/ SUPPLIER is also responsible for any damage incurred due to faulty or missing instructions.
12.5 At least 30 ( thirty) days prior to final technical inspection, CONTRACTOR/ SUPPLIER
shall submit to Owner a complete description of the packing.
12.6 The CONTRACTOR/ SUPPLIER shall be liable for all damage or breakage to the equipment due to the defective or insufficient packing as well as for corrosion due t o insufficient protection. I n such an event CONTRACTOR/ SUPPLIER shall arrange for free replacement without any cost to owner.
12.7 In each package CONTRACTOR/ SUPPLIER will ensure that there is a packing list in
English language. The storage classification shall be agreed with Owner and indicated in the conditions of CONTRACT/ PURCHASE ORDER. A separate packing list in polythene / cellophane cover shall be affixed on to outside of each package.
13.0 DELIVERY AND DOCUMENTS
13.1 Delivery of the goods shall be made by the CONTRACTOR/ SUPPLIER in accordance
with the terms specified by Owner in schedule of requirements and the special conditions of Contract/Purchase and the goods shall remain at the risk of the CONTRACTOR/ SUPPLIER until delivery has been completed.
13.2 Dispatch shall be deemed to have been made when inspector has cleared the goods
for despatch and the CONTRACTOR/ SUPPLIER has dispatched the goods as per instructions contained in the order. Contractual delivery date shall be date of bill lading or railway receipt or lorry receipt as per the case may be, unless otherwise agreed in the body of the CONTRACT/ PURCHASE ORDER
13.3 The delivery terms are binding and final, consequently, no delay is allowed without the
written approval by owner / consultant. Any request concerning delay, though submitted by registered letter, will be void unless accepted by Owner through a modification / amendment to the CONTRACT/ PURCHASE ORDER. Request for extending delivery date should be made well before the due date of delivery.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 13 of 31
NFVP/BAGGING/2016 General Conditions
13.4 Delivery time shall include time for submission of drawings for approval, incorporation of comments, if any, and final approval of drawings by owner.
13.5 In the event of delay in supply of equipment and / or documents, CONTRACT/Purchase
order shall be liable for Price deduction as stipulated in Article 23.
13.6 If any part of equipment delivered has no commercial use, the delivery of the equipment shall be considered as delayed and owner reserves the option to send back the equipment so received to the C ONTRACTOR/ SUPPLIER in case the supply of balance items / orders are delayed beyond stipulated delivery period.
13.7 In case of delayed delivery period beyond the stipulated delivery even though formal
extension of completion time is allowed by owner, all extra costs on account of changes of statutory regulations / acts or increase in price of any other account
including price variation clause, if any, shall not apply to the CONTRACT/ PURCHASE ORDER price and shall be borne by the CONTRACTOR/ SUPPLIER.
13.8 The goods will not be considered as delivered in accordance with the CONTRACT/
PURCHASE ORDER and may invite a possible application of price reduction, if all the documents necessary for forwarding of the goods covered by CONTRACT/ PURCHASE ORDER as well as the required technical documentation and certificates as certified in the documentation delivery schedule attached to the technical specifications have not been received by owner / consultant.
13.9 The additional copies of final drawings and instructions will be included in the package
of equipment, properly enveloped and protected.
14.0 INSURANCE
Clause no. 4.0 of Special Conditions of contract is applicable.
15.0 DISPATCH TRANSPORTATION & SHIPPING INSTRUCTIONS
15.1 CONTRACTOR/ SUPPLIER shall arrange for dispatch of the goods by rail/road/air after
proper packing and protection as per instructions given in the CONTRACT/ PURCHASE ORDER All consignments shall be dispatched after inspection and issue of acceptance certificates unless otherwise agreed to in writing. All consignments shall be dispatched to consignee and not to self.
15.2 Part dispatches of the CONTRACT/ PURCHASE ORDER / purchase order shall not be
resorted to, unless otherwise agreed to in writing and provided in the CONTRACT/ PURCHASE ORDER.
15.3 ASSEMBLY MARKS AND NAME PLATES
15.3.1 All components/parts of the equipment, which dispatched in unassembled state, shall be adequately visible, indelibly hard marked with identification marks, comprising equipment description and number, part number and CONTRACT/ PURCHASE ORDER number which shall also be shown on drawings to facilitate speedy identification, assembling or dismantling.
15.3.2 Name plates on each equipment, name plate indicating basic details, pressure rating,
wherever applicable code number of equipment, electrical characteristics in case of
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 14 of 31
NFVP/BAGGING/2016 General Conditions
electrical equipment, name of instrument with tag no. Manufacturer's name shall be fixed at proper place.
15.4 HEAVY LIFT OR OVER DIMENSIONAL CONSIGNMENTS
15.4.1 For road transport in India, packages exceeding one or more of the following
measurements:
Weight 10 tonnes., length 5.5 m, width 2.12 m., height 2.1 m will be considered as heavy lift or over dimensional consignments (HLC'S OR ODC'S).
15.4.2 For railway transport in India, packages exceeding one or more of the following
measurements will be considered as over dimensional consignments:
Broad Gauge
A) Length 13716 Mm
B) Maximum Width 2845 Mm
C) Maximum Height 2743 Mm
D) Top Width At Max. Height 610 Mm
E) Height Of Max Width 2133 Mm
F) Weight 54 T
15.4.3 CONTRACTOR/ SUPPLIER shall send immediately on receipt of CONTRACT/ PURCHASE ORDER a list of ODC packages on the basis of the dimensions given in article 15.6.1 and 15.6.2 above.
15.4.4 For obtaining the approval of the Indian railway, CONTRACTOR/ SUPPLIER shall
submit the following particulars regarding each ODC.
A) Length Of Package B) Height Of Package At The Top (In Centre) And Sides C) Width At Top, Centre And Bottom D) Dimensions Of The Projections/ Nozzles, If any, along with their location on the
equipment. E) Gross And Net Weight Of The Package. F) Centre Of Gravity On Different Axis. G) Packing And Lashing Arrangement.
H) Mode Of Loading And Unloading. I) If special wagon/mode is to be adopted for the transport of the package, the
details of the same are to be provided in a drawing. Not later than 3 months before completion ex-works, contractor/ supplier shall send two (2) copies and one reproducible of each of the drawings for the equipment package having dimensions exceeding those stated in point 15.6.2 to the Owner.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 15 of 31
NFVP/BAGGING/2016 General Conditions
15.5 MARKING
15.5.1 SUPPLIER shall mark the following on three sides i.e. two side faces and cover (top) with indelible paint in conspicuously printed letters not less than 5 cm in size in English:
NATIONAL FERTILISER LIMITED NFL VIJAIPUR P.O. NFL TOWNSHIP DISTRICT GUNA, MADHYA PRADESH PIN 473 111 INDIA
INSTALLATION OF BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM OF BAGGING PLANT FOR NFL VIJAYPUR
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 16 of 31
NFVP/BAGGING/2016 General Conditions
CONTRACT/ PURCHASE ORDER no.
a) EQUIPMENT DESCRITION AND ITEM NO. b) PACKAGE NO OF c) GROSS /NET WEIGHT (KGS) d) Dimensions L x Wx H cms. e) Warning marks (fragile, attention, top, keep dry) etc. f) Forwarding no. g) Part shipment/full shipment/final shipment.
Each package shall bear a symbol stating the requirements or storing of the equipment contained in the package as follow:
"A" storage in a closed store-house. "B" storage under a shed "C" storage in the open
15.5.2 Depending on the characteristics of the equipment, packages have to be marked with
the appropriate international markings ("handle with care ","this side up", "sling mark" etc.) And any other indications necessary for correct handling such as centre of gravity and points of slinging (in case of heavy loads).
15.5.3 For packages where marking is not possible, at least two metallic name plates must be affixed. Marking on the plates will be by means of engraving or indelible paint and will include the information listed above.
15.5.4 All corners of the packages shall be painted with indelible "blue paint" at least 125 mm
in depth for easy identification/location of the packages for clearance and handling at the port.
15.5.5CONTRACTOR/ SUPPLIER will include in each package an item wise packing list,
invoice no. And associated drawings. 15.5.6 The packing list and any other documents shall be put in a closed polyethylene
envelope and included in each packages. 15.5.7 A second copy of the packing list shall be placed in a polyethylene envelope on the
outside of each package by means of metallic plate marked "documents".
As regards columns, exchangers and similar equipment, the envelope shall be placed in a nozzle being identified by an arrow in indelible paint, followed by the word "documents.
15.5.8 Shipping documents must always be presented in the number of copies indicated in the
CONTRACT/ PURCHASE ORDER/purchase order. The CONTRACT/ PURCHASE ORDER/purchase order will also include details regarding the shipping documentation.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 17 of 31
NFVP/BAGGING/2016 General Conditions
16.0 INCIDENTAL SERVICES 16.1 As specified in the special conditi0ns of CONTRACT/ PURCHASE ORDER, the
CONTRACTOR/ SUPPLIER may be required to provide any or all of the following services:
a) Supervision of on-site assembly/erection and or startup of the supplied Goods
b) Furnishing of tools required for assembly/ erection and or maintenance of the
supplied goods
c) Performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the CONTRACTOR/ SUPPLIER of any warranty obligations under this CONTRACT/ PURCHASE ORDER, and
d) Conduct of training of the OWNER's personnel, at the CONTRACTOR/
SUPPLIER's plant and/or on site , in assembly, start-up operation, maintenance and/or repair of the supplied goods.
16.2 Prices charged by the CONTRACTOR/ SUPPLIER for the preceding incidental services,
if not included in the CONTRACT/ PURCHASE ORDER price for the goods shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the CONTRACTOR/ SUPPLIER for similar services.
16.3 When required, CONTRACTOR/ SUPPLIER shall depute necessary personnel for supervision and/or erection of the Equipment at site for a duration to be specified by Owner on mutually agreed terms. CONTRACTOR/ SUPPLIER's personnel shall be available at site within 72 hours for emergency action and 10 days for medium and long term assistance, from the date of notice given by Owner.
16.4 CONTRACTOR/ SUPPLIER's personnel shall be paid part of their per diem rates in Rupees by the Owner for covering local expenses, in case charges for such services is not part of the Contract/PO.
16.5 CONTRACTOR/ SUPPLIER's personnel will follow the normal working hours at site
which is 48 hours per week, 6 days of 8 hrs/day.
16.6 At the request of consultant or owner, CONTRACTOR/ SUPPLIER shall at his expense, dismiss from work and replace any such employee as OWNER, may deem incompetent or careless or whose continued employment is deemed inimical to the interest of the OWNER or against public interest.
16.5 Other conditions of work at site shall be mutually discussed and settled.
17.0 SPARE PARTS, MAINTENANCE TOOLS AND LUBRICANTS
17.1 As specified in the CONTRACT/ PURCHASE ORDER, the CONTRACTOR/ SUPPLIER
may be required to provide any or all of the following materials and notifications pertaining to spare parts manufactured or distributed by the CONTRACTOR/ SUPPLIER.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 18 of 31
NFVP/BAGGING/2016 General Conditions
a) Such spare parts as the OWNER may opt to purchase from the CONTRACTOR/ SUPPLIER, provided that this option shall not relieve the CONTRACTOR/ SUPPLIER of any warranty obligations under the CONTRACT/ PURCHASE ORDER, and
b) All the spares for the equipment under the CONTRACT/ PURCHASE ORDER will
strictly conform to the specification and other relevant documents and will be identical to the corresponding main equipment/ components supplied under the CONTRACT/ PURCHASE ORDER and shall be fully interchangeable.
c) The CONTRACTOR/Supplier will provide the owner with all the addresses and
particulars of his sub-CONTRACTOR/ SUPPLIERs while placing the order on vendors for items/components/ equipment’s covered under the CONTRACT/ PURCHASE ORDER and will further ensure with his vendors that the owner, if so desires, will have the right to place order for spares directly on them on mutually agreed terms based on offers of such vendors.
d) The CONTRACTOR/Supplier shall guarantee the long terms availability of spares to the
owner for the full life of the equipment covered under the CONTRACT/ PURCHASE ORDER. The CONTRACTOR/Supplier shall guarantee that before going out of production of spare parts of the equipment covered under the CONTRACT/ PURCHASE ORDER, he shall give the owner at least 2 years advance notice so that the latter may order his bulk requirement of spares, if he so desires. The same provision will also be applicable to sub-CONTRACTORS Further, in case of discontinuance of manufacture of any spares by the CONTRACTOR/Supplier and/or his sub-CONTRACTOR, CONTRACTOR/Supplier will provide the owner, two years in
advance, with full manufacturing drawings, material specifications and technical information including information on alternative equivalent makes required by the owner for the purpose of manufacture/procurement of such items.
17.2 CONTRACTOR/ SUPPLIER shall complete item wise list with value of each item of
spare parts and maintenance tools requirements for
a) The construction and commissioning period b) 2 year's operation and maintenance period.
17.3 Spare parts shall be new and of first class quality as per engineering standards/codes,
free of any defects (patent or latent), deficiency in design, materials and w orkmanship and also shall be completely interchangeable with the corresponding parts.
17.4 Type and sizes of bearings shall be indicated.
17.5 Spare parts shall be packed for long storage under tropical and coastal climatic
conditions in suitable cases, clearly marked for the intended purpose. 17.6 A list of special tools and gauges required for normal maintenance and special handling
and lifting appliance if any, for the equipment shall be submitted to OWNER/consultant. 17.7 LUBRICANTS
17.7.1 Whenever lubricants are required, CONTRACTOR/ SUPPLIER shall indicate the
quantity of lubricants required for the first filling, the frequency of changing, the quantity of lubricants required for 1 year's continuous operation and the types of recommended lubricants indicating the commercial name (trade mark), quality and grade.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 19 of 31
NFVP/BAGGING/2016 General Conditions
17.7.2 If CONTRACTOR/ SUPPLIER are unable to recommend or where specific oil is recommended, basic recommended characteristics of the lubricants may be indicated.
17.7.3 CONTRACTOR/ SUPPLIER shall indicate various equivalents of lubricants available in
India.
18.0 WARRANTIES AND GUARANTEES
18.1 MATERIALS AND WORKMANSHIP WARRANTY
18.1.1 The CONTRACTOR/ SUPPLIER shall fully warrant that the goods supplied under the CONTRACT/ PURCHASE ORDER are new, unused; of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the CONTRACT/ PURCHASE ORDER. The CONTRACTOR/ SUPPLIER shall further warrant that all goods supplied under this CONTRACT/ PURCHASE ORDER shall be of first class quality according to specifications, have no defect (patent or latent) arising from design, materials or workmanship or from any act of omission of the CONTRACTOR/ SUPPLIER that may develop under normal use of the supplied goods in the condition prevailing in the country of final destination.
18.1.2 This warranty shall be valid for 12 m onths from date of commissioning of full system
for all thirteen machines. Should any defects be noticed in the design, materials and/or workmanship within 12 months from the date of commissioning of plant, OWNER shall inform CONTRACTOR/ SUPPLIER and CONTRACTOR/ SUPPLIER shall immediately on receipt of such intimation depute their personnel within 7 days to investigate the causes of defect and arrange rectification/replacement/modification of the defective equipment at site without any cost to OWNER within a reasonable period. OWNER shall be free to take such corrective action as may be deemed necessary at CONTRACTOR/ SUPPLIER's risk and cost, after giving notice to the CONTRACTOR/ SUPPLIER. The OWNER shall promptly notify the CONTRACTOR/ SUPPLIER in writing of any claim arising under this warranty.
18.1.3 Damage to the machinery and/or equipment deriving from incomplete and erroneous
instructions issued by CONTRACTOR/ SUPPLIER will be considered CONTRACTOR/ SUPPLIER's fault and will be treated according to the provisions of this warranty clause.
18.1.4 In case defects are of such nature that equipment shall have to be taken to CONTRACTOR/ SUPPLIER's works for rectification etc. CONTRACTOR/ SUPPLIER shall take the equipment at his cost after giving necessary undertaking or security as may be required by the OWNER, OWNER shall, if so required by the CONTRACTOR/ SUPPLIER, despatch the equipment by quickest mode on f reight to pay basis to the CONTRACTOR/ SUPPLIER's works. After repairs CONTRACTOR/ SUPPLIER shall deliver the equipment at site on freight paid basis. All risks in transit to and fro shall be borne by the CONTRACTOR/ SUPPLIER.
18.1.5 Equipment or part thereof so repaired or replaced shall have further warranty for a
period of 12 months from the date of acceptance and the bank guarantee for performance shall be suitably extended.
18.1.6 If the repairs, replacements or modifications referred to are of such nature as may
affect the efficiency of the equipment, OWNER shall have the right to give to the CONTRACTOR/ SUPPLIER within one month of such replacement/renewal, notice in writing to carryout tests as may be required for acceptance of the equipment.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 20 of 31
NFVP/BAGGING/2016 General Conditions
18.1.7 if the CONTRACTOR/ SUPPLIER fails to meet his obligation to repair or replace defective goods within a reasonable period of time, if CONTRACTOR/ SUPPLIER refuses to carry out work under the guarantee clause and implied guarantee conditions, if danger is anticipated or in case of severe urgency. OWNER shall be entitled to carry out at CONTRACTOR/ SUPPLIER's cost and risk, repair work or replacement deliveries or have it done by a third party. In case not all goods have been delivered by CONTRACTOR/ SUPPLIER, OWNER is entitled to procure the remaining goods at CONTRACTOR/ SUPPLIER's cost and risk. This does not relieve CONTRACTOR/ SUPPLIER of any of his guarantee, obligations. T axes and duties of any kind whatsoever imposed by the authorities of the country of CONTRACTOR/ SUPPLIER or his sub-CONTRACTOR until completion shall be borne by CONTRACTOR/ SUPPLIER.
18.2 PERFORMANCE GUARANTEE
18.2.1 CONTRACTOR/ SUPPLIER shall guarantee that the performance of the
equipment supplied under the CONTRACT/ PURCHASE ORDER shall be strictly in conformity with the specifications and s hall perform the duties specified under the CONTRACT/ PURCHASE ORDER.
18.2.2 If the performance of the equipment fails to prove the guarantee set forth in
the specifications, CONTRACTOR/ SUPPLIER shall investigate the causes and provide free of cost to OWNER design, engineering, materials, and services and equipment within a reasonable period to prove guarantees. the CONTRACTOR/ SUPPLIER's liability in this respect shall be unlimited.
18.2.3 if the CONTRACTOR/ SUPPLIER fails to prove the guarantee within the reasonable
period , the owner shall have the option to take over the equipment and rectify the same, if possible, to fulfil the guarantees and/or to make necessary additions to make up the deficiency at CONTRACTOR/ SUPPLIER's risk and cost. All expenditure incurred by the OWNER in this regard shall be on CONTRACTOR/ SUPPLIER's account.
18.3 LOAD DATA
18.3.1CONTRACTOR/ SUPPLIER shall be responsible for correctness of the load data
furnished by them for civil work and foundations.
18.3.2 In the event of notice of defects in the civil works due to incorrect data furnished by the CONTRACTOR/ SUPPLIER, the cost incurred for redoing, rectifying foundations, shall be borne by the CONTRACTOR/ SUPPLIER. The cost of removal of the equipment from foundation if already erected and re-erection of the same including all related costs shall also be borne by the Contractor/Supplier.
19.0 ASSIGNMENT
19.1 The CONTRACTOR/ SUPPLIER shall not assign in whole or in part, its obligations to
perform under this CONTRACT/ PURCHASE ORDER, except with the OWNER’s prior written consent.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 21 of 31
NFVP/BAGGING/2016 General Conditions
20.0 SUB-CONTRACT
20.1 CONTRACTOR/ SUPPLIER shall act as an independent CONTRACTOR/Supplier and not as an agent or employee of OWNER.
20.2 CONTRACTOR/ SUPPLIER shall notify the OWNER in writing of all SUB-CONTRACTs
awarded under the CONTRACT/ PURCHASE ORDER. Such notification of award of SUB CONTRACT, if any, shall not relieve the CONTRACTOR/ SUPPLIER from any liability or obligation under the CONTRACT/ PURCHASE ORDER.
20.3 SUB-Contracting shall not imply any limitation of CONTRACTOR/ SUPPLIER's liability
to fulfil the CONTRACT/ PURCHASE ORDER. 20.4 SUB-CONTRACT shall incorporate technical conditions and inspection requirements
stipulated in CONTRACT/ PURCHASE ORDER and any amendments and changes thereto.
20.5 Copies of SUB-CONTRACT shall also be forwarded to OWNER‘s inspector.
20.6 If SUBCONTRACTOR should appear unfit to carry out his part of the CONTRACT/
PURCHASE ORDER work or the progress of SUB-CONTRACTOR’s work is such that the planned time of completion within the terms of CONTRACT/ PURCHASE ORDER is jeopardized, OWNER has the right to instruct CONTRACTOR/ SUPPLIER, in writing, to terminate the sub-CONTRACT at a short notice.
20.7 SUB-CONTRACT must comply with the provisions with respect to eligible goods and
services indicated in the bidding documents. 21.0 JOINT AND SEVERAL RESPONSIBILITIES
21.1 When the supply is a part of group including parts supplied by others, OWNER shall
hold CONTRACTOR/ SUPPLIER and the manufacturer (the manufacturer's name will be communicated separately) of the equipment to be coupled to the supply jointly & severally responsible for the perfect operation of the group, as concerns the technical and mechanical characteristics mentioned in the specification and with particular regard to the conditions of mechanical coupling, dynamic movement and starting movement. The CONTRACTOR/ SUPPLIER shall, therefore, establish all suitable contacts with the manufacturer that OWNER will indicate, ensuring the exchange of all data and information necessary for the perfect operation of the group.
22.0 DELAYS IN THE CONTRACTOR/ SUPPLIER'S PERFORMANCE
22.1 Delivery of the Goods and performance of services shall be made by the
CONTRACTOR/ SUPPLIER in accordance with the time schedule specified by the OWNER in the CONTRACT/ PURCHASE ORDER.
22.2 An unexcused delay by the CONTRACTOR/ SUPPLIER in the performance of its
completion obligations shall render the CONTRACTOR/ SUPPLIER liable to any or all of the following sanctions:
Forfeiture of its performance security, imposition of pre-determined and mutually agreed damages and/or termination of the CONTRACT/ PURCHASE ORDER for default.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 22 of 31
NFVP/BAGGING/2016 General Conditions
23.0 PRICE REDUCTION 23.1 If for reasons not attributable to the owner or due to conditions constituting force
majeure as defined in this CONTRACT/ PURCHASE ORDER the work is not completed in accordance with the provisions hereof within and i n accordance with the delivery as indicated in the body of the Contract/PO it is agreed that the owner shall be ent itled to and the CONTRACTOR/Supplier shall pay to the owner the following as mutually agreed damages (which are a genuine pre-estimate made by the parties of the loss and damage which the owner would have suffered on account of such delay in completion of the work and as by way of mutually determined reasonable compensation to the owner therefore after taking into consideration all circumstances) and not as liquidated damages or penalty and without the owner being required to establish and prove the actual/loss/damage suffered by the owner on account of such delay.
The pre-estimated mutually agreed damages pursuant hereto shall be payable at the rate of 0.5% per week or part thereof delay in the completion each milestone/ project (As per clause 5.1(b) of the technical specifications) subject to a maximum of 5% of total contract /PO price determined as below:
i) Delay in start of the job of modification for the first two machines beyond 180 days. j) Completion of each job beyond the stipulated period mentioned in clause 5.1(b) Table
I of the technical specifications. k) If the overall Project completes as per time schedule as mentioned in clause
5.1(b), then the amount which has been previously deducted will be refunded back to contractor.
l) In case the project is shelved off after modification in first two stations, a maximum of 16 % of contract /PO price for all the thirteen stations or actual cost ( based upon documented cost ) whichever is lower, shall be considered for final settlement.
d) Notwithstanding anything to the contrary contained in this CONTRACT/ PURCHASE ORDER and without prejudice to the rights of the owner under this CONTRACT/ PURCHASE ORDER and the entitlement to the said pre estimated mutually agreed damages and in addition and not in derogation or substitution thereof the owner shall be entitled to terminate this CONTRACT/ PURCHASE ORDER in whole or in part without being liable to the CONTRACTOR/Supplier in any manner whatsoever or to have the uncompleted portion of the work to be executed/performed pursuant hereto by the CONTRACTOR/Supplier completed/executed/performed at the risk and cost of the CONTRACTOR/Supplier and without being liable to the CONTRACTOR/Supplier in any manner whatsoever in the event of and despite 30 (thirty) days’ notice in writing the CONTRACTOR/Supplier failing to complete/execute/perform all or any part of the work to be completed/executed/performed pursuant hereto by the CONTRACTOR/Supplier within and in accordance with the time schedule as indicated in ITB hereto/the time for completion as extended in accordance with the provisions hereof or by the owner.
23.2 DAMAGES FOR FAILURE TO MEET PERFORMANCE GUARANTEES
If for reasons not attributable to the owner or due to conditions constituting force majeure as defined in this CONTRACT/ PURCHASE ORDER, there is a short fall in the
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 23 of 31
NFVP/BAGGING/2016 General Conditions
guaranteed output or there is deficiency in the guaranteed produce quality, all as guaranteed hereunder, it is agreed that the owner shall be entitled to and the CONTRACTOR/Supplier shall pay to the owner the following as mutually agreed damages (which are a genuine pre-estimate made by the parties of the loss and damage which the owner would have suffered on account of such short fall in the guaranteed output there is deficiency in the guaranteed product quality and as by way of mutually determined reasonable compensation to the owner there of after taking into consideration all circumstances) and not as liquidated damages or penalty and without the owner being required to establish and prove the actual loss/damage suffered by the owner on account of such shortfall or excess:
A: Damages for shortfall in guaranteed output
If the rake loading time is more than the period mentioned in the clause 10 of the technical specifications, for every increase in loading time of half an hour or part thereof the contractor/ supplier shall pay 5 % of the total contract / PO value.
In case loading time of full rake is more than 8 hours, the modification shall not be acceptable. The contractor will have to again replace/ modify the equipment to make good the system so that the guaranteed loading time is achieved.
The loading time during GTR shall be the average of loading time of eight rakes on continuous basis or intermittent basis, as decided by the both parties before the GTR
B. The obligation of the CONTRACTOR/Supplier under the various above sub-clauses are independent of each other and accordingly the maximum limits of pre-estimated mutually agreed damages set out under each of the said sub-clauses are separate provided however the aggregate of liability of the CONTRACTOR/Supplier under above mentioned clauses shall be limited to 15% (fifteen percent) of the total of the CONTRACT/ PURCHASE ORDER price .
C. The contractor liability for reviewing the defects as well as making good any short
coming shall be unlimited. The contractor shall be liable for reviewing the defects as
well as making good any shortcomings as set forth in performance guarantee
parameters as detailed in technical specification.
D. For making good the plant, the duration & Schedule of shut down of unit, if so desired by
the contractor for making modification / replacement etc, shall be on the sole
discretion of the owner.
24.0 REJECTIONS, REMOVAL OF REJECTED EQUIPMENT AND REPLACEMENT 24.1 Preliminary inspection at CONTRACTOR/ SUPPLIER's work by inspector shall not
prejudice OWNER's claim for rejection of the equipment on final inspection at site or claims under warranty provisions.
24.2 If the equipment’s are not of specification or fail to perform specified duties or otherwise
not satisfactory, the OWNER shall be entitled to reject the equipment/ material or part thereof and ask for free replacement within reasonable time failing which obtain his requirements from elsewhere at CONTRACTOR/ SUPPLIER's cost and risk.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 24 of 31
NFVP/BAGGING/2016 General Conditions
24.3 In the event of such rejection the OWNER shall be entitled to the use of the equipment in a reasonable and proper manner for a time reasonably sufficient to enable him to obtain replacement.
24.4 Nothing in this article shall be deemed to deprive the OWNER and/or affect any rights under the CONTRACT/ PURCHASE ORDER which he may otherwise have in respect of such defects or deficiencies or in any way relieve the CONTRACTOR/ SUPPLIER of his obligations under the CONTRACT/ PURCHASE ORDER.
24.5 Equipment rejected by the OWNER shall be removed by the CONTRACTOR/
SUPPLIER at his cost within 14 day s of notice after repaying the amounts received against the supply. The OWNER shall in no way be responsible for any deterioration or damage to the equipment under any circumstances whatsoever.
24.6 In case of rejection of equipment, OWNER shall have the right to recover the amounts
paid, if any, from any of CONTRACTOR/ SUPPLIER`s invoices pending with OWNER or by alternative method.
25.0 TERMINATION OF CONTRACT/ PURCHASE ORDER
25.1 Termination for Default 25.1.1 The OWNER may without prejudice to any other remedy for breach of CONTRACT/
PURCHASE ORDER, by written notice of default send to the CONTRACTOR/ SUPPLIER, terminate the CONTRACT/ PURCHASE ORDER in whole or in part:
a) If the CONTRACTOR/ SUPPLIER fails to complete any or all the jobs within the time period(s) specified in the CONTRACT/ PURCHASE ORDER, or
b) If the CONTRACTOR/ SUPPLIER fails to perform any other obligation(s) under the
CONTRACT/ PURCHASE ORDER,
c) If the CONTRACTOR/ SUPPLIER, in either of the above circumstances does not rectify his failure within a period of 30 day s (or such longer period as the OWNER may authorize in writing) after receipt of the default notice from the OWNER.
25.1.2 In the event the OWNER terminates the CONTRACT/ PURCHASE ORDER in whole or
in part, pursuant to para 25.1 the OWNER may take alternative action upon such terms and in such manner as it deems appropriate similar to those provided in the CONTRACT/ PURCHASE ORDER for incomplete portion and the CONTRACTOR/ SUPPLIER shall be liable to the owner for any excess costs for such similar jobs. However, the supplier shall continue performance of the CONTRACT/ PURCHASE ORDER to the extent not terminated.
25.2 Termination For Insolvency
The OWNER may at any time terminate the CONTRACT/ PURCHASE ORDER by giving written notice to the CONTRACTOR/ SUPPLIER, without compensation to the CONTRACTOR/ SUPPLIER, if the CONTRACTOR/ SUPPLIER becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has occurred or will accrue thereafter to the OWNER.
25.3 Termination Of Convenience 25.3.1The OWNER may, by written notice send to the CONTRACTOR/ SUPPLIER, terminate
the CONTRACT/ PURCHASE ORDER, in whole or in part, at any time for his
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 25 of 31
NFVP/BAGGING/2016 General Conditions
convenience. The notice of termination shall specify that termination is for the OWNER's convenience, the extent to which performance of work under the
CONTRACT/ PURCHASE ORDER is terminated and the date upon which such termination becomes effective.
25.3.2The GOODS that are complete and ready for handover, within 30 days after the
CONTRACTOR/ SUPPLIER's receipt of notice of termination shall be paid by OWNER at the CONTRACT/ PURCHASE ORDER terms and prices. For the remaining jobs, the OWNER may opt:
a) To have any portion completed at the CONTRACT/ PURCHASE ORDER terms
and prices; and/or
b) To cancel the remainder and pay to the CONTRACTOR/ SUPPLIER an ag reed amount for partially completed jobs and f or materials and par ts previously procured by the CONTRACTOR/ SUPPLIER, in which event such goods shall be the property of the OWNER.
26.0 FORCE MAJEURE
26.1 Neither the CONTRACTOR/ SUPPLIER nor the OWNER shall be considered in default in the performance of their CONTRACTUAL obligations under the CONTRACT/ PURCHASE ORDER, as long as such performance is prevented or delayed for reasons, by such act of god, as severe earthquake, typhoon or cyclone (except monsoon) floods, lightning, landslide, fire or explosions, plague or epidemics, strike of a whole national category of workers and concerted act of workmen or other industrial disturbances (lasting more than 14 consecutive calendar days), lockouts, sabotage,
blockade, war, riots, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion, revolution, insurrection or confiscation of power by military or trade embargoes of destruction or requisition by order of any government or any public authority.
CONTRACTOR/ SUPPLIER shall within one ( 1) week notify OWNER about the occurrence of the force majeure event and provide OWNER details of the arising and ceasing of the impediment. The time for performance of the respective obligations suspended by the force majeure shall stand extended by the period(s) for which such conditions of force majeure last. C ONTRACTOR/ SUPPLIER shall provide justification by documentation countersigned by the local chamber of commerce.
26.2 Should one or both the parties be prevented from fulfilling the CONTRACTUAL
obligations by a state of force majeure lasting continuously for a period of six (6) weeks, the two parties shall consult each other regarding the future execution of the CONTRACT/ PURCHASE ORDER.
The mere shortage of labour, materials or utilities shall not constitute force majeure unless caused by circumstances which are themselves force majeure. I f, due to force majeure delay caused exceeds more than three (3) months, OWNER shall have the right to cancel the CONTRACT/ PURCHASE ORDER at no charge to OWNER in CONTRACTOR/ SUPPLIER's favour and OWNER shall be entitled to the reimbursement of any amount already paid to CONTRACTOR/ SUPPLIER.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 26 of 31
NFVP/BAGGING/2016 General Conditions
26.3 CONTRACTOR/ SUPPLIER shall endeavour to prevent, overcome or remove the cause of force Majeure.
26.4 No ground for exemption can be invoked if CONTRACTOR/ SUPPLIER has failed to
give timely notice by registered letter and subsequently supported it by documentary evidence.
27.0 RESOLUTION OF DISPUTES/ARBITRATION
27.1 The OWNER and the CONTRACTOR/ SUPPLIER shall make every effort to resolve
amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the CONTRACT/ PURCHASE ORDER.
27.2 if, after thirty (30) days from the commencement of such informal negotiations, the
OWNER and the CONTRACTOR/ SUPPLIER have been unable to resolve amicably a CONTRACT/ PURCHASE ORDER dispute, either party may require that the dispute, be referred for resolution to the formal mechanisms as specified hereunder.
27.3 LEGAL CONSTRUCTION
Subject to provision of article 27.4, the CONTRACT/ PURCHASE ORDER shall be, in all respects, construed and operated as an Indian CONTRACT/ PURCHASE ORDER and in accordance with Indian laws as in force for the time being and i s subject to the jurisdiction of the District court GUNA (M.P).
27.4 ARBITRATION
a) Except where otherwise provided in the contract, all matters ,questions ,disputes or
differences whatsoever, which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to the Chairman & Managing Director, National Fertilizers Limited for appointment of arbitrator. The arbitration proceedings shall be governed by the Arbitration and conciliation Act, 1996,The Arbitration and conciliation (Amendment Act 2015) or any further statutory modification or re- enactment thereof and the rules made there under. If the arbitrator to whom the matter is referred, vacates his office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit
b) Further, it is agreed by and between the parties that in case is reference is made to
the arbitrator or the arbitrate tribunal for the purpose of resolving the disputes/differences arising out of the contract by and between the parties hereto, the arbitrator or the arbitrate tribunal shall not award interest on the awarded amount more than the rate of SBI PLR/ base rate applicable to NFL on the date of award of contract.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 27 of 31
NFVP/BAGGING/2016 General Conditions
28.0 GOVERNING LANGUAGE
28.1 CONTRACT/ PURCHASE ORDER shall be written in English language as specified by the OWNER in the instructions to bidders. A ll literature, correspondence and other documents pertaining to the CONTRACT/ PURCHASE ORDER which are exchanged by the parties shall be written in English language. Printed literature in any other language shall only be considered, if it is accompanied by English translation. For purpose of interpretation, English translation shall govern and be binding on all parties.
29.0 NOTICES
29.1 Any notice given by one party to the other, pursuant to this CONTRACT/ PURCHASE
ORDER shall be sent in writing or by cable/telegram or telex and confirmed in writing to the address specified for that purpose in the special conditions of purchase.
29.2 A notice shall be effective when delivered or on the effective date, notified in such
notice, whichever is later.
30.0 TAXES AND DUTIES
30.1 A CONTRACTOR/Supplier shall be entirely responsible for all taxes, duties, license fees
etc. Incurred until delivery of the Contracted goods and services to the owner.
30.2 Any income tax payable in India in respect of supervisory services rendered by contractor/supplier shall be paid and borne by the Supplier/Contractor.
30.2.1 The Contractor/Supplier shall provide all information, documents etc as may be
required by the Owner in connection with determination and discharge of income tax liabilities, if any in respect of consideration for the supervisory services..
30.2.2 Personal income tax payable, if any, in respect of salary of the CONTRACTOR/
SUPPLIER's personnel shall be pay able by the individual deputed by CONTRACTOR/ SUPPLIER. The CONTRACTOR/ SUPPLIER shall, however, consider that the personnel who are to be deput ed in India for the rendering of the supervisory services satisfy the following conditions:
1) The stay of such personnel should not exceed 90 days in a financial year.
2) The personnel so deputed should not be a resident of India and the stay should not exceed 365 days in any of the four (4) financial years immediately preceding the financial year in which he arrived in India.
.
30.3.3 As per the existing definition of resident in India, as contained in section 6 of the income tax act (Act 1962), an individual is stated to be a "Resident" in India in any financial year, if a) he is in India in that year for a period or periods amounting in all to 182 days
or more; or
b) He is in India for 60 days or more during the relevant previous year and has been in India for 365 day s or more during four previous years immediately preceding the relevant previous year.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 28 of 31
NFVP/BAGGING/2016 General Conditions
Note: Financial year referred to in this article means the year beginning on 1st April and ending on 31st March.
31.0 PATENT INDEMNITY
31.1 CONTRACTOR/ SUPPLIER hereby warrants that the use of the materials
delivered under the CONTRACT/ PURCHASE ORDER will not infringe claims of any patent covering such material (to the extent the design for such materials is not furnished by OWNER.). And CONTRACTOR/ SUPPLIER agrees to be responsible for and to defend at its sole expense all suits and proceedings against OWNER based on any such alleged patent infringement and to pay all costs, expenses, judgments and dam ages which OWNER may have to pay or incur by reason of any such suit or proceedings. Notwithstanding the foregoing, CONTRACTOR/ SUPPLIER does not warrant against and shall not be responsible for, claims of patent infringement based solely on the use of such material by the OWNER in combination with other materials or equipment or in the operation of any process other than such process as may be inherent in the use of such materials.
32.0 INDEMNIFICATION
32.1 CONTRACTOR/ SUPPLIER does hereby agree to indemnify and hold harmless the
OWNER from all claims, losses, demand causes of action or suit arising out of the services, labour, equipment, and materials furnished by CONTRACTOR/ SUPPLIER hereunder.
33.0 PERMITS AND CERTIFICATES
CONTRACTOR/ SUPPLIER shall procure, at its expenses, all necessary permits, certificates and licenses required by virtue of all applicable laws, regulations, ordinances and other rules in effect at the place where any of the work is to be performed, and CONTRACTOR/ SUPPLIER further agrees to hold OWNER harmless from liability or penalty which might be imposed by reason of any asserted or established violation or such laws, regulations, ordinances or other rules. OWNER will provide the necessary permits for CONTRACTOR/ SUPPLIER's personnel to undertake any work in India in connection with the CONTRACT/ PURCHASE ORDER.
34.0 INSTRUCTION FOR INVOICING AND PAYMENT DOCUMENTATION
34.1 INVOICING
Invoicing shall be in compliance with the stipulations of the CONTRACT/ PURCHASE ORDER and the following instructions CONTRACTOR/ SUPPLIER is liable for all costs arising from non-compliance with the instructions.
As far as possible description of goods jobs done in invoice and dispatch document shall match the description in CONTRACT/ PURCHASE ORDER. The invoices shall be issued in the name of
EXECUTIVE DIRECTOR NATIONAL FERTILISER LIMITED VIJAIPUR UNIT P.O. NFL TOWNSHIP DISTRICT GUNA, MADHYA PRADESH INDIA
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 29 of 31
NFVP/BAGGING/2016 General Conditions
The invoice shall contain the following information:
i) CONTRACT/ PURCHASE ORDER no.
ii) Item no., quantity and complete description
iii) Item wise net price (unit and total) of the equipment when applicable.
iv) Net amount payable by deducting advance payment if any already invoiced, if
any, and the guarantee retention amount, if any , from the total value of the equipment being invoiced
v) Statement that the equipment are meant for
NATIONAL FERTILIZER LIMITED, FOR “INSTALLATION OF BAG LOADING
SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM OF BAGGING
PLANT PROJECT” , AT VIJAIPUR DISTT. GUNA, MADHYA PRADESH, INDIA.
vi) Marking, number and quantity of packages as well as contents of each package. vii) Statement that the equipment are exempted from certain specified duties
and taxes in CONTRACTOR/ SUPPLIER's country (in c ase of foreign CONTRACT/ PURCHASE ORDER).
viii) Partial Shipment or Final shipment .
The country of origin is stated in the separate certificate of origin.
The signed invoices, original and copy shall be made on CONTRACTOR/ SUPPLIER's letter head and shall be duly signed.
Invoices for advance or progress payment(s) shall state the information under (i),(ii), and (iii). Invoices for guarantee retention money shall state the information under (i) to (viii).
34.2 PAYMENT DOCUMENTATION
The following documents shall be presented by CONTRACTOR/ SUPPLIER to CONTRACTOR/ SUPPLIER's bankers to draw payment(s) against letter of credit where such payment(s) is (are) stipulated in the CONTRACT/ PURCHASE ORDER.
34.2.1 Advance Payment
1) Invoice for in original and two (2) copies.
2) Written, unconditional acceptance of the CONTRACT/ PURCHASE ORDER in one (1) original plus two copies.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 30 of 31
NFVP/BAGGING/2016 General Conditions
3) Bank guarantee in the prescribed proforma of the amount equal to the advance payment in one ( 1) copy of original bank guarantee valid up to issued or counter guaranteed/confirmed by Scheduled bank.
4) one (1) copy of the original performance guarantee in the prescribed proforma for
10% CONTRACT/ PURCHASE ORDER value valid up to completion period plus defect liability period issued or counter guaranteed/ confirmed by a Scheduled bank . The charges for counter guarantee/confirmation, if any, will be to CONTRACTOR/ SUPPLIER's account.
34.2.2 Progressive Payment
1. Invoice for progress payment in original and two (2) copies duly certified by
OWNER.
2. Performance certificate from the beneficiary to the effect that progress achieved is equal to progress invoiced, duly certified by OWNER.
Certificate in one (1) original plus two (2) copies.
34.2.3 Shipment Payment (total payment to be made)
1. Contractors/Supplier’s invoice in original and two copies duly certified by Owner 2. Packing list in 3 copies 3. Inspector’s release note -3 copies 4. Certificate of origin -3 copies 5. Full set of on boar d clean ocean Bill of Lading/ Air way bill as the case may be
and 2 copies or FCR(Forwarding Agents Certificate of Receipt) in original and 2 copies
6. 3 copies of letter/cable to Owner’s insurance company 7. Freight bill in one original plus 2 copies showing gross and net freight and freight
rebate if any 8. Test certificate including mill test certificate in 3 copies 9. 3 copies of the registered letter transmitting documents to Owners Clearing agent 10. 3 copies of the letter transmittals transmitting documents to other addresses. 11. Certificate from owner that Performance Bank Guarantee has been received by
Owner.
35.0 SPECIFICATIONS 35.1 CONTRACTOR/ SUPPLIER agrees that all equipment or materials furnished will be in
strict accordance with the specifications, provided however, that any apparent omission or error in the specifications will be met by the CONTRACTOR/ SUPPLIER if such omission is necessary for the functioning of the equipment or material to be supplied and that the CONTRACTOR/ SUPPLIER, prior to proceeding with the work under
CONTRACT/ PURCHASE ORDER, will call to the attention of OWNERany such omission or error or ambiguity in the specifications requiring clarification.
GENERAL CONDITIONS
ATTACHMENT -II
NFVP/BAGGING/2016 0
REV
Page 31 of 31
NFVP/BAGGING/2016 General Conditions
36.0 GENERAL INFORMATION 36.1 In the event that terms and conditions stipulated in the general conditions of
CONTRACT/ PURCHASE ORDER should deviate from technical specifications stipulated in the CONTRACT/ PURCHASE ORDER, the latter shall prevail.
36.2 LOSSES DUE TO NON-COMPLIANCE OF INSTRUCTIONS
Losses or damages occurring to the OWNER owing to CONTRACTOR/ SUPPLIER's failure to adhere to any of the instructions given by the engineer/OWNER in connection with CONTRACT/ PURCHASE ORDER execution shall be recoverable from the CONTRACTOR/ SUPPLIER.
36.3 RECOVERY OF SUMS DUE
All costs, damages or expenses which the OWNER may have paid for which under the CONTRACT/ PURCHASE ORDER, CONTRACTOR/ SUPPLIER is liable, may be recovered by the OWNER (he is hereby irrevocably authorized to do so) from any money due t o or becoming due to the CONTRACTOR/ SUPPLIER under this CONTRACT/ PURCHASE ORDER or other CONTRACT/ PURCHASE ORDERs and/ or may be recovered by action at law or otherwise. If the sums due to the supplier be not sufficient to recover the recoverable amount, the CONTRACTOR/ SUPPLIER shall pay to the OWNER, on demand, the balance amount.
36.4 PAYMENT ETC. NOT TO AFFECT RIGHTS OF THE OWNER No sum paid on account by the OWNER nor any extension of the date for completion granted by the OWNER shall effect or prejudice the rights of the OWNER against the
CONTRACTOR/ SUPPLIER or relieve the CONTRACTOR/ SUPPLIER of his obligation for the due fulfilment of the CONTRACT/ PURCHASE ORDER.
36.6 CUT OFF DATES
No claims by CONTRACTOR/ SUPPLIER on this CONTRACT/ PURCHASE ORDER shall be entertained by the OWNER after three (3) months after expiry of the performance guarantee.
36.7 PARAGRAPH HEADING
The paragraph heading in these conditions shall not affect the construction thereof.
36.8 ENTIRE AGREEMENT
All the terms and conditions of CONTRACT/ PURCHASE ORDER shall supersede any understanding, promise and presentation, warranty or conditions which conflicts with terms of CONTRACT/ PURCHASE ORDER. No waiver alternation or modification of any provision here to shall be binding on either party unless approved in writing by the parties to CONTRACT/ PURCHASE ORDER.
36.9 ACCEPTANCE With the acceptance of CONTRACT/ PURCHASE ORDER with all its terms and conditions, seller waives and considers as void any and all of seller's general sales conditions.
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 1 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
SPECIAL CONDITIONS OF CONTRACT & PURCHASE
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 2 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
TABLE OF CONTENTS
SL.NO DESCRIPTION
1.0 DEFINITIONS
2.0 SCOPE OF CONTRACT/WORK
3.0 CONTRACTOR’S OBLIGATIONS
4.0 INSURANCE
5.0 OWNER’S OBLIGATIONS
6.0 WORKS AND CONTRACT TAX
7.0 TIME SCHEDULE
8.0 PRICES AND TAXES
9.0 BILLING SCHEDULE
10.0 MATERIALS SUPPLIED BY PURCHASER
11.0 GUARANTEE FOR TIME OF COMPLETION
12.0 LABOUR AND STAFF
13.0 FINAL ACCEPTANCE
14.0 WORK SCHEDULE AND COOPERATION
15.0 CONTRACT CONDITIONS
16.0 MODE OF CONTRACT
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 3 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
1.0 DEFINITIONS
Wherever used in the contract and unless inconsistent with or otherwise indicated by the context, the following terms shall have the meaning as defined hereunder:
1.1 "Commercial Use" shall mean that use of the Plant, which the contract contemplates
or of which it is commercially capable.
1.2 "Commissioning And Guarantee Runs" shall mean complete erection, testing
and providing guarantees as per the contract within stipulated time .
1.3 "Date of Completion" And " Final Acceptance" shall mean the date on which
the plant has been commissioned and the guarantees as set forth in the contract have been proved by the contractor and a certificate to that effect is issued by the Owner.
1.4 "Indian Agent" shall mean the person, firm or company nominated as such by
the contractor to represent the contractor for this contract in India.
1.5 "Mechanical Completion" shall mean completion of erection when:
a) The equipment capable of producing to rated capacities is installed in
accordance with drawings, specifications and in accordance with all applicable codes, and laws.
b) Instruments are installed, inspected and such non-operating checks are made as to ensure operability in the manner required for the process application.
c) Instrument air lines are checked for correct hook up. Airlines are leak tested. d) The electric system is installed and tested in accordance with and to the
extent required by electrical specifications. All wiring is checked for correct hook up. Motor rotation is checked. All power system protective devices are set.
e) drying out is completed to the extent necessary to permit start of commissioning and start up.
f) Painting is completed
1.6 "Month" shall mean calendar month.
1.7 "Plant/Equipment" shall mean the entire assembly of the equipment’s/equipment with
specified battery limits stated in the contract.
1.8 "Purchaser" shall mean Owner
1.9 "Precommissioning” shall mean preparation of plant so that it is capable of operating
on a continuous basis for carrying out commissioning activities.
1.10 "Site” shall mean the project location, where the Plant shall be located and f or which
this contract has been issued.
1.11 “Performance And Guarantee Test” shall mean all operational checks and
tests required to determine and demonstrate capacity, efficiency, and operating characteristics as specified in the contract documents.
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 4 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
1.12 The Term ‘'Final Acceptance”/ “Taking Over'’ shall mean the Owner's written acceptance of the works performed under the contract, after successful completion of performance and guarantee tests, as specified in the accompanying technical specification or otherwise agreed in the contract.
1.13 “Commercial Operation” shall mean the conditions of operation in which the
complete equipment covered under the contract is officially declared by the Owner to be available for continuous operation at different loads up to and including rated capacity. Such declaration by the Owner, however, shall not relieve or prejudice the contractor any of his obligations under the contract.
1.14 “Defects Liability Period” shall mean the TWELVE months period commencing
from the successful completion of erection and commissioning and during which the contractor shall remain liable to repair or replacement of any defective part of the works performed under the contract. Words ‘guarantee period’ and ‘ maintenance period’ wherever used shall also have the same meaning.
2.0 SCOPE OF CONTRACT/WORK
2.1 The scope of work is for supply of plant, machinery, equipment, accessories,
auxiliaries, spares and other related items but not limited to manufacturing, packing, supplying, arranging shipping and marine insurance, primary protection and testing of individual items and in assembly w here necessary construction, assembly, erection, testing, commissioning etc.
2.2 Clearance of imported equipment, transportation to site, unloading, transportation,
handling, site assembly, fabrication, insulation, painting, arranging commissioning spares, performance and guarantee test runs as per contract specifications.
2.3 Any additional equipment whether mentioned or not, but which is necessary for the
satisfactory operation and maintenance of plant and for achieving the guaranteed performance of the plant shall be supplied, erected and commissioned by contractor at no additional cost to The Owner as though such equipment’s were originally specified and formed part of scope of work.
2.4 The scope of contract shall include spare parts necessary for two years satisfactory operation and maintenance of the plant and s hall be supplied along with the main equipment and all special tools and tackles required for the maintenance of plant. Owner shall specify in the contract the spares to be purchased and total price shall be adjusted accordingly.
2.5 Handing over all two year spare parts to Owner item- wise with item tags with
information and in the manner desired by Owner either after receipt or after acceptance of plant at option of Owner. Contractor shall also give such drawings, catalogues, sketches and literature that the Owner shall specify in the contract.
3.0 CONTRACTOR'S OBLIGATIONS
The Contractor shall execute the order leading to handing over the Equipment/Plant to Owner/Purchaser in a fully satisfactory working condition after commissioning and guarantee test run. Some of the major items which are only indicative to be performed by Contractor are stated below:
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 5 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
3.1 Arrange for dispatch of equipment by rail/road to rail head destination, site, follow up delivery of equipment and be responsible f or all losses and demurrages including at the port.
3.2 Unload the equipment from rail/truck and transport thereafter to the storage or at site check
and arrange for proper receipt and storage. 3.3 Owner shall provide crane for material handling to the Contractor at site on chargeable
basis subject to availability. 3.4 Install and maintain additional light and power points, from one point at battery limit to
be provided by Owner in conformity with the Indian electricity rules in force. 3.5 Arrange for proper storage and security of equipment/materials.
3.6 Make own postage, telephones and telegram arrangement and bear such expenditure.
3.7 Provide all consumables, tools, tackles, scaffolding etc. during testing and commissioning
till final acceptance. 3.8 Provide all civil drawing, plant illumination drawings and foundation bolts and sleeves
drawing in accordance with contract specifications. 3.9 The Contractor shall be responsible for obtaining necessary approvals from the
various statutory authorities. 3.11.1 Hiring charges*
S.No Equipment Hire charges Rs per hour 1 8 Te crane 1050 2 18 Te crane 3700.00 3 35 Te crane 5330.00 4 75 Te crane 5650.00 5 120 Te crane 32050.00 6 400 Te crane 33800.00 7 20 Te trailor 1690.00 8 Fork lifter 720.00 9 Diesel Air
compressor 1500.00
10 Road roller 1100.00
*The above rates are applicable w.e.f 01/04/2010 which are due for revision. Accordingly the latest revised
rates on the day of hiring shall be applicable.
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 6 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
3.11.2 TERMS AND CONDITIONS FOR THE USING OF NFL MOBILE CRANES AND HEAVY EARTH MOVING EQUIPMENTS
1) The equipment will be charged for a minimum period of one hour; part of an hour will be counted as full one hour.
2) The time will be counted from the time the machine is taken from its normal place of parking and back to the same place irrespective of the fact that machine is kept working or idle by the contractor.
Explanations:
• Normally the machines are parked in the specified parking yard and shall be available from there.
The hours to be charged shall be counted from the time the machine leaves the yard to the time
the machine comes back to the yard
• In case the machine is parked in a particular plant and comes back to the yard after doing the
contractor’s work, the hours shall be counted from the time the machine leaves the plant till it comes
back to the yard.
• In case the equipment is parked in a plant and after doing the contractor’s work is again sent back
to the plant, the hours charged shall be from the time the equipment leaves the plant to the time it
comes back there.
3. The requisition shall be submitted by the contractor in the prescribed format, signed by the authorized representative of the contractor and countersigned by the concerned officer of NFL, well in advance.
4. Normally the equipment shall be made available only during normal working hours i.e 0800 hrs to 1700 hr s, but in case the equipment is required to work beyond normal hours the overtime payable to the workmen of NFL shall be to the contractor’s account. The security / safety of the machine will be the responsibility of the contractor during the time it is working for him.
5. The logbook shall be signed by the Operator and the authorized representative of the contractor immediately after the work is over. It shall also be countersigned by the requisitioning officer of NFL or his representative.
6. In case there is a breakdown on the machine while it is with the contractor, the time during which the machine is under breakdown shall not be charged. The breakdown will be reported to the NFL Engineer immediately and the effective time of breakdown shall be counted from the time the breakdown is reported to the NFL Engineer till the machine is made available in running condition to the contractor. This down time shall be recorded in the logbook and counter signed by the NFL Engineer.
7. The machine can be withdrawn by the NFL from the contractor for repair maintenance and for any other reasons at the discretion of NFL.
8. The contractor will not attempt overloading beyond the capacity of the machine.
9. The machine will be operated only by the operators, assigned for this purpose by NFL.
10. For taking the equipment outside the factory boundary wall special permission will be needed to do so.
11. In case of any accident on the machine the same will be reported to the NFL Engineer immediately.
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 7 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
12. The equipment’s are made available to the contractor with the clear understanding that in case of any loss due to the failure of the NFL equipment, while it is working with the contractor, NFL shall not be responsible for the same and all losses and claims shall have to be borne by the contractor himself. The contractor’s liability shall also include the loss to the equipment.
13. The equipment shall be made available to the contractor subject to their availability.
14. Extension / Shortening of the crane boom-length, if required by the contractor for facilitating execution for his job, shall be Contractor’s responsibility. However, no hiring charges shall be leviable during the execution of the extension/shortening of boom-length
4.0 INSURANCE
4.1 The Contractor at his cost shall arrange, secure and maintain all insurance as
may be pertinent to the works and obligatory in terms of law to protect his interest and interest of Owner, against all perils detailed herein. The Form and the limit of such insurance as defined herein together with the under-writer in each case shall be acceptable to the Owner. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage at all times including third party liability during the period of contract shall be as of Contractor alone. The contractor’s failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. The insurance covers to be taken by the contractor shall be in the joint names of Owner and the Contractor. The Contractor shall, However, be authorised to deal directly with insurance company or companies and shall be responsible in regard to maintenance of all insurance covers .Further the insurance should be in freely convertible currency.
4.2 Any loss or damage to the equipment during handling, transportation, storage,
erection, putting the equipment into satisfactory operation and all activities to be performed till the successful completion of trial operation of the plant shall be to the account of the contractor. The contractor shall be responsible for reference of all claims and make good the damages or loss by way of repairs and/or replacement of the equipment,
damaged or lost. The transfer of title shall not in any way relieve the contractor of the above responsibility during the period of contract. The contractor shall provide the Owner with copies of all insurance policies and documents taken out by him in pursuance of the contract. Such copies of documents shall be submitted to the Owner immediately after such insurance coverage. The contractor shall also inform the Owner in the writing at least sixty (60) days in advance regarding the expiry/cancellation and/or change in any of such documents and ensure revalidation, renewal etc. as may be necessary well in time.
4.3 License /facilities, to the extent it remains the responsibility of the Owner, in respect of supplies to be made by the foreign supplier from outside India required for purposes of replacement of equipment lost in transit and /or during erection and /or during storage shall be made available by the Owner. Contractor shall however, be required to follow the procedure as may be laid down by the Owner to facilitate him arranging such license /facilities. The perils required to be covered under the insurance shall include, but not be limited to fire and al lied risks, miscellaneous accidents (erection risks) workman compensation risks, loss or damage in transit, theft, pilferage, riot
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 8 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
and strikes and malicious damages, civil commotion, weather conditions, accidents of all kinds, war risks (during ocean transportation only) etc. The scope of such insurance shall be adequate to cover the replacement/reinstatement cost of the equipment for all risks till the equipment is taken over by the Owner. The Owner will have no objection to Contractor’s taking two insurance policies; one towards marine insurance covering all risks up to and including completion of Goods on C IF Indian port basis and other towards handling at Port , Custom duty, inland transportation, storage, erection and performance of all activities till the equipment are taken over by the Owner. The insurance policies to be taken should be on replacement value basis and/or incorporating escalation clause. Notwithstanding the extent of insurance cover and the amount of claim available from the underwriters, the contractor shall be liable to make good the full replacement/rectification of all equipment/materials and to ensure their availability as per project requirements without additional financial liability to the Owners.
4.4 All cost on account of insurance liabilities covered under the contract will be
to the contractors account and will be included in the contract price. The contractor, while arranging the insurance, shall ensure to obtain all discounts on premia, which may be available for higher volume or for reason of financing arrangement of the project.
4.5 Contractors shall cover insurance from reputed IRDA approved insurance companies.
4.6 The Contractor shall take in the joint name of “Contractor” and "Owner"
comprehensive insurance cover to cover all risk, workmen compensation, 3rd
part insurance, Employees State Insurance (ESI) under ESI Act 1948 for Contractor’s personnel, Contractor’s vehicles, Equipment / plant fire risk policy etc. till handing over of Equipment / Plant to Owner duly commissioned and tested.
4.7 The Contractor shall be fully responsible for pursuing and settling all claims with the
underwriters. I n t he event of accident, injury, damage or loss likely to form a claim under the above insurance policies, the Contractor s hall as quickly as possible submit such details as are necessary for settling such c laims to underwriters and shall also provide information and assistance necessary to settle the claim. The Contractor shall also keep Owner/purchaser fully informed about progress of each such case.
4.8 Owner shall be shown as beneficiary in the policy.
5.0 OWNER'S OBLIGATIONS
5.1 Owner's obligations under this contract shall be limited to the following:
5.2 Owner shall make arrangement to provide the following at one point:
a) Water required for construction free of charges at one point. b) Power required for construction free of charges at one point. c) Space to be provided to contractor, Contractor’s will arrange their own covered office and storage
5.3 Make available area for erection of Plant.
5.4 Make available at one point at site bench mark reference coordinates as may be
necessary. It shall be the responsibility of the Contractor to transfer correctly
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 9 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
the levels and coordinates to the Battery Limit for locating equipment within the battery limits.
5.5 Make available to Contractor space (open) for uncovered storage at site.
Contractor shall make own arrangement for constructing covered space for storage of instrument etc.
6.0 WORKS CONTRACT TAX
The prices shall be quoted with a provision of quoting works contract tax / trade tax separately. Owner will deduct tax at sources as per prevailing rules and issue necessary certificates to this effect to the Contractor. The Contractor shall be entirely responsible for getting their accounts settled with sales tax authorities & shall submit no dues certificate from the competent sales tax authority before clearance of their final bill.
6.2 For Contractors who have to bring equipment and material from outside, Owner
shall issue appropriate Form for which the vendor has to inform at least 15 days in advance. However, The Contractor has to get registered with Excise / sales tax authorities at the territorial state of the project site, if any manufacturing activity to be carried out at site and obtain his own Form as the requirement may be.
6.3 Owner will not reimburse any amount paid by Contractor as excise duty or any
other taxes / duties for any job including fabrication etc. if not quoted separately in contract price.
7.0 TIME SCHEDULE
7.1 Contractors shall give a complete time schedule activity- wise to meet the
completion time quoted months from the date of letter of intent.
7.2 The time for completion and phased time schedule shall be subject to and in accordance with the provision of sub-article below.
7.3 Neither Owner/Purchaser nor Contractor s hall be considered in default
in performance of their obligations if such performance is prevented or delayed by Force Majeure conditions as stated in General Conditions of Contract.
7.4 In case the progress of work is unduly and unreasonably delayed by the
Contractor without sufficient cause, the Owner at the Contractors risk and cost and without prejudice to any of the rights under the contract reserve the right to;
a) Terminate the contract wholly or partially and complete it by the Owner or reassign it to others after giving 30 days’ notice in writing to the Contractor to remedy the cause complained of.
b) Make any modifications, deletions, additions to the contract as the Owner may consider necessary to ensure its satisfactory execution after giving 7 day s notice to Contractor to remedy the cause complained of.
7.5 Should the Contractor's preparation for the commencement of the work or any
portion of it or its subsequent rate of progress be from any cause whatsoever,
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 10 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
so slow that in the opinion of the Owner, the Contractor will not be able to complete the work or any portion thereof within the stipulated time for completion, the provisions of sub-article 7.4 above shall apply.
7.6 In case of delay in completion beyond stipulated time, notwithstanding the grant
of formal extension of time for completion of work by the Owner, all extra costs, on account of changes in statutory regulations/acts or increase in prices on any other account during the extended time, shall be borne by Contractor unless delay is due to the fault of the Owners/purchaser.
8.0 PRICES & TAXES
8.1 The price quoted shall be firm and fixed without any escalation whatsoever on any
account. The prices indicated for spare parts in the item wise lists shall be fixed and not subject to any escalation.
8.2 The Contractor shall ship the material as per shipping instructions in General conditions of contract.
8.3 Contractor shall be entirely responsible for all taxes, duties, license fees etc.
incurred until completion and handing over of the Plant to the Owner.
8.4 All taxes/levies as may be levied/ leviable including income tax in respect of payment to be made to the contractor under this agreement shall be borne and paid by contractor. The Owner however shall provide all assistance to the contractor/supplier in connection with the same. Any amount which the owner may be required by law to deduct at source towards income tax shall be deducted by the Owner out of the amount payable to the contractor and the balance amount shall be paid by the owner to the contractor .The Owner shall however provide the contractor receipts evidencing the payment.
8.5 As regards Indian income tax, surcharge, CESS on income tax, fringe benefit tax any other corporate tax etc., the Owner shall not bear any tax liability what so ever irrespective of the mode of contract. The bidder (Whether domestic or foreign) shall be liable and responsible for payment of such tax if attached under the provision of the law.
8.6 All taxes, duties, license fees and other such levies as may be applied to the
contract both i n Contractor's country and i n India, including sales tax on bought out items, service tax, excise duty, octroi, corporate income tax in respect of the performance of the contract as well as income tax on the personnel deputed by the Contractor to India in connection with the contract, are t o t he account of the Contractor along with variation thereof during the contract or in extended period, if applicable.
9.0 BILLING SCHEDULE
The Contractor s hall provide a provisional billing schedule within 30 days from the effective date of contract. A finalized payment schedule s hall be furnished by Contractor for approval of owner on completion of placements of orders by Contractor for all raw materials, components, other parts of equipment payment will be released by Owner based on payment schedule approved by Owner
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 11 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
10.0 MATERIALS SUPPLIED BY OWNER
In no case material shall be issued by NFL, the contractor shall arrange the same from his own source. However in case the situation so warrants, NFL may consider issue of material subject to charging the material cost plus departmental charges @ 25 %.
11.0 GUARANTEE FOR TIME OF COMPLETION
11.1 The Contractor shall guarantee the dates of completion calculated from the date of
issuance of Notification of Award (Letter of intent). For the purpose of determining price reduction on account of delay in completion the date shall be either the date of completion of commissioning and guarantee runs or the period calculated on the expiry of six months from the actual date of mechanical completion if testing and commissioning is delayed due to reasons not attributable to Contractor.
11.2 Levy of pre-determined charges against price reduction clause for delay in
supplies or completion guarantee runs leading to delay in acceptance or delay in handing over all necessary document specified in technical conditions shall be as per the provision in General Terms and Conditions of contract
11.3 The Contractor shall undertake immediate repair or replacement of the
equipment damaged or lost in transit or during storage assembly, erection and commissioning of plant pending settlement of claim thereafter by the underwriters.
12.0 LABOUR AND STAFF
12.1 The Contractor shall make his own arrangement for labour, erection and commissioning engineers and all other staff required for carrying out the contract
12.2 The Contractor shall make his own arrangements for providing canteen service to
his labour and staff. Open space for this purpose may be provided by Owner.
12.3 The Contractor shall at his own cost provide office and other accommodation for his staff and workmen. The contractor shall also provide transport and medical facilities to his staff and workmen.
12.4 The Contractor shall be responsible for all liabilities and statutory obligations
and any other laws in this regard i n force from time to time regarding the employment or conditions of service of Contractor's workmen or employees and indemnify Owner / consultant for any claim put forth by authorities.
12.5 The Contractor shall observe all safety rules as required under various statutes in
India and shall also strictly adhere to safety regulations of Owner
13.0 FINAL ACCEPTANCE
13.1 After the successful commissioning and guarantee runs the final acceptance
and taking over certificate shall be issued by Owner within 30 days.
SPECIAL CONDITIONS OF
CONTRACT & PURCHASE
ATTACHMENT III
NFVP/Bagging/2016 0
REV
Page 12 of 12
NFVP/BAGGING/2016 Special Conditions of contract & Purchase
14.0 WORK SCHEDULE & COOPERATION
14.1 The Contractor shall draw well in advance detailed schedule of work to be
carried out at site and submit the same to the consultant for approval of the Owner.
14.2 The Contractor shall not object to the execution of the work by other Contractors
or tradesmen and offer them every facility for the execution of their several works simultaneously with Contractors work. Contractor shall at all times provide sufficient fencing, notice boar ds, lighting and watchmen to protect and warn the public and guard the works and in default there of Owner m ay provide such facilities at Contractor's cost.
14.3 Owner shall be at liberty to object to employment of any person at work site
and the objection shall be communicated in writing and Contractors s hall make immediate arrangements for removal of such person.
15.0 CONTRACT CONDITIONS
15.1 Wherever the terms & conditions in Special Conditions Of Contract are at
variance with General Conditions of Contract and any provision of contract elsewhere, special conditions shall prevail.
15.2 Instructions to Bidders (Attachment-I), General Conditions of Contract (Attachment- II), Site Working and Safety Conditions (Attachment-VII) shall also be applicable and form part of Contract.
16.0 MODE OF CONTRACT
16.1 Notwithstanding anything stated elsewhere in the bi d documents, i n the
case of domestic bidder the contract to be awarded shall be on the basis of supply-cum- erection contract on s ingle source responsibility. The supply portion of the contract will relate to the supply of equipment and materials and the erection portion will relate to transportation, storage erection / construction, testing, commissioning, etc.
16.2 In case of two contracts or where the Owners hands over his equipment to
the Contractor for executing the contract, then the Contractor shall at the time of taking delivery of the equipment through bill of lading or other dispatch documents be required to execute an indemnity bond in favour of Owner in the form acceptable to Owner for keeping the equipment in safe custody and to utilize the same exclusively for the purpose of the said contract
16.3 The contract shall be in all respects be construed and governed in accordance with the Indian laws.
16.4 It is clearly understood that the total consideration for the contracts has
been broken up into various components only f or the convenience of payment in advance under the contract and for the measurement of deviation or modification under the contract(s)
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 1 of 9
NFVP/Bagging/2016
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
BID FORM , PRICE
SCHEDULES
AND
SUMMARY OF TERMS AND CONDITIONS
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 2 of 9
Table of contents
SL. NO.
DESCRIPTION
1.0
Bid Form
Form - A
2.0
Indian Bidder
2.1
Price Schedule for Indian Bidders
Form C.1
2.2
Summary of Terms and Conditions Quoted (Indian Bidder)
Form C.2
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 3 of 9
Bid Form -A
Offer No. :
Sub: - ITB No. for Supply of Due for closing at reference to your subject Invitation to Bid (ITB) we are pleased to submit our Bid for the Supply of :
Part-I Bid Security and Pre-qualification Criteria Part-I Technical and Unpriced Commercial Bid
i)
ii) iii)
Part-II Priced Bid
i)
ii) iii)
We undertake that in the event of acceptance of our Bid within the validity period of days, this Bid as modified by our written changes/ amendments till date of notification of award, together with your written notification of award shall constitute a binding contract between us until a formal Contract / Purchase Order is prepared and executed.
We understand that you are not bound to accept the lowest or any Bid that may be received.
Dated this day of 2016.
Authorized Signatories
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 4 of 9
PRICE SCHEDULE FOR BIDDER – FORM C.1
(To be completed by Bidder)
ITB NO BID REF. NO.
NAME OF BIDDER
PART A : SUPPLY OF MATERIALS
Item
Description
Quantity
FOT * Works basis Unit Price(Rs.)
Total FOT Works
Price(4X3) (Rs.)
Trans- portation
charges to Site (Rs.)
Total price FOT SITE (5+6) (Rs.)
1 2 3 4 5 6 7
Discount, if any
Total Cost after Discount
i) Total as at Column 5
ii) Packing and Forwarding Charges Included*
iii) Testing Charges as per ITB requirement Included*
iv) Third party inspection charges Included*
v) Total cost FOT Works (i to iv)
vi) Excise duty @ on (v) above
vii) VAT/Sales Tax @ , against form ‘C’, if applicable, on (v + vi) above
viii) Transportation Charges up to site
ix) Cost of commissioning spares (FOT site)
x) Cost of spares for 2 years operation (FOT site)
xi) Any other Taxes and Duties, if applicable (please specify)
xii) PART A: TOTAL FOR SUPPLY OF MATERIALS (i to xi) (Total FOT Site)
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 5 of 9
PRICE SCHEDULE FOR BIDDER – FORM C.1
(To be completed by Bidder)
PART B : SUPPLY OF SERVICES
Item Description Unit Total Amount (Rs.)
i) Design & Engineering for complete package
L.S
ii) Unloading, handling, Storage, Assembly/fabrication and Erection
L.S
iii) Allied Civil Construction work
L.S
iv) Commissioning & Guarantee test f or Final acceptance
L.S
v)
Comprehensive Insurance till duly erected and commissioned plant
L.S
vi) Service Tax @ on Item Nos. ……….. above (Please indicate % and Items Nos for which service tax is applicable)
L.S
vii) Any other Taxes and Duties, if applicable (please specify)
L.S
PART B: TOTAL FOR SUPPLY OF SERVICES (i to vii)
L.S
SL NO.
DESCRIPTION
TOTAL AMOUNT (Rs.)
1 TOTAL FOR SUPPLY OF MATERIALS – PART A
2 TOTAL FOR SUPPLY OF SERVICES – PART B
3 TOTAL COST OF ERECTED AND COMMISSIONED PLANT (PART A+ PART B)
B. Completion Period duly commissioned at site Months from Issuance of of Notification of Award
C. CIF Value of Import Content Rs Rate of Custom Duty Considered
D Domestic Value added to manufacturing cost as % of works price
E Estimated weight of the consignment
F Estimated Volume
SIGNATURE & SEAL OF BIDDER DATE:
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 6 of 9
PRICE SCHEDULE FOR SPARES PARTS
(To be completed by bidder) ITB NO BID REF. NO.
NAME OF BIDDER
Main Equipment
Description
Quantity FOT Works
For
Commiss ioning Spares
For 2 years
Operatio n
Minimum Spares
For 2 years Operation Additional
Spares
Total No.
Unit Rate (Rs.)
Total (Rs.) (6x7)
1 2 3 4 5 6 7 8
Discount, if any
Total Cost after Discount
Sl. No.
Description
For Commissioning
Spares (Rs.)
For 2 years Operation
Minimum (Rs.)
For 2 years Operation
Additional (Rs.)
A Excise Duty @
B Sales tax @
C
Any other taxes and duties : Quoted / Not Applicable
D Transportation Charges up to site
E DULY DELIVERED PROJECT SITE PRICE (FOT SITE)
SIGNATURE & SEAL OF BIDDER DATE:
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 7 of 9
Summary of Terms & Conditions- Form C.2 (Bidder must Confirm/ Comment Point by Point)
ENQUIRY (ITB) NO: OFFER NO:
ITEM: _BIDDER:
We confirm/clarify as follows:
SL.NO DESCRIPTION BIDDER'S CONFIRMATION/ ACCEPTANCE
1.0 PRICE QUOTED AS PER THE PRICE SCHEDULE
2.0 QUOTED FIRM PRICES TILL HANDING OVER OF THE ERECTED & COMMISIONED EQUIPMENT/
3.0 TAXES & DUTIES ALL TAXES, DUTIES AND LEVIES, LAWFULLY ASSESSED AGAINST THE OWNER AND THE CONTRACTOR IN PURSUANCE OF THIS CONTRACT, WILL BE TO CONTRACTOR’S ACCOUNT. IF REQUIRED, THE CONTRACTOR SHALL HAVE HIMSELF TO GET REGISTEREDWITH LOCAL SALES TAX AND SERVICE TAX AUTHORITIES AT SITE.
3.1
EXCISE DUTY: THE EXCISE DUTY PAYABLE MAY NOT BE INCLUDED IN THE BID PRICE AND THE AMOUNT THEREOF MAY BE INDICATED SEPARATELY ALONG WITH THE BASIS AS EXCISE DUTY AND ANY STATUTORY VARIATION IN THE RATE OF EXCISE DUTY WILL BE TO OWNER’S ACCOUNT. (ONLY IF CONTRACTOR / SUPPLIER IS ELIGIBLE FOR SUCH EXEMPTION UNDER TEC)
3.2
CENTRAL SALES TAX: CST (CURRENT RATE IS 2%) ON FINISHED GOODS ONLY. SALES TAX ON RAW MATERIALS, COMPONENTS AND DIRECTLY DISPATCHED SUB-BIDDER ITEMS INCLUDED IN THE QUOTED BASE PRICE.
3.3
OTHER TAXES: THE APPLICABLE TAX MAY BE INCLUDED IN THE BID PRICE AND DETAILS THEREOF MAY BE INDICATED SEPARATELY.
4.0 COMPOSITE INSURANCE THE INSURANCE COVERS SHALL BE IN THE JOINT NAMES OF THE OWNER AND THE CONTRACTOR TO COVER ALL RISKS TILL HANDING OVER OF UNIT (PLANT). (REF.ARTICLE 4.0 OF A03 OF ITB)
5.0
TERMS OF PAYMENT AS PER ITB,
6.0
BID SECURITY
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 8 of 9
7.0
DRAFT OF BANK GUARANTEE FOR
- ADVANCE PAYMENT
- PERFORMANCE SECURITY
8.0
DISCOUNT, IF ANY
- COMMERCIAL DISCOUNT
- REPEAT ORDER DISCOUNT
9.0 SCOPE
- SPARES WITH ITEMIZED PRICE LIST
- THIRD PARTY INSPECTION CHARGES
10.0 COMPLETION PERIOD A) MECHANICAL COMPLETION
_ MONTHS
B) COMMISIONING AND HANDING OVER _ MONTHS
C) EFFECTIVE DATE OF COMPLETION SHALL BE FROM NOTIFICATION OF AWARD BY FAX / LETTER OF INTENT.
11.0 PRICE REDUCTION FOR DELAY : AS PER ITB
12.0 FORCE MAJEURE CONDITIONS : AS PER ITB
13.0 GUARANTEE / WARRANTIES : AS PER ITB
14.0 VALIDITY: 180 DAYS FROM BID CLOSURE DATE
15.0 TECHNICAL CONFORMITY WITH TECHNICAL SPECIFICATIONS (STRIKE OUT WHICHEVER IS NOT APPLICABLE)
1. THE OFFER IS AS PER ITB SPECIFICATIONS WITHOUT ANY DEVIATION
2. THE OFFER IS AS PER ITB SPECIFICATIONS WITH ONLY DEVIATIONS ARTICLE BY ARTICLE AS PER ENCLOSED SHEET
16.0 ALL OTHER TERMS AND CONDITIONS AS PER ATTACHMENT-I AND II OF ITB. BIDDER’S PRINTED GENERAL CONDITIONS OF SALE, IF INCORPORATED IN THE OFFER ARE HEREBY WITHDRAWN.
17.0 BAR-CHART FOR MANUFACTURE AND DELIVERY COVERING MAIN ACTIVITIES
18.0 NAME AND ADDRESS OF BANKER
19.0 PLACE OF MANUFACTURE & DESPATCH
20.0 IMPORT LICENCE FOR BOUGHT OUT ITEMS IF REQUIRED TO BE ARRANGED BY BIDDER
21.0 CUSTOMS DUTY ON IMPORT COMPONENTS (INCLUDING
SPARE PARTS) SHALL BE BORNE AND PAID BY BIDDER. TO BE INDICATED SEPARATELY.
BID FORM, PRICE SCHEDULES AND SUMMARY
OF TERMS & CONDITIONS
ATTACHMENT-IV
NFVP/BAGGING/2016 0
REV
Page 9 of 9
23.0 TURNOVER FOR LAST THREE YEARS
i) 2015-16
ii) 2014-15
iii) 2013-14
24..0 NAME(CONTACT PERSON )
DESIGNATION:
TELEPHONE NO:
MOBILE NO:
FAX NO:
E MAIL (2 E-Mail IDs to be furnished)
25.0
IT IS CONFIRMED THAT IN CASE ANY OF THE TERMS AND CONDITIONS MENTIONED IN THIS SUMMARY ARE AT VARIANCE WITH THOSE INDICATED ANYWHERE ELSE IN OUR OFFER; THE CONDITION INDICATED IN THIS SUMMARY SHALL PREVAIL.
SIGNATURE & SEAL OF BIDDER WITH DATE
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 1 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
BID SECURITY FORM, PERFORMANCE BANK GUARANTEE FORM & ADVANCE BANK
GUARANTEE FORM
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 2 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
BID SECURITY FORM
DRAFT OF BANK GUARANTEE FOR BID SECURITY DEPOSIT
IN CONSIDERATION OF NATIONAL FERTILIZERS LIMITED (NFL), H AVING IT S REGISTERED OFFICE AT SC OPE COMPLEX, CORE-III, 7 INSTITUTIONAL AREA, LODHI ROAD, NEW DELHI-110003 (HERE IN AFTER CALLED NFL WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES ITS SUCCESSORS AND ASSIGNS) HAVING AGREED TO EXEMPT (HEREINAFTER CALLED THE, THE SAID TENDERER(S)’ WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES HI S SUCCESSORS A ND ASSIGNS) FROM THE DEMAND UNDER THE TERMS AND CONDITIONS OF TENDER NO FOR HEREINAFTER CALLED “THE SAID TENDERER’ O F SUCH BID SECURITY DEPOSIT FOR THE DUE FULFILMENT BY THE SAID TENDERER(S) OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER FOR ON P RODUCTION O F B ANK GUARANTEE FOR RS/ . (RUPEES/ ONLY)
1. WE BANK HEREINAFTER REFERRED TO AS ‘THE BANK’ DO HEREBY U NDERTAKE T O PAY TO NFL AN A MOUNT NO T EXCEEDING R S/ . (RUPEES/ ONLY) AGAINST ANY LOSS OR DAMAGE CAUSED TO OR SUFFERED BY ‘NFL’ REASON OF ANY BREACH BY THE SAI D T ENDERER(S) OF ANY OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID T ENDER (THE DECISION OF THE COMPANY AS T O ANY SUCH BREACH HAVING BEEN COMMITTED AND LOSS SUFFERED SHALL BE BINDING ON US.
2. WE BANK DO HEREBY UNDERTAKE TO PAY THE AMOUNTS
DUE AND PAYABLE UNDER THIS GUARANTEE WITHOUT ANY DEMUR MERELY OR A DEMAND FROM ‘NFL' STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED T O O R WOULD CAUSE TO OR SUFFERED BY ‘NFL’ BY R EASON O F AN Y BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS OR CONDITIONS CO NTAINED IN T HE SAID TENDER OR BY REASON OF THE SAID TENDERER’S FAILURE TO KEEP THE TENDER OPEN. AN Y SU CH DEMAND MADE ON THE BANK SH ALL BE CONCLUSIVE AS REGARDS THE AMOUNT DUE AND PAYABLE BY THE BANK UNDER T HIS G UARANTEE. HO WEVER, OUR LIABILITY UNDER THIS GUARANTEE SHALL BE RESTRICTED TO AN AMOUNT NOT EXCEEDING RS/ . (RUPEES/ ONLY)
3. WE BANK F URTHER AGREE THAT T HE G UARANTEE
HEREIN CONTAINED SHALL REMAIN IN FULL FORCE AND EFFECT DURING THE PERIOD THAT WOULD BE TAKEN FOR THE FINALISATION OF THE SAID TENDER AND THAT IT SHALL CONTINUE TO BE ENFORCEABLE TILL THE SAID TENDER IS FINALLY DECIDED AND ORDER P LACED ON T HE S UCCESSFUL TENDERER AND/ OR TILL ALL THE DUES OF NF L UNDE R/OR B Y VIRTUE O F
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 3 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
THE SAID TENDER HAVE BEEN FULLY PAID AND ITS CLAIMS SATISFIED O R DISCHARGED OR T ILL A DULY AUTHORISED OFFICER O F NFL CE RTIFIED THAT THE TERMS AND CONDITIONS OF THE SAID TENDER HAVE BEEN FULLY AND PROPERLY CARRIED OUT B Y T HE SAID TENDERER(S) AND ACCORDINGLY DI SCHARGES T HE G UARANTEE. UNLESS A DEMAND OR CLAIM UNDER THIS GUARANTEE IS MADE ON US IN WRITING ON OR BEFORE THE TO INCLUDE 6 M ONTHS CLAIM OVER AND ABOVE THE PERIOD MENTIONED I N T HE PARAGRAPH FOR THE VALIDITY OF THE BANK GUARANTEE I N T HE TENDER W E SH ALL BE D ISCHARGED FROM ALL LIABILITY UNDER THIS GUARANTEE THEREAFTER.
4. WE BANK, LASTLY UNDERTAKE NOT TO
REVOKE THIS GUARANTEE DURING ITS CURRENCY EXCEPT WITH THE PREVIOUS CONSENT OF ‘NFL’ IN WRITING.
DATED DAY OF 200
CORPORATE SEAL FOR BANK.
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 4 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
PROFORMA FOR BANK GUARANTEE AGAINST ADVANCE PAYMENT (On Stamp Paper issued in the Name of the Bank)
Guarantee No………………………… Dated………………
In consideration of the National Fertilizers Limited, Vijaipur, Dist. Guna (MP), PIN: 473 111, a Company incorporated under the Indian Companies Act and having its registered office at SCOPE Complex, Core-III, Institutional Area, Lodhi Road, New Delhi 110003 (hereinafter called "NFL") having agreed to advance a sum of Rs……………. (Rupees…………………………… only) to M/s………………………………….. (Hereinafter called "SUPPLIER") as ………..% advance against supplies against Purchase Order No………………….. Dated……………. for Rs………. (Rupees………………. only) at a simple interest of SBI PLR+1% (presently SBI PLR is 14.05%), per annum. We, ……………………….(Bank), having its registered office at ………………….. (Hereinafter referred to as the "BANK") do hereby undertake to pay immediately on demand by NFL an amount not exceeding Rs………………….. (Rupees…………………. only) [i.e. Rs………….. as Principal Amount and Rs………………………. as Interest for …………. Months].
2. Bank Do hereby undertakes to pay the amounts due and payable under this
guarantee without any demur immediately on a demand by NFL. Any such demand made on the Bank shall be conclusive as regards the amount due and payable and the Bank will make the payment immediately without referring to Supplier.
3. The Bank further agrees that the guarantee herein contained shall remain or
shall be released to the Supplier when the deliveries are completed, with prior certification by NFL.
4. We………………….. (Bank) further agree with the NFL that NFL shall have the
fullest liberty without the Bank's consent and without effecting in any manner or obligations hereunder to vary any of the terms and conditions of the Purchase Order or to extend time of performance by the Supplier from time to time or to postpone for any time or from time to time any of the powers exercisable by NFL against the Supplier and to forebear or enforce any of the terms and conditions relating to the Purchase Order No…………….. dated………. and the Bank shall not be relieved from our liability by reasons of any such variation or extension being granted to the Supplier or for any forbearance, act or omission on the part of NFL or any indulgence by the NFL to the Supplier or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving Bank.
5. We……………. (Bank) further agree that it shall not revoke this guarantee
during its currency of Guarantee except with the previous consent of NFL in writing.
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 5 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
6. This guarantee will not be di scharged due to the change in constitution of the Bank or the Contractor(s)/Supplier(s). Also the guarantee will not be discharged due to change in the constitution or Management of NFL.
7. We……………. (Bank) agree to extend the validity of the guarantee for the
period(s) as asked for by M/s ………………………….
8. Notwithstanding anything contained herein before, our total liability under this guarantee is restricted to Rs………………… (Rupees……………………………. only) and s hall remain in force until………………….. Unless a demand or claim to enforce a claim under this guarantee is made against us in writing on or before the date i.e……………….. all rights of NFL, under this guarantee shall be forfeited and the Bank shall be released and di scharged from all liabilities hereunder.
Dated:…………………… Bank……………………………
(Corporate Seal of Bank)
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 6 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
SECURITY DEPOSIT-CUM-PERFORMANCE BANK GUARANTEE FORMAT (To be prepared on Stamp paper issued in the name of Bank)
This BANK GUARANTEE No. made this day of between
a bank incorporated and hav ing its r egistered office at (hereinafter called BANK) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns on the one par t and N ATIONAL FERTILIZERS LIMITED, a Company registered in India under Companies Act, 1956 and having its registered office at Core - III, Scope Complex, 7, Institutional Area, Lodhi Road, New Delhi - 110 003, India to the context or contrary to the meaning thereof include its Successors and assigns on the other part.
WHEREAS in pursuance to the agreement dated
(hereinafter called CONTRACT) entered into between National Fertilizers Limited (hereinafter called OWNER and a Company i ncorporated i n
(hereinafter called C ONTRACTOR) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and as signs, for supply of
As envisaged in the Contract, Contractor has to submit a Security Deposit-cum-Performance Bank Guarantee for Currency of Contract. .
CONTRACTOR accordingly agrees to furnish the Security cum performance Bank
Guarantee as hereinafter contained towards fulfilment of all of its obligations under the contract.
NOW THIS DEED WITNESSETH AS FOLLOWS: 1. In pursuance of the Contract, the Bank hereby guarantees as a direct responsibility to OWNER that the BANK is holding the amount of Rs. Currency of Contract at Owner's disposal and hereby promises and shall be bound to pay to OWNER, forthwith at Owner's written notice stating that the contractor has failed to fulfil its obligations under the contract for reasons f or which contractor is liable and without any protest or demur and without recourse to contractor and without asking for any reasons as to whether the amount if lawfully asked for by Owner or not , the entire amount or the portion thereof as mentioned by Owner in the Notice.
The decision of the Owner as to whether the terms and conditions of this Security
Deposit-cum-Performance Bank Guarantee have been observed or not shall be f inal and binding on the BANK. I n any case, however the Bank’s responsibility under this
BID SECURITY FORM , PERFORMANCE BANK
GUARANTEE FORM , ADVANCE BANK GUARANTEE
FORM
ATTACHMENT-V
NFVP/BAGGING/2016 0
REV
Page 7 of 7
NFVP/Bagging/2016 Forms: BID SECURITY , PBG , ADVANCE BANK GUARANTEE
Security Deposit-cum-Performance Bank Guarantee is limited to Rs.
. 2. This Security Deposit-cum-Performance Bank Guarantee shall be valid for an initial period of months from the date of this Bank Guarantee No. dated given by the Bank to Owner become effective. Upon issuance of Commissioning / Erection / Completion certificate according to terms of contract on expiry of months after the issuance of the above mentioned certificate of commissioning / erection / completion certificate, or 24 months from the date of delivery whichever is earlier the Security Deposit-cum-Performance Bank Guarantee shall become null and void.
3. This Security Deposit-cum-Performance Bank Guarantee shall be in addition t o and shall not affect or be affected by any other security now or hereafter held by Owner on account of money hereby intended to secure and Owner at its discretion and without any further consent from the Bank, and without affecting its rights against the Bank, may compound with, give time or other indulgence to or make any other arrangement with Contractor and nothing done or omitted to be done by Owner in pursuance of any authority or permission contained in this guarantee, shall affect of discharge the liability of the Bank.
4. UNLESS PREVIOUSLY CANCELLED BY THE OWNER, this Security Deposit- cum- Performance Bank Guarantee will remain in force initially up to months from the effective date of Bank Guarantee No. dated given by the Bank to the Owner and subject to provisions of paragraph 2 above will stand automatically cancelled on the expiry of the said period. Unless demand or claim under this Bank Guarantee is made on Bank in writing within six months from the date of expiry of this Bank Guarantee, all the rights of Owner against the Bank shall be forfeited and Bank shall be relieved and discharged from all the liabilities hereunder.
5. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank, addressed as aforesaid, and i f sent by post, it shall be deemed to have been given at the time when it would be delivered in due course of post, and in proving such notice, when given by post, it shall be sufficient to prove that the envelope containing the notice was posted and a certificate, signed by an officer of the owners, to the effect that the envelope was so posted, shall be conclusive.
6. The Security Deposit-cum-Performance Bank Guarantee is to be returned to the Bank after its expiry in terms of Paragraph 4 above.
7. The Bank declares that it has the power to issue this guarantee and the undersigned have full power to do so. Dated this day of .
( Indicate the name of the Bank with stamp)
FORMAT FOR EXCEPTIONS AND DEVIATIONS
ATTACHMENT VI
NFVP/Bagging/2016 0
REV
Page 1 of 2
NFVP/Bagging/2016 Exceptions & Deviations
INVITATION TO BID FOR
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
FORMAT FOR EXCEPTIONS AND DEVIATIONS
FORMAT FOR EXCEPTIONS AND DEVIATIONS
ATTACHMENT VI
NFVP/Bagging/2016 0
REV
Page 2 of 2
NFVP/Bagging/2016 Exceptions & Deviations
ITB NO. ITEM .
BIDDER REF NO NAME OF BIDDER
SL.
NO
BIDDING DOCUMENT
REFERENCE
SUBJECT
DEVIATION DOCUMENT
NO.
PAGE NO. CLAUSE NO.
NOTE: 1. If unavoidable, Bidder may stipulate deviations to the requirements of the Bidding Document only in this format.
2.
Bidder shall furnish Technical and Commercial deviations, if any, separately.
3.
Any deviations stated elsewhere in the bid shall not be taken into account and may render the bid non-responsive and liable to be rejected.
STAMP & SIGNATURE OF THE BIDDER WITH DATE
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 1 of 8
NFVP/Bagging/2016
INVITATION TO BID FOR
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
SITE WORKING AND
SAFETY CONDITIONS
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 2 of 8
NFVP/Bagging/2016 Site Working and safety conditions
TABLE OF CONTENTS
SL.NO DESCRIPTION
1.0 PROJECT SYNOPSIS
2.0 SITE ESTABLISHMENT
3.0 SUPERVISION OF WORK
4.0 INSPECTION
5.0 EMPLOYMENT OF LABOUR
6.0 REPORTING
7.0 COMPLETION OF WORK
8.0 INSURANCE CLAIM FOR DAMAGES
9.0 WORKING AND SAFETY REGULATIONS
10.0 ELECTRICAL SAFETY REGULATIONS
11.0 STATUTORY REQUIREMENTS
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 3 of 8
NFVP/Bagging/2016 Site Working and safety conditions
1.0 PROJECT SYNOPSIS
NFL has revamped its plants recently enhancing the capacity of existing Urea plant from 2x1310 MTPD(U-I) to 2x1515 MTPD (U-I) and 2x1310 MTPD(U-II) to 2X1615.5 MTPD(U-II).The product Urea is dispatched to various consumption centers through Rail & Road. The annual average quantity of Urea dispatched during the last three financial years (2013-16) was 2137094 MT, out of which 93.51 % (1998429 MT) was dispatched through rail. To reduce rake loading time NFL wants qualified parties for detailed design, engineering, manufacture, inspection, painting, supply, packing, forwarding , erection, testing & commissioning of BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM for 13 No’s loading stations of Urea Bagging Plant at VIJAIPUR UNIT. To start with the modification shall be carried out in two stations only remaining 11 stations shall be modified subject to the vendor successfully demonstrating the performance of the first two stations as per the performance parameters to the full satisfaction of NFL.
2.0 SITE ESTABLISHMENT
2.1 The Contractor shall provide all huts, stores, tarpaulins and other c overs for the
accommodation of his staff, workmen and materials. All materials likely to deteriorate in the open shall be stored under suitable cover.
2.2 The Contractor shall advise the Owner within 15 days of the placement of LOI his space
requirement which shall include for office, mess rooms, covered storage, open storage, fabrication space, lavatories etc. Depending on availability and requirement, space shall, for the duration of this contract, be allotted to the contractor but he will not be permitted to make use of any other space without the sanction of the Owner. The use of this space shall strictly be made for the execution of this Contract only. The sanitary conditions of the ground in or around such structures shall, at all times be maintained by the Contractor in a manner satisfactory to the Owner.
2.3 The security of the Contractor's equipment and m aterials is his own responsibility. H e
will ascertain what security arrangements are made on site by the Owner and take further steps/Precautions he may think necessary. The Owner accepts no liability for loss or damage to the Contractor's plant, tools or materials.
2.4. The material issued to the Contractor, by the Owner will remain under the custody of
the Contractor as a trustee. However, title on the same will remain with the Owner. The Contractor will be responsible for loss or damage to such materials and shall preserve them in good working condition as required for the contract and g ood construction practices till such time that they are erected, aligned and fully installed in position and handed over t o t he Owner. I n case the Owner feels t hat arrangements made by the Contractor are not adequate he s hall so advise the contractor and the Contractor shall promptly take corrective action. In case the Contractor fails to take corrective action within a reasonable time, the Owner on advice of the consultant shall take such corrective actions and recover the cost thereof from the Contractor's bills. Account of such material on completion of work, shall be rendered and surplus materials returned to the Owner as per instructions of Owner.
2.5 The Contractor shall clear away immediately any rubbish, scrap materials, etc. and
dump the same in the area indicated by the Owner. All construction material shall be neatly stacked in an orderly manner as directed by the Owner and care shall be taken to allow proper access to workmen and easy movement of men, vehicles, cranes and materials.
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 4 of 8
NFVP/Bagging/2016 Site Working and safety conditions
2.6 The Contractor shall maintain all the dr awings c arefully m ounted on t he board of appropriate size and well protected from the ravages of termites and other insects.
2.7 The Contractor shall not permit the entry to the site of any person not di rectly
connected / concerned with the work without first having obt ained the written permission of Owner.
2.8 The Contractor shall submit a list of tools, tackles, etc. which he w ill use, to perform the work. T he C ontractor shall submit a l ist i n duplicate of all materials, tools and t ackles et c. brought inside the plant site duly signed by Owner's security s taff as per r ules l aid by O wners at site Project. These tools, etc. shall not be r emoved from the Site till the completion of the job. A gate pass must be obt ained from the Owner in order to remove from Site any tools, materials and equipment.
2.9 All items such as keys, instructions and ot her pertinent data regarding
erection/commissioning and m aintenance should be tagged and c lassified f or transmittal in a manner approved by the Owner.
2.10 All employees of the Contractor shall conform to the rules of conduct, etc.
established by Owners. Failure to do so will be sufficient cause for removal of such person from the Site.
2.11 The Contractor will be responsible for providing all plant, tools and tackles,
consumable and scaffolding required for the execution of his work as per the best engineering practices.
2.12 The receipt, off-loading, movement and storage at Site of the entire Contractor's
plant, tools and materials are his responsibility. T he receipt, movement and storage, if required, of material issued by Owners shall be the responsibility of the Contractor.
2.13 Electricity:
The Contractor shall advise the Owners/Consultant within 7 days of the placement of LOI his electrical power requirements to allow the planning of the temporary el ectrical distribution. P ower, subject to availability, will be made available at one point. Contractor shall make his own arrangement at his cost for drawing power from the Owner's distribution board to his own distribution board. The power supply shall be made available at 415 V, 3 phase 50 Hz, four wire system. Electricity will be made available to the Contractor free of charge. Contractor may be required to use his diesel driven Generator sets at site. In his t ender, contractor s hould i ndicate t he no. of di esel Gen. sets t hat c an be deployed by him. All temporary wiring from the supply point for either Power or lighting will be the responsibility of the Contractor. Contractor's Distribution Board temporary wiring shall be GOI approved/
done by certified electrician and must comply with local regulations and is subject the Owner's inspection and approval before connection t o supply. Owner shall provide some flood lights at site. Additional lights if required by Contractor shall be arranged by Contractor.
2.14 (a) Water: The Contractor shall advise the Owner within 7 days of the placement of LOI, his water requirement for hydraulic testing and other requirements. A free supply of water will be made available at one point on the site. Any further distribution will be the responsibility of the Contractor.
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 5 of 8
NFVP/Bagging/2016 Site Working and safety conditions
(b) Plant Air
The Contractor shall advise the Owner within 7 days of the placement of LOI, his plant air requirement for pneumatic chipping devices and other requirements. A free supply of plant air will be made available from the existing plant air header at utility points available in plant. Any further requirement will be the responsibility of the Contractor.
2.15 Messing & Accommodation:
The Contractor will make his own arrangements. No accommodation shall be provided by Owner.
2.16 First-Aid:
The Contractor may have access to the Owner's qualified first-aid personnel and ambulance, in case of accidents, if available. The Contractor will, however, provide a first-aid post for minor injuries to their staff.
2.17 Safety Equipment: All necessary personal safety equipment like safety belts, helmets,
protective face and eye shields, hand-gloves, overall etc. as required should be made available for the use to the person employed on the site. It is contractor's responsibility to maintain all safety equipment in good working condition.
3.0 SUPERVISION OF WORK:
3.1 The Contractor shall submit t o t he Owners / Consultant a r esume of hi s s ite-
supervisors f or approval prior to c ommencement of t he work. O nce approved, the Contractor shall not remove his site-supervisors without prior concurrence of the Owners/Consultant.
3.2 The entire work is to be completed as per the Project time schedule. The programme
of the work in details shall be submitted by the Contractor before commencement of the work. The detailed programmes prepared by the contractor shall conform to the targets set forth in the Time Schedule and w ill be s ubject to t he approval of the Owners/Consultant. All the work shall be carried out in such a manner that the work of other agencies operating at site is not hampered due to any action of the Contractor.
4.0 INSPECTION:
The work of the Contractor is subject to Inspection by the owner at a l l t imes.
5.0 EMPLOYMENT OF LABOUR
5.1 The Contractor will be expected to employ on t he work only his regular skilled
employees with experience of this particular work. The permission of the Owners/Consultant must be obtained before tradesmen are recruited locally for the work. This rule does not apply to un-skilled labour. No person below the age of eighteen years shall be employed. The contractor shall pay, to his employees / workers the minimum wages as per latest State Government notification issued time to time.
5.2 All travelling expenses including provision of all necessary transport to and f rom Site, lodging allowances and other payments to the Contractor's employees are his own responsibility.
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 6 of 8
NFVP/Bagging/2016 Site Working and safety conditions
5.3 The hours of work on the Site shall be decided by the Owners/Consultant and Contractor shall adhere to it Monday to Saturday minimum working hours will be 8 (eight) hours per day excluding lunch break etc.
5.4 Contractor's employees shall wear identification badges while on work site. 5.5 All notices displayed on t he Site and any instructions issued by the Owner must
be strictly adhered to by the Contractor's and/or his sub-contractor's employees. 5.5.1 Contractor shall arrange labour licenses as per rules from concerned authorities at his
own cost. 5.5.2 Contractor will take insurance cover for all his employees against accident etc. 5.6 Contractor will arrange ration cards and permits, if required. 5.7 In case the Owner becomes liable t o pay any wages or dues to the labour of the
Contractor or his Sub-contractor or to any Government Agency under any of the provision of the Minimum W ages Act, Workmen Compensation Act or any other law due t o act of omission of the Contractor, t he Owner shall promptly make such payment and shall recover the same from the Contractor's bills.
5.8 The Contractor shall be required to produce documentary evidence to the effect that he has discharged his obligations under the Employees Provident Fund Act, 1952, for his / subcontractor’s employees working at site.
5.9 The OWNER shall allocate only space to the Contractor for his labour colony. I t shall be the responsibility of Contractor to provide suitable accommodation including all necessary facilities. However, subject to availability, electricity and w ater shall be provided at one place on chargeable basis. Further distribution, as required, shall be done by Contractor.
6.0 REPORTING
(a) The Contractor must report the following information to the Owner in writing each Friday:- i) Number of employees, trades-wise;
ii) Progress achieved;
iii) Expected dates of completion of work;
iv) Any actual or potential delay in programme caused by the action or inaction of
Owner and other Contractor working at site.
(b) If during excavation any materials such as but not limited to precious materials or treasure etc. are found, the same shall be reported to Owner immediately and shall be the property of Owner.
7.0 COMPLETION OF WORK:
Before finally leaving site, al l t he Contractor's huts, plant, tools and rubbish must be removed and the site left clean and tidy.
8.0 INSURANCE CLAIM FOR DAMAGES
On receipt of material at site, the Contractor shall promptly check for damages if any and notify the Owner and s hall t ake necessary action for lodging insurance claim for damages.
9.0 WORKING AND SAFETY REGULATIONS:
9.1 The Contractor will observe all statutory and l egal r equirements of Central and
State Governments applying to the work as well as any local regulations applying to the site issued by the Consultant or any other authority.
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 7 of 8
NFVP/Bagging/2016 Site Working and safety conditions
9.2 Particular attention is drawn to the following:-
i) In case of accident, the Owner shall be informed in writing forthwith. The
Contractor shall strictly follow regulations laid down by Factory Inspector, Government and state authorities in this regard.
ii) Fencing all Contractor's plant, platforms, excavations etc.
iii) Compliance with all electricity regulations.
iv) Compliance with statutory requirements for inspection and t est of all lifting appliances and auxiliary lifting gear.
9.3 Staircases, door s and g angways m ust not be obs tructed in any way that will
interfere with means of access or escape.
9.4 No excavation will be started without t he per mission of t he Owner, who will inform the Contractor of the position of any pipes or cables known to be buried in the area. All excavations must be effectively railed off at all times, or completely broaded ov er and pr operly marked during the hours of darkness by red warning lamps, using flameproof warning l amps in non-smoking areas. Debris or material which cannot be immediately removed must be heaped in such a way as to leave adequate passage way. Any finds such as r elics or antiques c oins or fossils, etc. shall be promptly handed over to the Owner.
9.5 The Contractor will notify the Owner of hi s i ntention t o bring on t he site any
equipment, such as space heating or welding appar atus or any container holding liquid or gaseous fuel or other substance which might create a hazard. The Owner will have a right to prohibit the use of such equipment or to prescribe the conditions under w hich such equipment m ay be us ed. The Consultant will have the right to inspect any construction plant, and t o forbid its use if in his opinion it is unsuitable or unsafe. No claim arising there from shall be made by the Contractor. The Contractor or any one acting on his instructions will not bring on t o t he site any radio-active substance or any apparatus using s uch substances or any X -ray appar atus until written permission and direction r egarding t he us e of such equipment has been received from the Consultant/ Owner.
9.6 The Contractor will meet all requirements, and act on the instructions of the Owner
where it is necessary to operate a 'permit-to-work' system.
9.7 Where it is necessary to provide any/ or s tore petroleum products or petroleum mixtures and explosive, the Contractor shall be responsible for carrying out such provision and/ or s torage i n ac cordance w ith the rules and r egulations l aid down in Petroleum Act, 1934, Explosive Act, 1948 and Petroleum and Carbide of Calcium Manual publ ished by t he C hief I nspector of Explosives of India. All such storage shall have prior approvals of the Consultant. In case any approval is necessary from the Chief Inspector of Explosives or any statutory authorities, the Contractor shall be responsible for obtaining the same.
9.8 The Contractor shall have his own fire fighting extinguishers and equipment.
9.9 The Contractor shall be responsible for the provision of all safety notices and
safety equipment required by both t he r elevant legislation and s uch as the Owner/ Consultant may deem necessary.
SITE WORKING AND SAFETY CONDITIONS
ATTACHMENT VII
NFVP/Bagging/2016 0
REV
Page 8 of 8
NFVP/Bagging/2016 Site Working and safety conditions
9.10 The Contractor shall be r esponsible for the safe storage of the radio-graphic sources or those of his sub-contractors.
10.0 ELECTRICAL SAFETY REGULATIONS:
10.1 In no c ircumstances will t he Contractor interfere with fuses and electrical
equipment belonging to the Owner or other Contractors.
10.2 Before the Contractor connects any electrical appliances to any plug or socket belonging to the other Contractor or Owner, he will -
i) Satisfy the Owner/ Consultant that the appliance is in good working
conditions; ii) Inform the Owner of the maximum current r ating, voltage and phase of
the appliance; iii) Obtain permission of the Owner dealing the sockets to which the appliances
may be connected.
10.3 The Owner will not grant permission to plug in until he is satisfied that –
i) The appliance is in good condition and is fitted with a suitable plug; ii) The appliance is fitted with a s uitable cable having two earth conductors,
one of which shall be an earthed metal sheath surrounding the cores.
10.4 No electric cable in use by the other Contractor / Owner will be distributed without prior per mission. N o weight of any description will be imposed on any such cable and no ladder or similar equipment will rest against or be attached to it.
10.5 The voltage for all portable equipment e.g. dr illing machines, temporary lighting
etc. will not exceed 240 volts.
10.6 No work must be carried out on any l ive equipment. T he equipment must be made safe and a 'permit-to-work ' issued before any work is carried out.
10.7 Contractor shall employ authorised electrician to maintain his temporary electrical
installation.
11.0 STATUTORY REQUIREMENTS:
The contractor shall conform to the provisions of Acts of Parliament or State Legislatures and to any bye-laws, rules, orders or notifications of any Government, Municipal or local authority for the time being in force affecting the work undertaken by him and w ill give a ll necessary notices to and obtain requisite sanction and permits of and from the Municipal and any other authority in respect of the said work of the materials to be used threat and generally will comply with building and other regulations of s uch aut horities and w ill k eep the Owner indemnified ag ainst all claims, penalties and losses that may be incurred by it by reason of any breach by the contractor of any statute , bye laws, rules, regulations , notifications etc.
APPLICABLE INDIAN ACTS RULES AND
REGULATIONS
ATTACHMENT –VIII
NFVP/Bagging/2016 0
REV
Page 1 of 3
NFVP/Bagging/2016 Applicable Indian Acts ,Rules & Regulations
INVITATION TO BID FOR
INSTALLATION OF
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM
OF
BAGGING PLANT
FOR
M/S NFL (VIJAIPUR- UNIT)
APPLICABLE INDIAN ACTS RULES AND REGULATIONS
APPLICABLE INDIAN ACTS RULES AND
REGULATIONS
ATTACHMENT –VIII
NFVP/Bagging/2016 0
REV
Page 2 of 3
NFVP/Bagging/2016 Applicable Indian Acts ,Rules & Regulations
Applicable Indian Acts, Rules & Regulations
1. Indian Electricity Act (Modified) 1952 (Act IX, 1910) 2. The Electricity Supply Act (LIV) of 1948
3. Factories Act, 1948
4. Indian Explosives Act, 1948
5. Indian Boiler Act, 1884
6. The Petroleum Act, 1934
7. Industrial Disputes Act, 1947
8. Income Tax Act
9. Central Sales Tax Act
10. Madhya Pradesh Sales Tax Act
11. Madhya Pradesh Transfer of Property Act
12. Indian Customs Act
13. Service Tax Act
14. Central Excise Act
15. The Indian Electricity Rule
16. Regulations for the Electrical Equipment of Buildings, 1958
17. IS-5572-1978: Classification of Hazardous Area
18. IS-2148-1968: Flame Proof Enclosures of Electrical Equipment
19. IS-5571-1970: Guide for Selection of Electrical Equipment for Hazardous Area
20. Fire Insurance Regulation
21. National Electrical Code (NEC) of National Fire Protection Association (NEPA) USA
22. Fire Protection Manual (Red-Book)
23. The Petroleum and Carbide of Calcium Manual
24. Explosive Rules, 1940
APPLICABLE INDIAN ACTS RULES AND
REGULATIONS
ATTACHMENT –VIII
NFVP/Bagging/2016 0
REV
Page 3 of 3
NFVP/Bagging/2016 Applicable Indian Acts ,Rules & Regulations
25. Indian Boiler Regulations 26. Indian Power Alcohol Rules
27. IS-875-1987: Part 1,2,3,4 and 5 Codes of Practice for Design Loads for Buildings and
Structures. 28. IS-1893-1987: Criteria for Earthquake Resistance Design of Structure IS-4326: Code of
Practice for Earthquake Resistance Design and Construction of Building 29. The Water (Prevention and Control Pollution) Act, 1974, as amended up to date
30. The Water (Prevention and Control Pollution) Rules, 1975
31. The Water (Prevention and Control Pollution)
(Procedure for Transaction of Business) Rules, 1975
NOTIFICATIONS
(i) Constitution of Appellate Authority (ii) Delegation of Powers as State Board by the Central Board to various Union
Territory Administrations.
32. The Water (Prevention and Control Pollution) Cess Act, 1977, as amended by
Amendment Act, 1991 33. The Water (Prevention and Control Pollution) Cess Rules, 1978
34. The Air (Prevention and Control Pollution) Act, 1981, as amended by amendment act,
1987 35. The Air (Prevention and Control Pollution) Act, 1982 36. The Air (Prevention and Control Pollution) (Union Territories) Rules, 1983
NOTIFICATIONS (I) The date from which the Act came into Force. (II) Declaration of Air Pollution areas. (iii) Constitution of Appellate authority
37. The Environmental laboratories and Analysis
NOTIFICATIONS
(I) Environmental laboratories and Analysis Officers authorized for taking cognizance of offences.
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 1 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
INSTRUCTIONS FOR EXECUTION OF THE INTEGRITY PACT
a. The accompanying 'Integrity Pact' is to be executed in two (02)
originals on a plain paper and submitted along with technical bid /
tender documents.
b. All the pages of the integrity pact are to be signed by the Bidder. If
the Bidder is a partnership or a consortium, the Integrity Pact shall
be signed by all the partners or consortium members.
Bidders are required to clearly indicate the name and designation
of the signatory (ies) as well as the name and address of the
witnesses.
c. The Bidder shall not change the contents of the Integrity Pact.
d. Bidder may note that Bidder's failure to submit the Integrity Pact
duly signed along with the Bid shall lead to outright rejection of
the Bid.
(These are instructions for execution and does not form part of the Integrity Pact)
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 2 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
INTEGRITY PACT
Between
“National Fertilizers Limited (NFL)”
hereinafter referred to as
" PRINCIPAL",
and
(___________________________________________________________________
_________________________________________________________________)
hereinafter referred to as
"The Bidder/Contractor"
Preamble
THE PRINCIPAL intends to award, under laid-down organisational procedures, contract(s) for __________________________________________________________
__________________________________________. The principal values full
compliance with all relevant laws and regulations, and the principles of
economical use of resources, and of fairness and transparency in its relations with
its Bidders/ Contractors.
In order to achieve these goals, the Principal and the above named
Bidder/Contractor enter into this agreement called 'Integrity Pact' which will
form a part of the bid.
It is hereby agreed by and between the parties as under:
Section I - Commitments of THE PRINCIPAL
(1) THE PRINCIPAL commits itself to take all measures necessary to prevent
corruption and to observe the following principles :
a) No employee of THE PRINCIPAL, personally or through family
members, will in connection with the tender, or the execution of the contract, demand, take a promise for or accept, for him/herself or
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 3 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
third person, any material or other benefit which he/she is not legally entitled to.
b) THE PRINCIPAL will, during the tender process treat all Bidder(s)
with equity and fairness. THE PRINCIPAL will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/ additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.
(c) THE PRINCIPAL will exclude from evaluation of Bids its such
employee(s) who has any personnel interest in the
Companies/Agencies participating in the Bidding/Tendering
process (2) If THE PRICIPAL obtains information on the conduct of any employee of
THE PRINCIPAL which is a criminal offence under the relevant IPC/PC Act, or if there be a substantive suspicion in this regard, he will inform its
Chief Vigilance Officer and in addition can initiate disciplinary actions under its Rules.
Section II - Commitments of the Bidder/Contractor
(1) The Bidder/Contractor commits himself to take all measures necessary to
prevent corruption. He commits himself to observe the following
principles during his participation in the tender process and during the
contract execution:
a) The Bidder/Contractor will not, directly or through any other
person or firm, offer, promise or give to THE PRINCIPAL, or to any of THE PRINCIPAL's employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange an advantage during the tender process or the execution of the contract.
b) The Bidder/Contractor will not enter into any illegal agreement or
understanding, whether formal or informal with other Bidders/Contractors. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or actions to restrict competitiveness or to introduce cartelization in the bidding process.
c) The Bidder/Contractor will not commit any criminal offence under
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 4 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
the relevant IPC/PC Act; further, the Bidder/Contractor will not use for illegitimate purposes or for purposes of restrictive competition or personal gain, or pass on to others, any information provided by THE PRINCIPAL as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.
d) The Bidder/Contractor of foreign origin shall disclose the name and
address of the Agents/representatives in India, if any, involved directly or indirectly in the Bidding. Similarly, the Bidder/Contractor of Indian Nationality shall furnish the name and address of the foreign principals, if any, involved directly or indirectly in the Bidding. All the payments made to the Indian agent/ representative have to be in Indian Rupees only.
e) The Bidder/Contractor will, when presenting his bid, disclose any
and all payments he has made, or committed to or intends to make
to agents, brokers or any other intermediaries in connection with the
award of the contract and/or with the execution of the contract. (2) The Bidder/Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
Section III- Disqualification from tender process and exclusion from future
contracts
(1) If the Bidder, before contract award, has committed a serious transgression
through a violation of Section II or in any other form such as to put his
reliability or credibility as Bidder into question, THE PRINCIPAL may disqualify the Bidder from the tender process or terminate the contract, if already signed, for such reason.
Section IV – Compensation for Damages
(1) If THE PRINCIPAL has disqualified the Bidder from the tender process
prior to the award under Section III, THE PRINCIPAL is entitled to
demand and recover the damages equivalent to earnest money deposit/
Bid security (2) If THE PRINCIPAL has terminated the contract under Section III,or if THE
PRINCIPAL is entitled to terminate the contract according to section III, THE PRINCIPAL shall be entitled to demand and recover from the
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 5 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
contractor the liquidated damages of the contract value opr the amount equivalent to the Performance Bank Guarantee.
Section V- Previous Transgression
(1) The Bidder shall declare in his Bid that no previous transgressions
occurred in the last 3 years with any other Public Sector Undertaking or
Government Department that could justify his exclusion from the tender
process. (2) If the Bidder makes incorrect statement on this subject, he can be
disqualified from the tender process or the contract, if already awarded,
can be terminated for such reason.
Section VI - Equal treatment to all Bidders / Contractors
(1) THE PRINCIPAL will enter into agreements with identical conditions as
this one with all Bidders. (2) THE PRINCIPAL will disqualify from the tender process any bidder who
does not sign this Pact or violate its provisions.
Section VII – Criminal Charges against violating Bidders / Contractors
If THE PRINCIPAL obtains knowledge of conduct of a Bidder or a Contractor or
his subcontractor or of an employee or a representative or an associate of a Bidder or Contractor or his Subcontractor which constitutes corruption, or if THE
PRINCIPAL has substantive suspicion in this regard, THE PRINCIPAL will
inform the Chief Vigilance Officer (CVO).
Section VIII - Independent External Monitor/Monitors
(1) THE PRINCIPAL appoints competent and credible Independent External
Monitors (IEMs) for this Pact . The task of the monitor is to review
independently and objectively, whether and to what extent the parties
comply with the obligations under the agreement. (2) The IEM is not subject to instructions by the representatives of the parties
and performs his functions neutrally and independently. It will be
obligatory for him to treat the information and documents of the bidder/
contractors as confidential. He reports to the Chairman-cum-Managing
Director, NFL.
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 6 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
(3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access without restriction to all documentation of THE PRINCIPAL related to this contract including that provided by the Contractor/Bidder. The Bidder/Contractor will also grant the IEM, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his documentation. The same is applicable to Subcontractors. The IEM is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
(4) THE PRINCIPAL will provide to the IEM sufficient information about all
meetings amont the parties related to the project provided such meetings
could have an impact on the contractual relations contractual relations
between THE PRINCIPAL and the Bidder/Contractor related to this
contract. The parties offer to IEM the option to participate in such
meetings. (5) As soon as the IEM notices, or believes to notice, a violation of this
agreement, he will so inform the Chairman-cum-Managing Director, THE PRINCIPAL and request the Chairman-cum-Managing Director, THE PRINCIPAL to discontinue or take corrective action, or to take other relevant action. The IEM can in this regard submit non-binding recommendations. Beyond this, the IEM has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.
(6) The IEM will submit a written report to the Chairman-cum-Managing
Director, NFL within 8 to 10 weeks from the date of reference or intimation
to him by THE PRINCIPAL and, should the occasion arise, submit
proposals for correcting problematic situations.
(7) The monitor shall be entitled to compensation on the same terms as being
extended to/ provided to the independent directors of NFL Board.
(8) If the IEM has reported to the Chairman-cum-Managing Director, THE PRINCIPAL, a substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman-cum-Managing Director, NFL has not, within the reasonable time taken visible action to proceed against such offence or reported it to the CVO, the Monitor may also transmit this information directly to the CVC, Government of India.
(9) The word ‘IEM’ would include both singular and plural.
Section IX - Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12 month after the last payment under the contract and for all the
PROFORMA FOR INTEGRITY PACT BETWEEN
NATIONAL FERTILIZERS LIMITED AND BIDDER
ATTACHMENT-IX
NFVP/BAGGING/2016 0
REV
Page 7 of 7
NFVP/BAGGING/2016 INTEGRITY PACT
other bidder 6 months after the contract has been awarded. Section X - Other Provisions
(1) This agreement is subject to Indian Law. Place of performance and
jurisdiction is the Registered office of THE PRINCIPAL i.e New Delhi. The
Arbitration clause provided in the main tender document / contract shall
not be applicable for any issue / dispute arising under Integrity Pact. (2) Changes and supplements as well as termination notices need to be made
in writing.
(3) If the Contractor is a partnership firm or a consortium or Joint Venture,
this agreement must be signed by all partners, consortium members and
Joint Venture partners. (4) Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid. In this case, the parties will
strive to come to an agreement to their original intentions.
____________________________ ___________________________________
(For & On behalf of THE PRINCIPAL) (For & On behalf of Bidder/Contractor)
(Office Seal) (Office Seal)
Place: _________________ Witness 1 :________________________________
(Name & Address) ________________________________
Date: _____________ ________________________________
________________________________
Witness 2 : ________________________________
(Name & Address) ________________________________
________________________________
________________________________
PROVISIONS AS PER MSMED ACT
ATTACHMENT-X
NFVP/BAGGING/2016 0
REV
Page 1 of 4
NFVP/BAGGING/2016 MSMED PROVISIONS
FOR Micro & Small Enterprises
PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES:
Government of India, vide Gazette of India No. 503 dated 26.03.2012 has proclaimed the
Public Procurement Policy on procurement of goods and services from Micro and Small
Enterprises (MSEs) by all central Ministries/Departments/PSUs for promotion and
development of Micro and Small Enterprises. Accordingly, following provisions are
incorporated:
i) Issue of Tender Documents to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD/Bid security.
iii) In Tender, participating Micro and Small Enterprise quoting price within price band of
L1+15% shall also be allowed to supply a portion of requirement by bringing down
their prices to L1 price in a situation where L1 price is from someone other than a
micro and small enterprises and such micro and small enterprises shall be allowed to
supply up to 20% of the total tendered value. In case of more than one such Micro and
Small Enterprises, the supply shall be shared proportionately (to tendered quantity).
Further out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST
Entrepreneurs. This quota is to be transferred to other MSEs in case of non-
availability of MSEs owned by SC/ST entrepreneurs.
iv) The quoted prices against various items shall remain valid in case of splitting of
quantities of the items as above.
v) In case bidder is a Micro or Small Enterprise under the Micro, Small and
Medium Enterprises Development Act, 2006, the bidder shall submit the
following:
a) Documentary evidence that the bidder is a Micro or Small Enterprises
registered with District Industries Centers or Khadi and Village Industries
Commission or Khadi and Village Industries Board or Coir Board or National
Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises.
b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.
vi) In case tendered item is non-split able or non-dividable, MSE quoting price
within price band L1 (other than MSE) +15%, may be awarded for full /
complete value of supplies / contract subject to matching of L1 price.
vii) The MSEs owned by SC/ST entrepreneurs shall mean:
a) In case of Proprietary MSE, Proprietor(s) shall be SC/ST.
b) In case of Partnership MSE, the SC/ST partners shall be holding at least 51%
share in the unit.
PROVISIONS AS PER MSMED ACT
ATTACHMENT-X
NFVP/BAGGING/2016 0
REV
Page 2 of 4
NFVP/BAGGING/2016 MSMED PROVISIONS
c) In case of Private Limited Companies, at least 51% share is held by SC/ST. If
the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.
viii) The Public Procurement Policy for MSEs is meant for procurement of only
Goods produced & Services rendered by MSE and hence shall not be
applicable for works contracts.
The above documents submitted by the bidder shall be duly certified by the Statutory
Auditor of the bidder or a practicing Chartered Accountant [not being an employee or a
Director or not having any interest in the bidder’s company/firm) where audited accounts
are not mandatory as per law.
If the bidder does not provide the above confirmation or appropriate document or
any evidence, then it will be presumed that they do not qualify for any preference
admissible in the Public Procurement Policy (PPP), 2012.
PROVISIONS AS PER MSMED ACT
ATTACHMENT-X
NFVP/BAGGING/2016 0
REV
Page 3 of 4
NFVP/BAGGING/2016 MSMED PROVISIONS
Format F
‘PROFORMA’ FOR CONFIRMATION ON APPLICABILITY OF “MICRO,
SMALL AND MEDIUM ENTERPRISES DEVELOPMENT ACT, 2006 [MSMED
ACT 2006)”
NIT No.:
_________________________________________________________________
Name of Contract:
_________________________________________________________
1. You may aware that “Micro, Small and Medium Enterprises Development Act
2006” (‘MSMED’) has been come into force w.e.f. 2nd October 2006, which has
repealed the provisions of the old Act regarding Small Scale Industrial
undertakings.
2. As per the MSMED Act, Enterprises engaged in the manufacture / production of
goods or rendering / providing of services are to be classified into Micro, Small
and Medium enterprises based on the investment in plant and
machinery/equipment.
3. Such Enterprises are required to file a memorandum in the prescribed form to the
appropriate authority as mentioned in the MSMED Act.
4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu
undivided family, Association of persons, Cooperative Society, Partnership firms,
undertaking or any other legal entity.
5. For your ready reference, the definitions of Micro, Small and Medium enterprises
are given below:
Classification of enterprises engaged in: (a) Manufacture or production of goods pertaining to any industry specified in the
First Schedule to the Industries (Development and Regulation) Act 1951 as:
Nature of Enterprise Investment in Plant & Machinery (#)
Micro Does not exceed Rs. 25 Lakh
Small More than Rs. 25 Lakh but does not exceed Rs. 5 Crores
Medium More than Rs. 5 Crores but does not exceed Rs. 10 Crores
(b) Providing or rendering services:
Nature of Enterprise Investment in Equipment
Micro Does not exceed Rs. 10 Lakh
Small More than Rs. 10 Lakh but does not exceed Rs. 2 Crores
Medium More than Rs. 2 Crores but does not exceed Rs. 5 Crores
(#) In calculating the investment in plant & machinery, the cost of pollution control,
research and development, industrial safety devices and such other items as may be
specified will be excluded.
6. You are therefore requested to fill the “Format” [proforma attached] and submit
the same along with proof of valid document/ certificate [indicating registration
no.] in your offer. In case same is not submitted along with your offer, it will be
presumed that your organization is not a micro, small or medium enterprises as per
the provisions of MSMED Act 2006 and consequently you will not be eligible to
the benefits admissible under the MSMED Act 2006.
PROVISIONS AS PER MSMED ACT
ATTACHMENT-X
NFVP/BAGGING/2016 0
REV
Page 4 of 4
NFVP/BAGGING/2016 MSMED PROVISIONS
Format - __ (A)
CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM
ENTERPRISES DEVELOPMENT ACT, 2006 (MSMED ACT 2006)
NIT No.:
_________________________________________________________________
Name of Contract:
_________________________________________________________
1. We confirm that provisions of “Micro, Small and Medium Enterprises
Development Act 2006” (‘MSMED’) are applicable to us and our organization
falls under the definition of:
a. Micro Enterprise - [ ]
b. Small Enterprise - [ ]
c. Medium Enterprise - [ ] (Please put a tick in the appropriate box)
2. Copy of proof of valid document/ certificate [indicating registration no.] of being a
Micro/ Small/ Medium Enterprises is enclosed.
Place: ____________ Signature of Authorised Signatory
Date: ____________ Name: _____________________
Designation: ________________
Seal:
Note: In case above Format along with proof of valid document/ certificate [indicating
registration no.] is not submitted in offer, it will be presumed that your
organization is not a micro, small or medium enterprises as per the provisions of
MSMED Act 2006 and consequently you will not be eligible to the benefits
admissible under the MSMED Act 2006.
DECLARATION FORM I & II
ATTACHMENT-XI
NFVP/BAGGING/2016 0
REV
Page 1 of 2
NFVP/BAGGING/2016 Declaration form I & II
DECLARARTION-FORM-I
Ref. No; Dated :
___________
To,
Issuing Authority
National Fertilizers Ltd.
……….Unit/CO
I/We _________________________________________have read
the conditions of tender attached hereto and agree to abide by such conditions. I/We
offer to do the job of_____________________________________________________
_______________________________ work at the rates quoted in the attached Schedule
of Rates and in accordance with the specifications, standards and instructions in writing
of the Engineer-in-charge of M/s. National Fertilizers Limited and hereby bind
myself/ourselves to complete the work schedule and progress of work.
I/We further agree to abide by the conditions of contract and to carry out all work within
the specified time in accordance with specifications of materials and workmanship and
instructions referred to in the Notice Inviting Tenders.
In case of acceptance of the tender by National Fertilizers Limited, I/We bind
myself/ourselves to execute the contract as per the conditions mentioned in the tender
documents, failing which, I/We shall have no objection to the forfeiture of the Earnest
Money lodged with National Fertilizers Limited………..(Unit/CO).
Thanking you
Yours faithfully
For M/s ____________________________
(Signature of Contractor/Tenderer with SEAL)
Address : _____________________________
DECLARATION FORM I & II
ATTACHMENT-XI
NFVP/BAGGING/2016 0
REV
Page 2 of 2
NFVP/BAGGING/2016 Declaration form I & II
DECLARATION FORM-II
The following declaration to be signed by Contractor and to be submitted along with
required documents which would be duly self certified:
Sr.
No. DESCRIPTION
YES / NO
(If Yes, give the following details)
1 If a Tenderer has relations whether
by blood or otherwise with any of
employees of NFL (Owner), the
Tenderer must disclose the relation
at the time of submission of Tender,
failing which, NFL shall reserves the
right to reject the Tender or rescind
the Contract.
Name and
Designation of the
Employee
Place of Posting Relation
with the
Employee
2. P.F. Registration No of the Contractor to be intimated along with
Documentary proof thereof.
P.F. Registration
Number
3 PAN No of the Contractor to be intimated along with Documentary
Proof thereof.
PAN No
4 Service Tax Registration No. with Documentary Proof.
Accounting Code No.
S.T.Code No.
……………………
……………………
……………………
5 ESI Registration No. Along with documentary proof thereof. ESI Regd. No.
6 If the party is registered as Micro/Small/Medium Enterprises as per
MSMED Act,2006, the same may be confirmed by the party and
submit a photocopy (Self certified) of the registration certificate in
support thereof. Otherwise it will be construed that the party is not
registered as per MSMED Act, 2006.
7 The bidder shall submit the name and address of the firm/company
along with its constitution giving status of the same such as sole
proprietorship/partnership or limited/private firm etc. Along with its
copies duly attested by Notary Public as evidence.
Signature of the Contractor/ Tenderer with SEAL
PLACE : ______________
Dated : ________________
INDEMNITY BOND
ATTACHMENT-XII
NFVP/BAGGING/2016 0
REV
Page 1 of 2
NFVP/BAGGING/2016 INDEMNITY BOND
INDEMNIFICATION
The contractor shall have to furnish indemnity bond for a value of
Rs............................................towards the material being sent for repair (This shall be
applicable for repair of materials).
INDEMNITY BOND
ATTACHMENT-XII
NFVP/BAGGING/2016 0
REV
Page 2 of 2
NFVP/BAGGING/2016 INDEMNITY BOND
Proforma for Indemnity Bond
This DEED OF INDEMNITY made between M/s ……………
…………..………………………having its registered office at ……………………and place of
business at……………………… The Contractor, which expression shall include its successor
and assigns of the one part and M/s National Fertilizers Limited, a company incorporated
under the Indian Companies Act and having its registered Office at SCOPE Complex, Core-III,
Institutional Area, Lodhi Road, New Delhi (hereinunder called 'the Owner') which expression
shall include its successors and assigns of the other part
WHEREAS the Owner has placed a Work Order No. ……………………………….on the
Contractor for …….. …………….and whereas one of the conditions of the said Contract, is
that the Owner will supply to the contractor free issue Material for……………………………….
As specified in the said Contract for the purpose of ………………………….…
…………………..and WHEREAS the Owner has agreed to send the said Free issue Material in
the terms of the said Contract upon the terms that the Contractor should enter into covenants
hereinafter contained.
NOWTHIS DEED WITNESSETH AS FOLLOWS
1. In pursuance of the said agreement and in consideration of the promises the Contractor
hereby permits and acknowledges that the Contractor holds and shall always hold the
said Free Issue Materials (which will from time to time be sent by the Owner to the
Contractor) under the said contract, in trust for to the order of and on account of the
Owner.
2. The Contractor hereby assume full responsibilities for the said Free Issue Materials
shall keep the said Free Issue Materials free of charge to the Owner in the safe place
and in good condition.
3. The Contractor hereby agrees to indemnify and keep the Owner indemnified at all
times hereafter against all claims, demands, proceedings, losses, damages, costs
charges and expenses which may be or brought against the owner of which the Owner
may suffer or incur by reason of any loss or damage to the Contractor or its employees
caused by the default or negligence of the Contractor or its employees or agent and/or
by reasons of breach by the Contractor or its covenants obtained in clause 1 and/or
clause 2 hereof.
4. NOTWITHSTANDING anything stated herein above, Contractor's liabilities under this
Guarantee is restricted to Rs……………….. (Rs……………………………. only) and it
will remain in force till…………………unless an action to enforce claim under the
guarantee is filed against Contractor before the aforesaid date all Owner's rights under
the said guarantee shall be forfeited and Contractor shall be relieved and discharged
from all the liabilities thereunder.
NFVP/Bagging/2016
NATIONAL FERTILIZERS LIMITED
Page 1 of 11
TECHNICAL SPECIFICATIONS
FOR
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING
LOADING SYSTEM
OF
BAGGING PLANT
FOR
NATIONAL FERTILIZERS LIMITED, VIJAIPUR (M.P.)
PART-2 Technical (ITB NO- NFVP/Bagging/2016)
NFL VIJAIPUR
DISTT. GUNA (MP) - 473111
PROJECT: DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING
COMMISSIONING OF BAG LOADING SYSTEM COMPATIBLE
WITH EXISTING LOADING SYSTEM AT BAGGING PLANT FOR
REDUCING RAKE LOADING TIME
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 2 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
SL. NO.
DESCRIPTION
SHEET NO.
1.0 INTENT 4
2.0 SCOPE 4
3.0 EXCLUSION 6
4.0 TECHNICAL REQUIREMENTS 6
5.0 DELIVERY PERIOD & PROGRESS REPORT 6
6.0 INSPECTION & TESTING 8
7.0 PAINTING 8
8.0 PREPARATION FOR DESPATCH 9
9.0 ERECTION, COMMISSIONING & ACCEPTANCE 10
10.0 GUARANTEE 10
11.0 DRAWINGS & DOCUMENTS 11
CONTENTS
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 3 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
SL. NO. DESCRIPTION DOCUMENT NO. NO. OF SHEETS
1
Existing bag loading
system
3
2
Equipment specifications
and vendor List.
(Mechanical)
8
3
Electrical Specification and
vendor list
12
4 Electrical Specification
(Cables)
10
LIST OF ATTACHMENTS
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 4 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
1.0 INTENT 1.1 To reduce rake loading time NFL intends to invite bid for detailed design, engineering,
manufacture, inspection, painting, supply, packing, forwarding and supervision of erection, testing & commissioning of BAG LOADING SYSTEM COMPATIBLE WITH
EXISTING LOADING SYSTEM for 13 No’s loading stations of Urea Bagging Plant at
VIJAIPUR UNIT. To start with the modification shall be carried out in two stations
only (Phase-I) remaining 11 stations (Phase-II) shall be modified subject to the
vendor demonstrating the gains from the first two stations (phase-I) to the
satisfaction of NFL.
1.2 After erection & commissioning of the first two stations NFL shall evaluate the gains from
the modified system vis-a-vis the old system. If the results are satisfactory the modification shall be carried out in the remaining 11 stations or else the project shall be shelved off.
2.0 SCOPE
2.1 Complete Design, Manufacture, Supply, Erection, Testing, Commissioning OF BAG
LOADING SYSTEM for 13 No’s stations on platform A and B, compatible with existing loading system and demonstration at site of bag loading/Conveying system along with existing loading system as per the performance parameters. Bidder/Contractor shall
under-take the Guarantee as mentioned in the guarantee clause 10.0.
2.2 Perform Adequacy check of the present system w.r.t the modified system. 2.3 The system is to be designed in such a fashion that in the event of failure of old loading
system of any station, the loading can be resumed seamlessly from any of the adjacent stations without shunting of the partly filled wagon.
2.4 Engineering is to be done, for complete system including supply of engineering data and two year spares for all the accessories.
2.4 Suitable reversible modifications to the existing bag loading system and infrastructure to make it work in sync with the new system. All the modification cost for existing system is to be borne by the bidder.
2.5 The scope of supply of Bag loading system shall include but not be limited to the
following:
Inclined flat belt conveyor
Belt conveyor with adjustable height
Blower / ventilation system for each station.
Motor operated Bag Diverters
Drive Motors, Gears Cooling blower
First charge of lubricants
Rail Track (Rails to be installed over grouted sheet metal)
All Civil Work
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 5 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
2.6 Electrical & Instrumentation Control with Panel Motor module with starter, power & control cables, LCS, safety devices, bag counters, interlocks along with necessary hardware & software for instrumentation & control shall be in scope of the bidder. All the hardware & software for hooking up the new system with the existing PLC / SCADA system shall be in bidder’s purview. The details of the same shall be furnished to Owner for review.
2.7 Documentation 1. General Plant lay out 2. Electrical & Instrumentation documentation complete with functional diagram,
terminal list, cable list, control panel component list, panel and drive data sheets etc. 3. Operation and maintenance manual complete with data sheet of gears,
electromechanical components and lubrication schedule. 4. Details of Utilities consumptions such as instrument air, electrical power etc
2.8 List of maintenance spares for two years operation of Bag loading system shall Include but not limited to followings:
2.9 Supply of commissioning spares & spare parts required for two years trouble free normal operation for complete package shall also form Tenderer’s scope of supply. A list of spare parts with unit price break-up must be furnished along with the bid.
SN Items Qty.
1 Belt Spares :
a) Idlers 20% of installed quantity
b) drive and tail end pulley 20% of installed quantity or minimum one No’s each
c) Bead, take up and snub pulley One pulley each
d)Rollers and self-aligning rollers 20% of installed quantity
e) Bearings 20% of installed quantity or minimum one No’s each
f)Complete set of plumber block with bearings 20% of installed quantity or minimum one No’s each
g) Gear Box of each type with complete coupling set 20% of installed quantity or One complete set for each type
h) Belt of each type One complete replacement for each type
2 Motor for each rating :
Spare Motor of each type and rating 2
Spare module for Motor of each type and rating 2
Bearing (DE) 2
Power cable of each type and rating -- m
Control cable of each type and rating ---m
Bearing (NDE) 2
Cooling Fan 2
Inner and outer cover of DE & NDE Bearing 2 set of each type & Rating
Power contactors 2 of each type & Rating
Actuator & elements of LCS 06 of each type & Rating
Control Contactor 2 of each type & Rating
Overload relays 2 of each type & Rating
Power Fuse 12 of each type & Rating
Control Fuse 12 of each type & Rating
3 Rails
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 6 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
3.0 EXCLUSION: 3.1 Fire protection and lighting.
4.0 TECHNICAL REQUIREMENTS
4.1 MATERIAL OF CONSTRUCTION Material of construction shall be as mentioned below:-
a) Conveyor Belts Nylon fabric M-24 GRADE as per IS 1891 Part-I ( Latest Ed)
4.2 Vendor shall furnish complete specification for Drive Motor, Gear Box, Actuators & other
accessories as required for successful operations of the bag loading system.
4.3 Tenderer should note that their bids without Equipment Layout will not be considered.
Elevation of Inlet & discharge point of feed belt must be shown in elevation view . 4.4 Tenderer shall furnish civil scope drawing with load data . 4.5 All bolts / nuts / washers/Electrical panel shall be of SS 304 materials only. 4.6 Bag Loading System shall be designed to work under urea dust atmosphere suitable for
24 hours continuous duty. 4.7 All bought out items shall be supplied from reputed vendors only and for all such items
prior approval from NFL shall be mandatory before placing order. 4.8 It will be imperative on each Bidder to fully inform himself of all local conditions and
factors which may have any effect on the execution of the works. Bidder shall visit the site, examine and obtain at its cost and responsibility, all information required and satisfy
himself regarding all matters and things such as access to site, communications,
transport, right of way, the type and number of equipment and facilities required for the
work, availability of local labour, materials and their rates, local working conditions,
weather, flood levels and all other information that may be necessary for preparing its
Bid, performance of work and other obligations and related matters. By submitting the
BID the BIDDER shall be deemed to have acknowledged and agreed that ignorance of
the site and other said conditions shall not be basis for any claim for compensation or
extension of time or loss of profits etc. and the NFL shall not be liable on account thereof
in any manner whatsoever to the Bidder or any person claiming through or under the
Bidder.
5.0 DELIVERY PERIOD & PROGRESS REPORT 5.1(a) The Time period required for design & engineering of complete package and receipt of
full material on project site for modification in first two stations shall be within 180 days from the issue of Letter of Intent / Fax of Intent. For the manufacture, supply, transportation, erection and commissioning of complete package schedule given at
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 7 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
5.1(b) shall be followed. For first six stations, at one point of time only two stations shall be handed over for modification. Thereafter four stations shall be handed over followed by remaining three. Next group of stations shall be handed over only after stabilisation of the previously modified group of stations. For reckoning project completion time, stabilisation time shall not be considered which will be to NFL’s count.
(b) The following Time Schedule shall be followed after award of LOI:
S.No Event / Milestone No of days
required
No of days from issue
of LOI
1 Design & engineering of complete package and receipt of full material on project site for modification in first two stations
180 180
2 Mech. Completion & Commissioning of 2/13 stations* 45 225
3 Stabilisation & performance evaluation of the modified system and confirmation by NFL for further modification in remaining eleven stations.
40 265
4 Mobilization period for carrying out the job on remaining eleven stations.
60 325
5 Mech. Completion & Commissioning of 4/13 stations 45 370
6 Stabilisation 10 380
7 Mech. Completion & Commissioning of 6/13 stations 45 425
8 Stabilisation 10 435
9 Mech. Completion & Commissioning of 10/13 stations 75 510
10 Stabilisation 15 525
11 Mech. Completion & Commissioning of 13/13 stations 60 585
12 Stabilisation 15 600
Table-I
*First two loading stations shall be handed over to the contractor on receiving written information that he is
ready for modification. Job of modification of loading stations will have to be completed within 45 days from the date of handing over the two stations.
5.2 The tenderer shall guarantee adherence to the time schedule at all stages, failing which
the purchaser shall have liberty to cancel the order at any stage. A detailed time bar chart covering the following aspects of scope of work shall be furnished by the tenderer along with his bid.
i) Design & Engineering. ii) Furnishing of civil scope data & drawings. iii) Taking approval of drawings from Owner. iv) Procurement of Raw Material. v) Taking approval of various sub-vendors for bought-out items (before placing order on
them). vi) Procurement of bought-out items. vii) Manufacture of equipment. viii) Fabrication at works. ix) Despatch.
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 8 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
x) Site fabrication. xi) Erection. xii) Final Painting. xiii) Trial runs. xiv) Commissioning. xv) Guarantee Test Run (G.T.R.). 5.3 After placement of order, the supplier shall submit regular progress reports on fortnightly
basis. The formats and schedule of submission shall be mutually discussed and agreed to.
5.4 Any indication in the progress reports showing slippage in time schedule shall not
constitute waiver / extension of guaranteed completion period.
6.0 INSPECTION & TESTING 6.1 All components of the system shall be subjected to inspection and testing at different
stages of manufacture by the Vendor as per relevant standard.
After award of job a quality control plan shall be submitted by the bidder for
review & approval by Owner / Owner’s inspection agency. Owner may inspect the
material before despatch.
6.2 No inspection, test or acceptance during the course of manufacture or at final stages
shall relieve the contractor from his responsibility for any failure to conform to the contract specifications or for faulty design, material or workmanship which may subsequently develop up to the guaranteed period.
6.3 The contractor shall furnish necessary test certificates, drawings, radiographic examination
reports and other relevant data as may be required for NFL review.
7.0 PAINTING 7.1 The complete equipment / part / structural made of carbon steel shall be sand blasted
before painting to avoid corrosion due to urea dust. The scheme to be followed shall be as under:-
7.1.1 Surface Preparation The surface shall be cleaned to remove all dirt, rust and other contaminations. Oil &
grease shall be removed by use of suitable solvents. This shall be accomplished by sand blasting.
7.1.2 It shall be ensured that sand blasted surface is not contaminated with oil & grease and it
shall not be allowed to come in contact with water.
7.2 Painting Procedure 7.2.1 Paint shall not be applied in rain, fog or mist or where relative humidity is such as to
cause condensation on metal surfaces.
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 9 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
7.2.2 All surfaces shall be perfectly dry before & while being painted. 7.2.3 All ingredients of paint shall be thoroughly mixed before use and shall be mechanically
agitated continuously during application to keep the paint in suspension. All pigments shall be uniformly blended into paints.
7.2.4 Thinner shall not be added to the primer or paint unless specified by the paint
manufacturer and that too only of the type and quantity recommended.
7.3 Painting Scheme 7.3.1 The painting scheme to be followed as:-
S.No.
DESCRIPTION PRIMER FINISH PAINT COLOUR
A. Steel structural, supports, conveyor props, stringers etc.
High Build Chlorinated zinc phosphate primer (1 coat) 50 microns
Chlorinated rubber base paint (2 coats) 80 microns.
Dark Grey
B. Stairs, tread, platforms, gratings.
one coat of High Build black bitumen paint thinned with 50 % thinner 50 microns
Two coat of High Build black bitumen paint 200 microns.
Black
C. Conveyor pulleys, idlers, chutes, tripper pulleys
Epoxy based primer, I coat, 50 microns
Epoxy paint, 2 coats, 80 microns
Dark Grey
7.4 Wherever the specifications of painting are not specified, contractor may follow his own
standards with prior approval of NFL.
8.0 PREPARATION FOR DESPATCH 8.1 All care shall be taken to ensure safe transport and protect the component parts from
such damages during transportation which may render them unsuitable for use at site. 8.2 Structural material, if any, may be supplied in knocked-down condition but secured
completely and placed on wooden slabs to avoid direct contact with vehicle. 8.3 All other machinery parts including electrical and minor components shall be supplied
packed in wooden crates suitably and match-marked to ensure correct assemble at site. 8.4 The cargo shall be marked with the name of consignee, purchase order number and
other necessary information as indicated by the purchaser before despatch.
9.0 ERECTION, COMMISSIONING & ACCEPTANCE
9.1 Tenderer has to submit procedures and steps required for erection of Bag Loading
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 10 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
System as per site condition. 9.2 The complete package of Bag Loading system shall be commissioned in accordance
with the best engineering practice under the complete supervision of bidder’s representative.
10.0 GUARANTEE Bidder/Contractor shall guarantee rake loading time of 7 hrs with 12 modified stations for all type of rolling stock (inclusive of shunting time but exclusive of 1hr tea break) from modified Bag loading system with a crew consisting of 4 loaders, 2 fillers and one stitcher as per details given below.
Type of rake Rake having
closed wagons
Rake having
open wagons
BCN BCN HL Box-N
No of wagons in a rake 42 58 58
Capacity of wagon (MT) 62 52 45
No of bags 1240 1040 900
Rake Load , MT 2604 3016 2610
*Desired time (hr) required to
complete a rake load with Modified
Bag loading system (Incl of shunting &
excl of tea break time)
7 7 7
*For reckoning rake loading time average of eight rake loads shall be taken.
The Procedure for guarantee test run shall be submitted by the vendor for
review and shall be carried out on mutually agreed procedure. It may be noted
that although the modification shall be carried out In all the 13 (Thirteen)
stations however the guarantee test run shall be carried out with 12 (Twelve)
stations only.
10.1.0 Noise Pollution The equipment shall be guaranteed against excessive noise pollution. Noise should not
exceed 85 dBA measured at a distance of 1.0 metres from the noise emitting source. 10.1.1 The complete system and its equipment including its all accessories and auxiliaries shall
be guaranteed for satisfactory operation while handling the specified capacity continuously for 24 hours per day, 7 days per week and 365 days per year to ensure trouble free performance.
10.1.2 In case the equipment fails to show specified performance, the contractor shall carry out
modifications in design, provide materials and complete the equipment free of cost to the purchaser and show trial run to achieve the specified performance.
10.1.3 In case, the contractor fails to achieve the specified performance even after the
modifications within one month time of the trial runs, the Purchaser reserves the right to
TECHNICAL SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 11 of 11
NFVP/BAGGING/2016 T E C H N I C A L S P E C S
make alternative arrangements for modification/rectifications at contractor’s cost & risk without any prejudice to any terms of the contract.
11.0 DRAWINGS & DOCUMENTS: 11.1 The Tenderer is required to furnish the following documents (four sets) along with their
offer. (The offers received without these drawings / documents shall be rejected without assigning any reason):
I. Layout of BAG LOADING SYSTEM (Plan & Elevation) with equipment list.
II. G.A drawing of major equipment with overall dimensions. Parts list, material of construction.
III. Catalogue for bought out items with offered equipment marked their in.
IV. Complete detail Specification of Bag Loading System and it’s accessories. V. List of spare parts (Commissioning + 2 years operation). VI. List of similar jobs / Supply Completed earlier along with performance certificate of
the same from the owners.
VII. Data & documents along with specification & electrical drawings required for electrical & instrument items
11.2 The contractor, after placement of order, shall also furnish the required drawings and
data as per the following: 6 copies for NFL’s approval within 2 weeks from L.O.I., 08 final copies and 2 soft copies
of final documents on CD for the following:
I. Layout of BAG LOADING SYSTEM (Plan & Elevation) with equipment list. II. G.A drawing of major equipment with overall dimensions, parts list, material of
construction, motor rating, RPM, absorbed power etc. III. Completely detail specification of BAG LOADING SYSTEM and it’s accessories. IV. List of spare parts. V. Data & documents along with specification required for electrical & instrument items.
11.3 The contractor shall also furnish the following, at least 15 days before despatch of
equipments. a) 06 copies of operating instructions, erection and maintenance Manual of complete
system and its individual equipments. b) 06copies of Lubrication schedule. c) 06 copies of Guarantee/Test certificates of Bought-out equipments. d) 06 copies of inspection certificates. e) 06 copies of material test certificates purchased from other source. 11.4 The contractor shall also have to furnish 2 copies of all the Purchase Orders of the
bought-out items (Sub-ordered items) before placement of order.
Existing Bag Loading System NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 1 of 3
NFVP/Bagging/2016 Existing bag loading System
EXISTING BAG LOADING SYSTEM
The following paragraphs describe in brief the problems being encountered with
the existing bag loading system. Prospective bidders are advised to peruse through
it and visit the onsite bagging facility for proper understanding of the project
before designing a suitable bag loading system. With intended modification to the
existing Bag loading system comprising of 13No’s station on A & B side we
intend to improve our loading efficiency.
1. Introduction:
The Vijaipur Unit comprises of two plants, Vijaipur-I and Vijaipur-II with
common Bagging Plant. The product urea is bagged and dispatched through rail
and road. In case of Non Availability of rolling stock of trucks, the product urea is
diverted and stored in Silos of 50000 MT capacity each. Silo-I and Silo-II are
provided to collect and store product urea from Urea-I & Urea-II. The provision is
such that we can divert product urea of both plant in any one of the silo-I or silo-II
as per requirement.
Vijaipur-I and Vijaipur-II plants have been revamped and commissioned in 2012
(Apr to July). After revamp, the capacity of Urea-I & Urea II has increased to
3030 & 3231 MTPD respectively. Thus, total revamp capacity is now 6261
MTPD. However, we can produce average 6300 to 6400 MTPD on daily basis
and maximum of 6500 MTPD if the condition is favorable.
2. Loading and dispatch of urea:
Urea is packed in 50 Kg HDPE bags with the help of weighing & tipping
machines and loaded & dispatched by Rail and / or Road. A fix loading pattern is
being followed to load correct numbers of bags in different types of wagons
(BCN, BCN HL and Box-N) and trucks and thus to avoid loading of less / more
Nos. of bags during loading.
90 to 93% of urea is dispatched by railway rakes and remaining 7 to 10% is
through road.
Each station has one bunker and two weighing cum tipping machines.
Existing Bag Loading System NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 2 of 3
NFVP/Bagging/2016 Existing bag loading System
3. Present scenario of rake loading system with existing infrastructure:
We have three platforms, namely “A”, “B” and “C” for loading & dispatch of
urea through rail & road. Platforms “A” and “B” are used for rake loading, having
6 and (6+1) Nos. of stations respectively. We, normally run 12 stations per
placements with one station as standby.
Table: 1 Details of rake loading time with existing loading system:
Type of rake Rake having
closed wagons
Rake having
open wagons
BCN BCN HL Box-N
No of wagons in a rake 42 58 58
Capacity of wagon (MT) 62 52 45
No of bags 1240 1040 900
Approx. time (hr) required to
complete a rake load presently (Incl
of shunting & tea break time)
11 to 12 12 to 14 11 to 12
4. Limitations of existing loading system:
In existing loading system, we have following limitation:
1) The first / fresh placement of the new rake takes 45 to 60 minutes due to
change over of rake and de-shunting of each wagon during placement of each
wagon in front of loading station.
2) After completion of half wagon loading through first gate , the wagon has to
be pushed manually to reposition the second gate of the wagon exactly in
front of feed belt. This operation takes about 5 to 10 minutes resulting in a
loss of 15-30 minutes during three placements. In the event of the wagon
breaks being found partially jam, the wagon is positioned with the help of a
locomotive which further hampers loading.
3) After completion of first placement loading, the loaded wagons are shunted
and the empty wagons are placed and de-shunted in front of loading stations.
This takes minimum 15 to 20 minutes per placement. Thus, for remaining two
placements of that particular rake it takes 30 to 40 minutes.
4) As the loading of complete rake cannot be completed in a single shift due to
shortage of time, the remaining left over wagons loading is being done in next
shift. This period of shift change of about 30 to 40 minutes is loss of time.
Existing Bag Loading System NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 3 of 3
NFVP/Bagging/2016 Existing bag loading System
5) During loading, sometimes wagon(s) remain under load due to some technical
problem for the reason what so ever. During taking of next fresh placement,
these wagons have to be removed from the loaded wagons and the placement
of these wagons has to be taken again with next fresh placement. Thus,
removal of under load wagons & placement it again in next fresh placement
delays the next fresh placement. Sometimes, these also results in additional
demurrage.
6) Due to space constraint at some of the loading stations, the wagon cannot be
pushed till the half loading of adjacent wagon does not get completed. Thus,
the loading at some of the loading stations are inter dependent on adjacent
wagons.
Because of above limitation / drawbacks:
The average loading time to complete one rake is about 12 to 13 hrs. The
details of completion of rake loading of different types of rake and
intended loading time is given at Table-I.
NFL has to pay demurrage on almost all the BCN rakes as we can load 36
BCN wagons in a shift leaving 6 wagons and hence we cannot complete
loading of BCN rake in a single shift.
Though we can load few BCN HL rakes within the time stipulated by railways i.e.
11 hrs, but still we have to pay demurrage of about two hrs due the technical
problem faced during the loading.
EQUIPMENT SPECIFICATION (Mechanical)
NFVP/Bagging/2016
BAG LOADING SYSTEM
REV
NATIONAL FERTILIZERS LIMITED Page 1 of 9
EQUIPMENT SPECIFICATION
(MECHANICAL)
FOR
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING
LOADING SYSTEM
OF
BAGGING PLANT
FOR
NATIONAL FERTILIZERS LIMITED, VIJAIPUR (M.P.)
PART-2 Technical (ITB NO- NFVP/Bagging/2016)
NFL VIJAIPUR
DISTT. GUNA (MP) - 473111
PROJECT: DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING
COMMISSIONING OF BAG LOADING SYSTEM COMPATIBLE
WITH EXISTING LOADING SYSTEM AT BAGGING PLANT
FOR REDUCING RAKE LOADING TIME
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 2 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
CONTENTS
SECTION NUMBER
DESCRIPTION SHEET NUMBER
1.0 Scope 3
2.0 Sub Vendor List 5
3.0 Technological Structural steel supply & Fabrication 6
4.0 Deviations 8
5.0 Drawing & Document schedule Annexure-I 9
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 3 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
1.0 SCOPE
1.1 Belt Conveyors
The belt conveyors shall be complete with, but not limited to the following:-
a) Conveyor Belting
b) Drives, including gear boxes, input & output couplings, motor & coupling guards, wherever
required.
c) All Pulleys with pulley-guards
d) Bearings & Plummer Blocks
e) Belt take-up
f) Troughing /Carrying Idlers, Return Idlers, S.A. Carrying & Return Idlers, Self-cleaning Idlers,
Transition Idlers, Impact Idlers etc.
g) Chutes with Skirt Boards (TEGA Type),
h) External & Internal Belt Cleaners (Hosch Type)
i) Decking Plates, 1.5 mm thick SS-304 material.
j) Conveyor Hold Back of roller type
k) Other Safety Guards,
l) Belt sway switches, Pull Cord Switches and zero speed switches,
m) All required electrical & Instrumentation.
n) All technological steel structure / frames for supporting new/ modified conveyor system shall
be in vendors scope of supply.
o) All nuts, bolts, washers and /or other work or material required to guarantee good and safe
operation at the guaranteed capacity.
1.2 Belting
General Purpose Abration Resistant Nylon Fabric Conveyor Belts of Grade M-24, confirming
to IS-1891, Part –I (latest edition) shall be used. All belting shall be free of longitudinal and
transverse buckling, wavy cord or any other un-evenness that cause localized points of flexing when belt is in service. Width tolerances shall not exceed 1%. All plies shall be mildew inhibited. Belting with repaired carcass, blow-ups shall not be acceptable. All belting widths and constructions will be standardized as far as practically possible. The belt construction will be of nylon/nylon carcass with rubber covers of M-24 grade. Unless otherwise specified, belt splices shall be field vulcanized and the belt shall include sufficient length for the splice.
1.3 Drives
a) The Drives for the conveyor shall be provided normally at head end.
b) The reduction Gear Box used shall be helical gear/worm gear type completely enclosed having
splash lubrication.
c) Gear box shall be equipped with adequate heat dissipation arrangement and the temperature rise
permitted shall not exceed 50 Deg C.
d) Gears shall be designed as per B.S.S., DIN or AGMA specifications and shall be tested as per
accepted standards.
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 4 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
e) The gear shaft shall be supported on ball/roller bearings of sufficient capacity.
f) The gear box housing shall be so split as to enable easy maintenance without disturbing the
assembly.
g) All the drives shall be consisting of electric motor, gear box, couplings etc.
h) Service factors for all mechanical power transmission equipment shall be 1.5 to 1.6 of the
absorbed power.
i) The coupling provided shall be flexible type and Service factor for all flexible couplings shall
be 2.0 times the installed motor power.
1.4 Idling Pulleys & shafts
a) All pulleys and shafts are to be designed for worst conveyor loading conditions and should be
standardized as far as practically possible.
b) Pulleys shall be of welded steel, continuous rim, two end disc type. Pulleys shall be balanced
and concentric about the shafts.
c) Head and tail pulleys shall have 12 mm thick smooth neoprene lagging with a Durometer
hardness of 60 to 70 shore “A” scale.
d) All the pulleys including Head & Tail pulleys shall be Parallel Face Pulleys.
e) Pulley faces shall be at least 100 mm greater than belt width.
f) Shaft deflection shall be limited to 0.066% of bearing centres. All shafts shall be provided with
accurately machined key seats.
g) Shaft end shall be flush with bearings edge, unless the extension is required for mounting
components.
1.5 Bearings and plummer Blocks
h) All bearings shall be normally double row spherical roller type and shall have a minimum life
rating or 30,000 hours under the total loads imposed.
i) All Plummer Blocks shall be fully self –aligning with one fixed end and one expansion type for
each shaft assembly. They shall include enclosures caps where non drive shafts terminate at
bearings.
j) All Plummer Blocks/Bearings shall have provision for greasing during running.
k) Grease seals shall be triple labyrinth type to effectively exclude micron size dust, dirt and girt.
l) Grease fitting shall be “buttoned type”
m) All Plummer Blocks shall be Dust Proof Axially Split type suitable for Double Row Spherical
Roller Bearings.
1.6 Belt Tensioning Device (Take ups) To ensure adequate tension of the belt and to avoid any slippage of the belt, all Belt Tensioning Device (Take ups) shall be Manual Screw take-up type with heavy-duty protected screw. The amount of travel for take-ups shall be based on belt manufacture’s recommendations but shall not be less than 4.0% of pulley centre distance.
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 5 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
1.7 Idlers
a) All conveyor idler carrying & return rollers shall be made of either seamless or ERW tubes confirming to IS:1239 medium / heavy series and shall be lagged by lining material. The lining shall be effectively bonded to the surface of the idler.
b) Idlers shall be permanently lubricated & sealed for life. Anti-friction ball bearings of ample capacity and dust proof seals shall be used on all idlers, selected for life of 40,000 hours minimum.
c) All conveyors shall be equipped with a deck plates to be installed under the carrying side of conveyor.
1.8 Chutes The chutes shall be made from stainless steel SS 304 plates of minimum 6 mm thickness adequately stiffened.
1.9 Safety Guards Safety guarding shall be provided for operating equipment. Guards shall completely enclose moving parts so that physical contact with the moving parts cannot be made with the guard in place. Guards shall be constructed of steel wire net casing / anti-static aluminium plate. Design and construction of guards shall permit easy removal and shall be of the hinged type.
2.0 SUB VENDORS LIST (MECHANICAL) Make of the items shall be from any of the following as indicated:
1. Conveyor Belting: a) M/s Oriental Rubber Industries Ltd. b) M/s Sempertran Nirlon. c) M/s MRF Ltd.
2. Worm Gear Reducer & Gear Boxes: a) Radicon b) New Allenbury works. c) F M G d) Elecon e) Flender
3. Flexible couplings: a) Fenner b) New Allenbury c) David Brown d) Hi-Cliff e) Elecon f) Flender g) Voith Germany
4. Bearings: a) S K F b) F A G c) N T N d) Timken (For tapered roller bearings only)
5. Conveyor Idlers: a) Elecon b) Masyc c) Tecpro
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 6 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
d) IGP e) Shree Conveyor f) Indiana g) Mahindra Engg. h) Arudra Engineers k) Industrial Chain Concern j) Indcon Projects & Eqpt. k) Mannesman Dematic (India) Pvt.Ltd. l) Stallion Engg. m) VVN Mfg. n) Vinar Systems o) Spacechem Enterprises p) J.S. Engg. q) Rolcon Engineers
6. Actuators: a) Hein Lenman b) Electric Actuator Co. U.K. c) Technomec Engineers.
7. Skirt boards: a) TEGA India Ltd. b) Kaveri ultra –polymer Ltd.
8. External Belt Cleaner: a) Hosch equipment India Ltd b) Kaveri Ultra-polymer India Ltd.
9. Nuts, Bolts etc.: a) G K W b) Sundaram Fasteners c) Nireka d) Fix & Fits
3.0 TECHNOLOGICAL Structural steel supply & Fabrication
a) Complete design and Engineering including preparation of design and fabrication drawings
based on the scope drawings, procurement of materials supply, fabrication, delivery at site of
work and erection of structural steel work and other connection civil and structural items
including painting and supply of holding down bolts, pipe sleeves and anchorages etc.,
complete in all respects as per technical specifications.
b) Owner reserves the right to check the design calculations, design drawings and fabrication
drawings and may approve the same before actual fabrication work starts. This shall not
absolve the contractor of its responsibility for the design and proper safety of the structures.
The contractor must guarantee about the stability of the structures.
c) All structural steel work shall be designed in strict accordance with the latest relevant Indian
standard code of practice.
d) The contractor has to design the structures for a live load of 300 Kg/m2 on conveyor gantry
walkways and take-up tower platform in addition to the dead and live load of conveyor
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 7 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
system and its drive. Seismic loads shall be taken as per IS: 1893 and wind load as per
IS:875.
e) All structural steel shall conform to IS: 2062
f) A Corrosion allowance 2 mm shall be taken over the designed thickness of all structural steel
work.
g) All welding shall conform to IS: 816.
h) All fasteners shall conform to IS: 1363 and IS1367.
i) All steel structures shall be painted with two coats of Red Oxide Primer and two final coats of
Chlorinated rubber base paint (2 coats) 80 microns.
j) The contractor shall keep one copy of all approved drawings and specifications of the works in
good order, which will be made available to the Engineer in-charge or his representative,
whenever required.
k) Preparation and supply of designs, drawings and subsequent revisions/ changes thereof shall
be made at no extra payment.
l) Any fabrication done before final approval of the drawings shall be of contractor’s
responsibility.
m) Grouting of Holding down bolts and grouting below base plates are under contractor’s scope.
n) Contractor shall ensure that the fabrication works are carried out in a sequential order as per
their requirements during erection at site i.e. the items required first for erection are
fabricated first and dispatched to site in the order.
o) The contractor shall adhere to the overall construction schedule for commissioning for the
plant and shall adjust the time required for completion of the work will within the stipulated
period.
3.1 The design, manufacture, testing and installation of the equipment shall comply with the latest
issue of relevant Indian Standard Specification and codes of practices. In the absence of IS for any particular equipment or in case of imported equipment, relevant IEC shall be complied with.
3.2 The equipment and installation shall also comply with the provisions of latest issue of Indian Electricity Rules and other Statutory Acts and Regulations.
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 8 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
4.0 DEVIATIONS
4.1 Deviations, if any from this standard (clause wise) shall be clearly indicated in the offer with reasons thereof. Deviations from the data indicated in Specification Sheet shall be shown clearly by encircling it and indicating the revised data in Specification Sheet. In the absence of any such activities the compliance to the clauses shall be deemed automatically.
4.2 The bidder shall submit the duly signed & stamped copies of all the NIT documents as a token of compliance to NIT.
EQUIPMENT SPECIFICATION P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 9 of 9
NFVP/BAGGING/2016 Equipment specification (Mech)
Annexure-1
Drawings and Documents Schedule
SL.No
Description With
bid
Y/N
Delivery Time in Weeks from
placement of letter of Intent (LOI)
For
approval
For
Information
Final /
Approved/
As built
01. Specification Sheets, duly completed
Y 4 -- 8
02. Technical Particulars, duly filled in
Y 4 -- 8
03. GA Drawing of N 4 -- 8
04 Operating maintenance and instruction manual
N -- 8 8
05. Catalogue of bought out items
Y -- 8 8
06. List of spares with Value
Y 4 -- 8
07. Test certificates N -- -- 8
08. Guarantee Certificates N -- -- 8
Note: Y = Yes, N = No
ELECTRICAL SPECIFICATION NFVP/Bagging/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 1 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
ELECTRICAL SPECIFICATIONS
FOR
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING
LOADING SYSTEM
OF
BAGGING PLANT
FOR
NATIONAL FERTILIZERS LIMITED, VIJAIPUR (M.P.)
PART-2 Technical (ITB NO- NFVP/Bagging/2016)
NFL VIJAIPUR
DISTT. GUNA (MP) - 473111
PROJECT: DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING
COMMISSIONING OF BAG LOADING SYSTEM COMPATIBLE
WITH EXISTING LOADING SYSTEM AT BAGGING PLANT
FOR REDUCING RAKE LOADING TIME
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 2 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
CONTENTS
SECTION NUMBER
DESCRIPTION SHEET NUMBER
1.0 Scope 3
2.0 Codes & Standards 3
3.0 Service conditions 3
4.0 System Details 3-4
5.0 General Design & Constructional requirements 4
6.0 Equipment specification 4
7.0 Mounting structures for LCS 5
8.0 Earthing 5
9.0 Painting 6
10.0 Drawings & Documents 6
11.0 Make of electrical items 6-7
12.0 Deviations 7
-- Annexure-1 (Drawings and Documents Schedule) 8
-- Specification Sheet - Induction Motor 9
-- Specification Sheet - Local Control Station 10
-- Technical Particulars – Motors (Blank) 11
-- Technical Particulars - Local Control Stations (Blank) 12
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 3 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
1.0 SCOPE
1.1 The scope shall include design, engineering, manufacture, testing at works, delivery to site ,erection & successful commissioning on site of complete electrical system required for Bag Loading system at NFL, Vijaipur.
1.2 This specification shall be read in conjunction with all drawings, documents, data sheets and other relevant reference as specified herein.
1.3 The scope shall include but not limited to the followings: - Motors
- 415 V Switch Gear
- Power and control cables
- Local Control Station (LCS)
- Supporting arrangement for power and control cables on the skid and cable trays
- Mounting structures for LCS
- Earthing of electrical equipment
1.4 Any other items not specified but required for the safe operation of the system are also
included in bidder’s scope of work.
2.0 CODES & STANDARDS
2.1 The design, manufacture, testing and installation and commissioning of the equipment shall comply with the latest issue of relevant Indian Standard Specification and codes of practices. In the absence of IS for any particular equipment or in case of imported equipment, relevant IEC shall be complied with.
2.2 The equipment and installation shall also comply with the provisions of latest issue of Indian Electricity Rules and other Statutory Acts and Regulations.
3.0 SERVICE CONDITIONS The equipment shall be designed for the following site conditions:- Max./Min./Design Ref Temp. 46.1/-2.2/46
0C
Relative humidity 100%
Altitude above sea level Less than 1000 M
Atmospheric pollution Ammonia Vapour & Urea dust
4.0 SYSTEM DETAILS Electrical systems details shall be as follows: a. Nominal Voltage : 415V+10%
b. Highest System Voltage : 457V
c. Number of phases : Three + Neutral
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 4 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
d. Frequency : 50Hz+5%
e. Combined Voltage & Frequency variation : +10%
f. Control Supply for LCS : 110V + 10%, 50Hz ±2W
g. Neutral Earthing : Solidly grounded
5.0 GENERAL DESIGN AND CONSTRUCTIONAL REQUIREMENTS
5.1 The electrical system and installation shall be designed as per latest practice to provide maximum reliability, flexibility, safety to personnel and equipment and ease of operation and maintenance.
5.2 All equipment shall have adequate and standard ratings.
5.3 All equipment shall be weatherproof and have IP55 protection and shall also be provided with canopy as far as practicable.
5.4 All live parts shall be adequately protected to prevent inadvertent or accidental contact.
5.5 All external hardware shall be of SS304 material.
5.6 All equipment shall be provided with stainless steel nameplates containing the particulars along with the description and Code Nos. of equipment.
5.7 All equipment’s rated above 110 V shall be provided with two nos. external earthing terminals and those rated upto 110V with one no. external earthing terminal.
5.8 All detailed drawings, equipment sizing make & type of equipment shall be subject to approval of owner/owner’s representative.
6.0 EQUIPMENT SPECIFICATION
6.1 Motor
6.1.1 Motor shall conform to Engineering Standard ES: 8102 enclosed and Specification Sheet of
Induction Motor of this specification.
6.1.2 The motor shall be energy efficient having efficiency class of eff 1 as per IS: 12615 and high
power factor type.
6.1.3 Filled in Specification Sheet and Technical Particulars for each type and rating of motors shall
be furnished.
6.1.4 The rating of the motor shall be as per the sizes in the ISS. The margin between the installed
power and absorbed power shall not be less than the following:
Motor Rating Margin above Driven M/C Absorbed power Less than 22KW 25%
22KW to 55KW 15%
6.1.5 The duty cycle of the motor shall meet the process and driven machine requirement.
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 5 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
6.1.6 Motor shall be suitable for 415V, 3-phase AC supply.
6.2 Local Control Stations
6.2.1 For control of motor, Local Control Station shall be provided near the motor. Local Control Stations shall conform to the following specification and Specification Sheet of Local Control Station of this specification.
6.2.2 The enclosure for LCS shall be IP55 & material of construction- cast aluminium alloy (LM6) only. LCS shall be covered with a canopy.
6.2.3 The LCS shall be provided with ‘Start’ – ‘Stop’ push button, ammeter , indication lamp (LED type) & two point for external earthing. The Element & Actuators of LCS shell be of either Siemens or L&T make only.
6.2.4 The ammeter shall be flush mounting, moving iron spring controlled type, of accuracy class 1.5 as per IS: 1248, with square face of minimum size 72 mm x 72 mm having scale range 0-90
O. The ammeter for motor shall be provided with uniform scale upto CT primary current and
compressed end scale up to the 6 times the C.T. primary current. Adjustable red pointer shall be provided to indicate the full load current of the motors. Zero adjusters shall be provided for operation from the front of the meter. All ammeters shall be operated through 1 Amp. CTs only.
6.2.5 All the components shall be mounted on a base plate inside the enclosure. Necessary actuating system for control switches, non-yellowing acrylic/glass cover for ammeter and indication lamps shall be provided on the front cover. No wiring shall be carried out on the front cover.
6.2.6 Each control station shall be provided with minimum 2 mm thick stainless steel name plates indicating the code number and description of the equipment controlled by it. Similar labels shall be provided for all control switches and indication lamps. The name plate and labels shall be fixed with screws only.
7.0 MOUNTING STRUCTURE FOR LCS
7.1 Structures fabricated out of mild steel standard sections, i.e. channels, angels, flats etc conforming to IS: 266 shall be fixed on the skid at suitable locations for mounting of LCS.
8.0 EARTHING
8.1 For earthing of electrical equipment mounted on the skid, a G.I. earth bus fabricated out of 50mmx12mm flat having 14 Nos. of 16 mm dia. Holes for terminating the earthing conductors shall be provided on the skid at a suitable location.
8.2 Enclosures of motors and LCS shall be connected to the above mentioned G.I. earth bus through following sizes of earthing conductors:
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 6 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
Motors upto 5.5 KW rating 2 nos. 1Cx16 mm2 Al, 1.1KV grade PVC cable
Motors rated above 5.5 KW and up to 30 KW
2 nos. 1Cx25 mm2 Al, 1.1KV grade PVC cable
LCS 2 no. 1Cx16 mm2 Al, 1.1KV grade PVC cable
9.0 PAINTING
9.1 The equipment surfaces to be painted shall be pretreated to remove all dust, scale and foreign adhering matter by suitable treatment.
9.2 All steel surfaces shall be painted with two coats of suitable anti-rust paint followed by two coats of anticorrosive epoxy paints.
9.3 All paints shall be carefully selected to withstand tropical heat and extremes of weather. The paint shall not scale off, crinkle or be removed by abrasion due to normal handling.
9.4 Unless otherwise specified, the finishing shade shall be light grey having No.631 as per IS-5.
10.0 DRAWINGS & DOCUMENTS
10.1 All drawings and documents shall have the following descriptions written boldly: -- Name of Client.
-- Name of Consultant i.e. PDIL.
-- Enquiry/Order Number with Project/Plant name.
-- Equipment Code No. and Description.
10.2 Drawings and documents shall be submitted as per Annexure-1 of this specification in number of copies as indicated below: i) For approval : 8 + 2 soft copies
ii) For information : 8 + 2 soft copies
iii) Final : 8 + 2 soft copies
11.0 MAKE OF ELECTRICAL ITEMS
11.1 Make of all electrical items shall be as follows:
A MOTORS
1 ABB LTD., INDIA
2 BHARAT BIJLEE LTD. , INDIA
3 CROMPTON GREAVES LTD., INDIA
4 SIEMENS, INDIA
5 ALSTHOM LIMITED, INDIA (AREVA T & D)
6 KIRLOSKAR ELECTRIC COMPANY LTD., INDIA
7 ANSALDO ROBICON, ITALY
8 SIEMENS AG, GERMANY
9 BHEL LTD., INDIA
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 7 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
A MOTORS
10 FUJI ELECTRIC INTERNATIONAL CORPORATION, JAPAN
11 MITSUBISHI CORPORATION, JAPAN
12 TOSHIBA COPORATION, JAPAN
13 ASEA BROWN BOVERI, SWEDEN
14 ALSTHOM ALLANTIQUE, FRANCE
15 A.E.G. TELEFUNCUN, GERMANY
16 BRUSH ELECTRICALS M/C. LTD., U.K.
17 PEEBLES ELECTRICAL M/C., U.K.
18 WESTINGHOUSE ELECTRIC CORP., U.S.A
19 Laxmi Hydraulics Pvt Ltd (LHP) India
B Local Control Station
1. BALIGA Lighting Equipments Ltd.
2. FCG Flameproof Control Gears Pvt. Ltd.
3. FCG Power Industries Ltd.
4. Flameproof Equipments Pvt. Ltd.
5. Flexpro Electricals Pvt. Ltd.
12.0 DEVIATIONS
12.1 Deviations, if any from this standard (clause wise) shall be clearly indicated in the offer with reasons thereof. Deviations from the data indicated in Specification Sheet shall be shown clearly by encircling it and indicating the revised data in Specification Sheet. In the absence of any such activities the compliance to the clauses shall be deemed automatically.
12.2 The bidder shall submit the duly signed & stamped copies of all the NIT documents as a token of compliance to NIT.
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 8 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
Annexure-1
Drawings and Documents Schedule
SL.No
Description With
bid
Y/N
Delivery Time in Weeks from
placement of letter of Intent (LOI)
For
approval
For
Information
Final /
Approved/
As built
01. Specification Sheets, duly completed
Y 4 -- 8
02. Technical Particulars, duly filled in
Y 4 -- 8
03. Load List Y 4 -- 8
04 GA Drawing of motor N 4 -- 8
05. GA Drawing of LCS N 4 8
06. GA Drawing of control switches
N 4 -- 8
07. Block interconnection diagram
N 4 -- 8
08. Operating maintenance and instruction manual
N -- 8 8
09. Catalogue of bought out items
Y -- 8 8
10. List of spares Y 4 -- 8
11. Test certificates N -- -- 8
12. Guarantee Certificates N -- -- 8
Note: Y = Yes, N = No
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 9 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
SPECIFICATION SHEET INDUCTION MOTOR
CLIENT: M/s NFL PROJECT: BAG LOADING SYSTEM PLANT: BAGGING PLANT
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL Item No. : Ref. Stds. : IS IEC Quantity :
Description : Motors as required Make :
Code No. : Maker’s Type. :
TESTS: Routine Type Others
SERVICE CONDITIONS
SYSTEM DETAILS AMBIENT CONDITION
Rated Voltage with + % : 415 V 10% Temp. Max./Min./Design Ref. : 46.10C / -2.2 / 46
0C
No. of phases : 3 Relative Humidity : 100% Max. Alt. above sea : <1000 M
Rated Frequency With + % : 50 Hz 5% Atmospheric
Pollution
Dusts : Urea
Combined V & F variation : 10% Vapour :
Fault Level : 35 MVA (SYM) Area Safe Hazardous Space Heater Supply : Refer Cl. no. 7.1 of ES: 8102 Haz. Area class : Zone : Temp. class : Encl. Gr. : Low Voltage Heating Supply : Refer Cl. no. 7.1 of ES: 8102 Location : Indoor Outdoor
INSTRUMENT
CONTACT RATING
A.C. : COOLING WATER D.C. : Inlet Press. : kg/sq.m . Inlet Temp.
OC
Aux. Motor Supply : Fauling Factor : Outlet Temp. OC
BASIC DATA
RATING & DUTY DRIVEN M/C DATA Rated Output : Type :
Syn. Speed : Make :
Duty : Continuous Absorbed Power :
Rotor Type : Squirrel Cage Coupling :
Starting Method : DOL Torque-Starting / Max. :
Max I Start/I Rated : 6 times including IS/IEC tolerance GD2 at Motor Speed :
Min. V Start at Terms : 80% of rated voltage Thrust - Radial / Axial :
Min. Starting Torque at VR : Addl. Data :
EXECUTION ACCESSORIES Degree of Protection : IP 55 Foundation Bolt Space Heater Refer Cl. no.
7.1 of ES: 8102. Addl. Degree of Protection : Lifting Eye Bolt Drain Plug
Mounting Arrangement : Cable Glands Cable Lugs Direction of Rotation : Bi-directional Diff. C.T.s C.W. Flow Indicator Insulation Class : ‘F’ with temp. rise limited to class ‘B’ RTDs for Wdgs. Hot Air Bearings Cooling Method : IC 411 Thermometer For Hot Air Bearings Stator Connection : Delta Earthing Terminals On Body In T.B.
CABLING DATA Name Plate : Addl. name plate : Power cable : Shall be indicated at the time of drg. approval Rain Protecting Hood : Thermistor Heater cable : 3x2.5 sq. mm (Cu) subject to Cl. no. 7.1 of ES: 8102 SPARE PARTS
C.T. cable : Required For Period of 2 Years
R.T.D. cable : Bearings Cooling Fan Alarm cable : 1 Sample Stator Coil :
CABLE
GLAND
Type : Double Compression Grease Nipple & Plug : Material : Aluminium Terminal Block
PAINTING Type : Epoxy
Shade : 631 of IS : 5
Notes : i) Separate sheets shall be used for different services and ratings of motors. ii) All unfilled data shall be filled by the bidder and submitted with bid.
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 10 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
SPECIFICATION SHEET LOCAL CONTROL STATION
CLIENT: M/s NFL PROJECT: BAG LOADING SYSTEM PLANT: BAGGING PLANT
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL AMBIENT CONDITION Ref. Stds.: IS/ IEC Temp. Max./Min./Design Ref.: 46.1
0C / -2.2 / 46
0C
Encl. Docs. : Relative Humidity: 100% Alt. above sea : <1000 M Vendor : Atmospheric
Pollution
Dusts: Urea Vendor Ref. No. : Vapour : Area Safe : Hazardous : Sample : Reqd. : Not Reqd. : Hazardous
Area
Class
Zone : Encl. Gr. :
Tests : Routine : Type : Temp. Cl.: Others: Location : Indoor Outdoor
BASIC DATA Item No. For Conveyor Motor Quantity Equal to the no. of motors Rated Control Voltage with + % 240V 10% Rated Frequency with + 50Hz 5% Enclosure for Hazardous Area --
Provisions required in LCS
PUSH
BUTTON
Start Stop Reverse
Forward
CONTROL
SWITCH
TNC Lock / Service OFF / AUTO / ON Auto / Manual
INDICATION
LAMP
ON OFF Ready for Service Space Heater ON (Refer Cl. No. 7.1 of ES: 8102)
C.B. tripped
METERS
Ammeter Range To be indicated later
C.T. Sec. Current 1 Amp
RAIN HOOD Reqd. Not Reqd.
Control Cable Size PVCAPVC (Cu) 7 x 2.5 mm2 (Cu)/
10 x 2.5 mm2 (Cu) (subject to space heater ON indication lamp requirement)
Painting Type & Shade Epoxy, 631 as per IS: 5, Light grey Period For which Spares Reqd. 2 Years
MAKE OF COMPONENTS
Push Buttons L&T/Siemens/Alstom/Tecknic/Vaishnav TNC Switches Other Control Switch Ammeter AEP/IMP/Meco/Universal Indication Lamp L&T/Siemens/Teknic/Binay/GE Power Cable Gland Baliga/FCG Power Industries Ltd./FCG Flameproof Control Gears Pvt. Ltd./
Flexpro/Flameproof Equipments Pvt. Ltd./Power Engg./Electromech/Comet Terminal Box Elemex/Siemens/L&T
Notes: 1. All incomplete data shall be furnished by the bidder. 2. Code no. of the drive suffixed with LCS shall be marked on each LCS.
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 11 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
TECHNICAL PARTICULARS INDUCTION MOTOR
CLIENT: M/s NFL PROJECT: BAG LOADING SYSTEM PLANT: BAGGING PLANT ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL Item No. Quantity Description Code No. Ref. Standard Make Maker’s Type
ELECTRICAL DATA Rated Output Rated Voltage No. of Starts - Hot / Cold Torque - Starting / Pull Up / Pull Out Starting Time at min. V Start (Hot / Cold) Safe Stall Time at VR / 1.1VR Stator Time Constant Temp. Rise at Full Load - Wdg. / Hot Air / Brg. TEMP. RISE OF STATOR
/ ROTOR AFTER
3 Starts From Cold 2 Starts From Hot
Current at FL / 0.85 FL Efficiency at FL / 0.85 FL Speed at FL / 0.85 FL Power Factor at FL / 0.85 FL / Start Push Pull Voltage withstand Capacity Max. V dip for 1 sec. / 10 sec. / 60 sec. Losses - Fixed / Copper / Total Space Heater Rating Suitable for Low Voltage Heating C.T. Ratio & Accuracy Class C.T. VK & Imag. at VK / 2 Heating Time Constant Cooling Time Constant
MECHANICAL DATA Frame Size / Ref. Dimensional Drg. Weight - Stator / Rotor / Total Heaviest Weight to be Lifted Rotor GD
2 in Kgm
2
REACTION AT
SUPPORTS FOR
S/C Condition Starting Condition Running Condition Push Pull Condition
Max. Vibration Limit Max. Noise Level Suitable for Outdoor Use Yes No Suitable for Bi-directional Rotation Yes No Material of Insulation Treatment of Insulation Winding Coils Replaceable at Site Type & Material of Fan Material & Thickness of Cooler Tube Cooling Water Required in M
3 / hr
Lubrication Type Lubricant Specn. Interval of Lubrication
BEARING
NOS. & TYPE
DE NDE GUIDE
On Line Lubrication Type & Rating of Main Cable Box No. of Cable Glands in Control Cable Box
Note: Technical Particulars for each rating and type of motor shall be furnished separately.
ELECTRICAL SPECIFICATION NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 12 of 12
NFVP/BAGGING/2016 ELECTRICAL SPECS
TECHNICAL PARTICULARS LOCAL CONTROL STATION
CLIENT: M/s NFL PROJECT: BAG LOADING SYSTEM PLANT: BAGGING PLANT
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL
Item No. Type of LCS Make Maker’s Type
CONSTRUCTIONAL FEATURES Material of Construction Thickness of Enclosure IP Class of Enclosure Mounting Arrangement Door hinged or not Gasketing Material External Hardwares Rainhood reqd. or not
Component
Mounting
On Door On Base Plate
Provision of Padlocking provided with Dimensions LxBxH / Dimensional Drg. Ref. No.
Type Test Certificate No.
WIRING Wiring Material & Size External Cable Size
PUSH BUTTONS Make & Maker’s Type Ref. Standards Operating Principle Rated Voltage No. of Contacts N.O. / N.C. Contact Rating ( V / A )
AMMETER Make & Maker’s Type Ref. Standards Rated Current / VA Accuracy Class Scale Band Size
CONTROL SWITCHES Make & Maker’s Type Ref. Standards Rated Voltage No. of Contacts N.O. / N.C. Contact Rating ( V / A ) Utilization Category
INDICATION LAMPS Make & Maker’s Type Ref. Standards Rated Voltage / Watts Type of Holder Safety Resistor
CABLE GLANDS Material Type
TERMINAL BLOCK Make Type Current Rating
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 1 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
ELECTRICAL SPECIFICATIONS
(Cables)
FOR
BAG LOADING SYSTEM COMPATIBLE WITH EXISTING
LOADING SYSTEM
OF
BAGGING PLANT
FOR
NATIONAL FERTILIZERS LIMITED, VIJAIPUR (M.P.)
PART-2 Technical (ITB NO- NFVP/Bagging/2016)
NFL VIJAIPUR
DISTT. GUNA (MP) - 473111
PROJECT: DESIGN, MANUFACTURE, SUPPLY, ERECTION, TESTING COMMISSIONING OF BAG LOADING SYSTEM COMPATIBLE WITH EXISTING LOADING SYSTEM AT BAGGING PLANT FOR REDUCING RAKE LOADING TIME
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 2 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
CONTENTS
SECTION NUMBER
DESCRIPTION SHEET NUMBER
1.0 Scope 3
2.0 Codes & Standards 3
3.0 Service conditions 3
4.0 Operating Requirements 3
5.0 General Design & Constructional requirements 3
6.0 Special purpose cables 5
7.0 Cable Drum 5
8.0 Testing & Inspection 5
9.0 Drawings & Documents 6
10.0 Deviations 6
11.0 Make of electrical Cables 6-7
-- Annexure-1 (Documents Schedule) 8
-- Specification Sheet - Cables 9
Earthing Station Diagram 10
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 3 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
1.0 SCOPE
1.1 This standard covers the technical requirements of design, manufacture, testing at works
and dispatch in well packed condition of power and control cables.
1.2 The standard shall be read in conjunction with relevant specification sheets and other
relevant references as specified therein.
2.0 STANDARDS TO BE FOLLOWED
2.1 The design, manufacture and testing of cables covered by this standard shall comply with
the latest issue of following Indian Standards, unless otherwise specified. Equipment
complying with equivalent IEC standards shall also be acceptable.
IS: 694
--
PVC insulated cables for working voltages upto and
including 1100 volts
IS: 5831
--
PVC insulation and sheath of electric cables
2.2 The design and operational features of the cables offered shall also comply with the
provisions of latest issue of the Indian Electricity Rules and other relevant Statutory
Rules & Regulations. The supplier shall, whenever necessary, make suitable
modification in the cables to comply with the above mentioned rules.
2.3 Wherever any requirement, laid down in this standard, differs from that in Indian
Standard Specifications, the requirement specified herein shall prevail.
3.0 SERVICE CONDITIONS
3.1 Ambient Conditions
These shall be as indicated in specification sheet.
3.2 System Details
These shall be as indicated in specification sheet.
4.0 OPERATING REQUIREMENTS
The cables shall be suitable for operating continuously at the rated capacity as specified
in relevant I.S. under the ambient conditions in specification sheet without exceeding the
permissible temperature rise and without any detrimental effect on any part.
5.0 GENERAL DESIGN AND CONSTRUCTIONAL FEATURES
5.1 The design, manufacture and workmanship of cables shall be in accordance with the
latest practice.
5.2 All materials to be used shall be new, unused and of the best quality.
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 4 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
5.3 Conductors
The power cables shall be of stranded Aluminium / copper round or shaped conductors
and control cables shall be of annealed high conductivity stranded copper round
conductors. The conductors shall comply with the requirements of IS: 8130.
5.4 Insulation
The conductor insulation shall be type A/C as indicated in specification sheet and shall
comply with relevant IS.
5.5 Fillers
The cables shall have suitable fillers wherever required, laid up with conductors to
provide substantially circular cross section before the inner sheath is applied.
5.6 Inner Sheath
Inner sheath, wherever applicable shall be ST1/ ST2 type compound applied by
extrusion.
Armouring
All power and control cables shall be armoured as specified in specification sheet. The
single core cables shall be armoured with hard drawn Aluminium taps/ wires or any
other suitable nonmagnetic material. All other cables shall have galvanized steel wire /
strip armouring.
5.7 Outer Sheath
The outer sheath shall be ST2 type compound applied by extrusion process and suitable
to withstand atmospheric pollution, resistance to termites, fire retardant and coloured
black. Outer sheath shall be suitable for continuous exposure to sun and without cracking
or deformation during service.
5.8 Screening
Screening over conductor and insulation shall be provided on all conductor above 1000V
by non metallic semiconducting extrusion or tap as per relevant standard unless specified
otherwise. The screening for control cables if specified shall be of aluminium, mylor or
equivalent and provided with tinned drain wire which shall be continuous and
permanently connected to the screen. Screen shall also be provided above inner sheath
with metallic foil braid.
5.9 Identification
The individual cores of cables shall be coloured as per relevant IS. Where it is not
possible to distinguish the cores by colour, coloured strip shall be applied on the cores or
core nos. shall be marked on each core at regular intervals. All cables shall carry the
manufacturer’s name or trade mark, the cable size, voltage rating and year of
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 5 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
manufacture at intervals not exceeding 100 meters. Running meter markings shall also
be provided throughout the length of the cable.
5.10 Dimension
The overall dia. and dia. under armour of the cables shall be indicated by the vendor in
the technical particulars. These shall be guaranteed with a tolerance of ± 5% but not
exceeding 2 mm.
5.11 The cut ends of the cables shall be sealed by means of non-hygroscopic materials.
6.0 SPECIAL PURPOSE CABLES
6.1 Flame Retardant Low Smoke Cables
Flame retardant low smoke cables, shall have outer sheath of PVC having following
values.
- Minimum oxygen index - 29%
- Minimum temperature index - 250ºC
- Maximum acid gas generation - 20%
- Maximum smoke density rating - 60%
7.0 CABLE DRUM
7.1 The cables shall be supplied in non-returnable wooden drums (or steel drums if
specified) of heavy construction. The wood used for construction of the drums shall be
properly seasoned, sound and free from defects.
7.2 Cables shall be supplied in specified drum lengths. Where no such indication is given,
standard drum lengths may be offered.
7.3 The tolerance on each drum of cable shall not exceed ± 2.5%. However, no negative
tolerance on HV cables is acceptable.
7.4 All cable drums shall have stencilled data as per relevant IS as well as the purchaser’s
order no., item no. & drum no.
8.0 TESTS AND INSPECTION
8.1 The following tests shall be carried out on the cables as per relevant IS.
i) Routine Tests - On all cables
ii) Acceptance tests - On representative length of each size
iii) Type tests - Wherever specified on one cable drum of each size
8.2 In addition, the following tests shall be carried out on all fire retardant low smoke cables
as per IS or as per the following standards:
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 6 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
i) Oxygen and temperature index test as per ASTM-D-2863
ii) Acid gas emission test as per IEC-754 Part-I
iii) Smoke density test as per ASTM-D-2843
iv) Flammability test as per IEC-332 Part-I or IS-10810
8.3 All the above mentioned tests shall be carried out in the presence of purchaser’s
representative. In addition, the cables shall be subjected to stage inspection at works and
inspection at site for final acceptance.
8.4 These tests and inspections shall, however, not absolve the vendor from their
responsibility for making good any defect which may be noticed subsequently.
9.0 DRAWINGS AND DOCUMENTS
9.1 Drawings and documents as per Annexure-I shall be supplied, unless otherwise
specified.
9.2 All drawings and documents shall have the following descriptions written boldly.
- Name of client
- Enquiry / Order Number with plant / project name
- Code No. and Description
10.0 DEVIATIONS
10.1 Deviations, if any, from this standard shall be clearly indicated in the offer with
reasoning.
10.2 Deviations, if any, from the data furnished in specification sheet shall be indicated
therein beside the data by encircling it.
11.0 MAKE OF CABLES
LT (1.1 KV) Power Cables
1. Cable Corporation of India Ltd. India
2. Ravin Cables Limited India
3. RPG Cables Limited India
4. Finolex Cables Ltd. India
5. KEI Industries Ltd. India
6. Torrent Cables Limited India
7. Industrial Cables (I) Limited India
8 NICCO Corporation Limited India
9. Universal Cables Ltd. India
10 KEC International ltd.(Formerly RPG Cables Limited) India
11 Gemscab industries Limited India
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 7 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
12 Special Cable Pvt. Limited India
13 Friends Cables Industries India
14 Polycab Wires Pvt. Limited India
LT (1.1 KV) Control Cables
1. Cable Corporation of India Ltd. India
2. RPG Cables Limited India
3. Finolex Cables Ltd. India
4. KEI Industries Ltd. India
5. Cords Cable Industries Ltd. India
6. NICCO Corporation Limited India
7. Universal Cables Ltd. India
8. KEC International ltd.(Formerly RPG Cables Limited) India
9. Gemscab industries Limited India
10. Special Cable Pvt. Limited India
11. Friends Cables Industries India
12. Polycab Wires Pvt. Limited India
ELECTRICAL SPECIFICATION (CABLES) NFVP/BAGGING/2016 P
BAG LOADING SYSTEM REV
NATIONAL FERTILIZERS LIMITED Page 8 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
ANNEXURE - I
DOCUMENTATION FOR CABLES
Sl. No.
Document Description Documents Required (Y / N)
With Bid For Approval Final
1.
2.
3.
4.
5.
6.
Specification Sheet, duly completed
Technical Particulars, duly filled-in
Illustrative and Descriptive catalogues
Installation, Termination and Jointing
Instructions
Test certificates
a) Routine
b) Type
Guarantee Certificates
Y
Y
Y
N
N
Y
N
Y
Y
N
N
N
N
N
Y
Y
Y
Y
Y
Y
Y
Note: 1. 4 hard copies & 1 soft copy shall be supplied with bid.
2. 4 hard copies & 1 soft copy shall be supplied for approval after order within 4 weeks from
the date of LOI.
3. 8 hard copies & 2 soft copies in CD shall be submitted as final documents prior to
despatch of the equipment. These shall be made in sets and supplied in fine plastic coated
folder.
Y - Yes, N - No
ELECTRICAL SPECIFICATION (CABLES) P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 9 of 10
NFVP/BAGGING/2016 ELECT SPECS CABLES
SPECIFICATION SHEET CABLES
CLIENT: M/S NFL, VIJAIPUR
PLANT: BAGGING
Enclosed doc: ES: 8160
Ambient Condition
1. Temperature Max/Min/Design Ref 46.1/-2.2/46deg
2. Relative Humidity> 100%
3. Alt above Sea Level>1000M
Atmospheric Pollution: Urea Dust
BASIC DATA:
1. Reference standard : IS: 1554 (Pt-I)
2. Voltage Grade : 1.1KV
3. System Earthings : Solidly Earthed
4. Conductor
- Material : Copper
- Construction : standard
5. Insulation Type : HRPVC
6. Inner sheath type : Extruded PVC
7. Armouring
- Required – YES
- Material – Gal Steel strip
- No of layer – single
8. Outer Sheath Type : Extruded PVC Type- ST2
9. Special Requirement : Outer sheath of FRLS type
ELECTRICAL SPECIFICATION (CABLES) P
BAG LOADING SYSTEM DOCUMENT NO REV
NATIONAL FERTILIZERS LIMITED Page 10 of 10