tender documents for supply & application of energy

19
TENDER DOCUMENTS FOR SUPPLY & APPLICATION OF ENERGY IMPROVEMENT COATING IN C. W. PUMPS OF AMMONIA-I, UREA-I & UREA-II PLANTS AT N.F.L., VIJAIPUR VIJAIPUR UNIT MECHANICAL DEPARTMENT

Upload: others

Post on 11-Mar-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

TENDER DOCUMENTS

FOR

SUPPLY & APPLICATION OF ENERGY IMPROVEMENT COATING

IN C. W. PUMPS

OF

AMMONIA-I, UREA-I & UREA-II PLANTS

AT

N.F.L., VIJAIPUR

VIJAIPUR UNIT

MECHANICAL DEPARTMENT

DESIGN &OPERATING DATA OF AMMONIA-I C. W. PUMPS

Pump Tag No. P-1801 A/B/C

Service Cooling Water

Pump Make M/s BPCL ( Supplier M/s MHI )

Model MLH-1050 X 800R

Type Single Stage, Double Suction, Horizontally Split Casing

Speed 590 RPM

Capacity (M3/hr) 8194 NORMAL / 10350 RATED

Discharge Head 43

Material of Construction CASING ; ASTM A48 CLASS35(Grey Cast Iron)

Impeller- ASTM A743 Gr. CA6NM( Stainless Steel)

Casing wear Ring- A473 420

Driver P1801 A/C ; MOTOR

P1801 B ; TURBINE+ GEAR BOX

Motor Rating 1200 KW

Surface Area of Pump Casing

(Approximate) 20 Sq. meter approximately

DESIGN &OPERATING DATA OF UREA-I C. W. PUMPS

Pump Tag No. 08-P1 A/B/C

Service Cooling Water

Pump Make M/s SHIN NIPPON MACHINARY

Model SD – S 7590/108

Type Single Stage, Double Suction, Horizontally Split Casing

Speed 595 RPM

Capacity (M3/hr) 9000 RATED

Discharge Head 41

Material of Construction IMPELLER ; FCD – 40(Cast Iron)

CASING ; SCPH – 2 (Cast Carbon Steel)

WEAR RING: FC – 25(Grey Cast Iron)

Driver 08-P1 A/B/C- MOTOR

Motor Rating 1230 KW

Surface Area of Pump Casing

(Approximate) 20 Sq. meter approximately

DESIGN &OPERATING DATA OF C. W. PUMPS

Pump Tag No. P-4801 A/B/C

Service Cooling Water

Pump Make M/s. Mather & Platt (India) Ltd, Pune.

Model 36” / 36” DV Lonovane Pump

Type Single Stage, Double Suction, Horizontally Split Casing

Speed 590 RPM

Capacity (M3/hr) Rated-9200; Normal-7600

Discharge Head 42 Mtrs at rated capacity

Material of Construction Casing-ASTM A48 Cl.30 (Grey Cast Iron)

Impeller- ASTM A743 Gr. CA6NM (Stainless Steel)

Casing wear Ring-PEEK

Driver P-4801 B/C- Motor

P-4801 A- Steam Turbine with reduction Gear Box

Motor Rating 1300 KW

Surface Area of Pump Casing

(Approximate) 25 Sq. meter approximately

COOLING WATER PARAMETERS

Parameters Range

pH 6.8-7.5

FREE Cl2 (mg/L as Cl2) 0.3-0.5

PHOSPHATE (mg/L as PO4) 4.0-6.0

TURBIDITY (NTU) 20

CONDUCTIVITY (u mho/cm) 2000

TOTAL ALK (mg/L as CaCo3) 225

T.HARDNESS (mg/L as CaCo3) 750-800

Ca HARDNESS (mg/L as CaCo3) 450-600

Mg HARDNESS (mg/L as CaCo3) 200-300

SILICA (mg/L as SiO2) 100

T.AMMONIA (mg/L as NH3) 40

CHLORIDE mg/L as Cl 150-250

ZINC (mg/L as Zn) 0.2-1.0

CYCLE OF CONCENTRATION(MgH) 8.00

ZINC (mg/L as Zn) 0.2-1.0

Encl.: Photographs of Casing internal surface

I. CONTRACTOR’S SCOPE

Scope of work includes but not limited to the following:

1. To Supply material required for Energy improvement Coating for application in Cooling

Water Pump having design & operating parameters mentioned above.

1.1. Surface area of casing mentioned above is indicative only, however to know exact

area / profile, Tenderer may see the job physically at site before bidding. 1.2. Tenderer shall furnish Bill of Material indicating quantities required per Pump. Any

left out material after completion of the job shall be property of NFL.

1.3. The material supplied shall have valid shelf life and shall be brought by Party

themselves at the time of Application.

2. Application of supplied Energy improvement Coating in Cooling Water Pump Casings as

per Work order specification.

3. Coating shall be applied only on casing part. Impeller being of SS material shall not be

coated. Vendors shall quote accordingly.

4. Performance Testing of Pump before & after application of Coating in presence of NFL

representative.

5. In-situ Surface cleaning and preparation of pump casing using suitable means preferably

by bristle blaster. Necessary equipment & material required for cleaning and surface

preparation shall be in Contractor’s scope.

6. Checking of DFT (Dry film thickness) of coating thickness. DFT of coating shall be

minimum 500 micron. Required instrument for measurement of DFT shall be brought by

Contractor.

7. Supervision of application of Coating & Trial Run of Pumps after application.

8. Manpower, Tools Tackles etc required for application of coating at site.

9. Personal Protective Safety Equipment like Safety Helmets, Safety Goggles, Face Shields,

Safety Belts, Hand Gloves etc.

10. To & fro Local Travelling of their staff and workers from work site to their place of stay.

11. Supervision of job shall be in Contractor’s scope. However, a close liaison shall be

maintained with the NFL’s Engineer In-Charge for day-to-day progress of the job

II. NFL’S SCOPE:

1. Dismantling of Pump & handing over of casing to vendor for application of energy

Improvement Coating.

2. Assembly of Pump after application of Coating by vendor.

3. To & fro shifting of Casing to appropriate location for Grid Blasting.

4. Temporary LT Power Supply 3 phase, 50 Hz, 415 Volt with TPN switch, Flood Lights,

Hand Lamps, Extension Boards etc

5. Compressed Air at a Pressure of 6 kg/cm2 (g) (max) at one point

6. Boarding & Lodging for Vendor’s manpower on chargeable basis subject to availability

7. Medical facilities, as available in NFL Hospital, on chargeable basis subject to

availability.

III. TIME SCHEDULE:

1. Period of Completion: The time of completion of application of Energy improvement

coating in each Pump casing shall be 5 days from handing over of each Pump after the

receipt of complete material at NFL, Vijaipur site. Only one Pump casing shall be handed

over to the contractor at a time. After successful completion and commissioning of one

pump, the other Pump casing shall be handed over to the contractor. No idle charges shall

be payable for the time period between completion of one Pump &handover of next Pump

to the contractor. The work shall be completed within the agreed Time Period.

2. Mobilization of Men and Material shall be done within 7 (Seven) days of intimation by

NFL through Fax / Telephone / E-mail.

3. One Pump shall be handed over for coating at one time. There may be significant time

gap between handover of individual pumps for coating and Contractor may have to de-

mobilize & Re-mobilize after getting intimation from NFL.

IV. SPECIAL TERMS & CONDITIONS

1. PERFORMANCE TESTING of Energy improvement coating shall be done as below:

Measurement of Cooling Water Flow, Discharge Pressure, Discharge Valve Opening,

Amperesfor subject Pump before application of Coating shall be carried out jointly by NFL &

Vendor. Corresponding Power consumption shall be measured with Power Analyser / Energy

meter of NFL. Pump efficiency shall be calculated as per Clause VII on tender document.

Measurement of Power consumption after application of coating by vendor shall be

calculated in same manner as per above for same Cooling water Flow.

The calculation in net Power saving shall be calculated to establish guaranteed performance

of Coating.

The supply & application of Coating shall be on pay to performance basis. Initially

Energy Improvement Coating shall be supplied & applied in one Cooling Water Pump

& performance of same shall be evaluated.

After certification of satisfactory operation & achievement of guaranteed efficiency

improvement. NFL shall give clearance for supply & application of coating of balance

job.

2. ENERGY SAVING GUARANTEE

1. Vendor has to Guarantee NFL to provide minimum 2% saving in Power consumption per

Pump over Power consumption before application of coating. Power saving shall be

measured with Power Analyser / Energy meter.

2. Bids with higher guaranteed power saving shall be given advantage of Differential

Operating Cost loading as detailed at Clause VIII on tender document.

3. Any bid / offer received with guaranteed power saving less than 2% shall be out-rightly

rejected.

4. Guarantee Certificate against any manufacturing defects for a period of 12 month from the

date of application & commissioning of Pump.

3. The following information should be furnished alongwith the quotation:

i. Data Sheet of proposed Energy Improvement Coating indicating properties like Specific

Gravity, Tensile Strength, Hardness, Cohesive Strength, Recommended DFT, Shelf Life

etc. Supplied material shall be suitable for Cooling Water having parameters as per

design & Operating data.

ii. Guaranteed Efficiency improvement / Power saving with same water flow.

iii. Time required for application per pump

iv. Site work procedure.

v. Expected life of Coating

vi. Deviation from NIT if any.

vii. Signed copy of Tender documents as token of acceptance to avoid delay in processing of

the case.

viii. Previous references of similar work along with copies of P.O.

V. Eligibility Criterion for Vendors for supply & application of Energy improvement

coating

1. Tenderer must be either a manufacturer or an authorized distributor of quoted Energy

Improvement coating and should have experience of supply as well as in-situ application

of Energy Improvement coating. Tenderer shall furnish relevant certificates in this

regard.

2. Tenderer must have experience of supply & application of quoted Energy Improvement

coating in the casing of Cooling Water Pumps having capacity not less than 5000 m3/hr

with satisfactory performance. Tenderer shall furnish documentary evidence in support of

their claim with saving in power / energy achieved.

3. Tenderer should have all tools, tackles & other materials required for in-situ application

of Energy Improvement coating. Tenders shall furnish list of these items available with

them.

4. Bidder’s average annual financial turnover during the last three years ending 31st March

of the previous financial year should be of value not less than 6.0 lakhs. Bidder shall

furnish necessary documents in this regard.

Note: Bidders not complying with the Pre-qualification criteria will not be considered

suitable.

VI. GENERAL TERMS & CONDITIONS:

1. Interested Tenderer, after studying all the tender documents carefully, may also see the job physically at site and obtain necessary clarifications, if any, before submitting their tenders obtain necessary clarifications, if any, in writing before tendering. The tenderer should satisfy himself with the site conditions prevailing at the place of work. No claim on ground of want of knowledge in this respect will be entertained. No claim for extra charges consequent upon any misunderstanding or otherwise will be allowed.

2. The company reserves the right to accept the lowest or any other tender in part or in full or award parallel contracts or reject all or any of the tenders without assigning any reasons.

3. The following tenders will be liable to summary rejection:

3.1. Tenders submitted by Tenderer who resort to canvassing.

3.2. Tenders, which do not fulfil any of the conditions, laid down in the Tender Documents or are incomplete, in any respect.

3.3. Tenders not accompanying the required details / Tender Cost / Earnest Money etc.

3.4. Tenders received late / delayed.

3.5. Tenders, who contain uncalled for remarks or any alternative additional conditions.

4. The execution of the work may entail working in all the site and weather conditions and no extra rate will be considered on this account. The Contractor may have to carry out the work on round the clock basis including on intervening Sundays, holidays. Tenderer shall take this aspect into consideration for formulating his rates and quotation. No extra claim / overtime shall be paid on this account.

5. If the Tenderer has relations whether by blood or otherwise with any of the employees of the NFL, the Tenderer must disclose the relations in the Form of declaration attached, at the time of the submission of Tender failing which NFL shall reserve the has right to reject the tender or rescind the contract.

6. Quantum of Job: The estimated value of work has been given on the basis of technical assessment and indicates approximate quantities. However, the Contractor shall have to execute any or all the jobs depending upon the requirements of the Plant. The rates shall remain firm for the increased or decreased quantities. However, NFL will not give any guarantee for minimum billing or minimum quantum of work during the contract.

7. Validity of Contract :

7.1 The contract shall remain valid for a period of 12 (Twelve) months reckoned from the date of its award. The job can, therefore, be got done any time during the tenure of the contract. Normally, a Notice of 30 days would be given for starting the job but the Tenderer should be able to mobilize as quickly as possible, if the necessity so arises.

7.2 The contract can further be extended for a period of 3 (Three) months at the discretion of NFL.

8. Escalation in Rates: The rates quoted will be firm till the validity of the contract and will not be subjected to escalation irrespective of any increase whatsoever in labour or material cost etc.

9. Earnest Money Deposit:

9.1 The Tenderer shall make a deposit of Rs. 25,000.00 (Rupees Twenty Five Thousand only) as Earnest Money and Rs500.00 (Rupees Five Hunderd only) as Tender Fees deposit in the form of an A/c. Payee Demand Draft, payable at SBI Bavrikheda (Code No. 8455) drawn in favour of M/s. National Fertilizers Limited, Vijaipur. The Earnest Money shall not be accepted in any form other than specified above. Earnest Money should accompany the tender in a separate envelope without which tender will not be opened and it will be considered as rejected. No interest shall be payable on EMD.

9.2 The Tenderer, registered under National Small Scale Industries are exempted from submission of E.M.D., subjected to submission of relevant certificate from concerned Authority alongwith Tender Documents.

10. Security Deposit:

10.1 The Security Deposit together with EMD shall be 10% of the contract value.

10.2 Security Deposit (S.D.) shall be submitted by the Contractor within 10 days of issue of work order. Alternatively, Security Deposit cum Performance Bank Guarantee from any Nationalized / Scheduled Bank may be submitted for 10% of the contract value. The Security Deposit cum Performance Bank Guarantee shall be valid till the expiry of defect liability period + Six month claim period thereafter.

10.3 No interest shall be paid on EMD / Security deposit. Any amount recoverable from the contractor shall be deducted from security deposit. Security deposit shall be returned to contractor after obtaining ‘No objection certification’ from executive department after expiry of ‘Defect Liability Period’.

11. Terms of Payment:100% payment shall be made through Electronic Mode after making necessary recoveries for Income Tax, Works Tax etc. as applicable as per Terms & Conditions of NIT, after satisfactory completion of the work as per scope and submission of bill. Such payments will be made in full within 30 days of receipt of bill complete in all respects. The following information may be furnished along with the Tender:

11.1 Acceptance for release of payment by ECS / EFT from our Bank, i.e., State Bank of India, Bavrikhera Branch, Branch Code: 8455, N.F.L. Complex, Vijaipur-473 111, Dist. Guna, M.P.

11.2 The details of Tenderer Account Number, Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the Tenderer Bank.

11.3 IncomeTax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender.

11.4 Copy of the following documents related to compliance of statutory requirement shall be submitted by the Contractor with the Invoice. Contractor shall submit an undertaking to submit these documents before start of work: o Self attested copy of the PF challan o Self attested copy of the ECR (Electronic Challan & Return) with respect to PF deposit o Self attested copy of the wage sheet o Under taking against the compliance of the labour laws in the prescribed format o No claim certificate in the format approved by NFL o Copy of the Form 19 (or) Form 13 of employees or documentary evidence of continuation

on role of the contractor withindemnity letter regarding PF dues. o Copy of Workmen Insurance Policy valid for the period of job execution and covering

Medical Insurance. o Proof of making payment to workmen through Bank Transfer.

12. Liquidated Damages: In the event of work is not completed according to the time schedule, you shall have to pay Liquidated Damagesto NFL @ of 1 % of the total value of work for delay of every day or part thereof, subject to a ceiling of 10 % of the total value of the work.

13. Tax Deduction at Source: Statutory deduction on account of Income Tax / Works Tax & other Taxes on Works Contracts shall be made from the bill of the Tenderer at the prevailing rates, as per Income Tax Laws / Commercial Tax Laws of M.P. at the time of release of payment to the Tenderer.

14. Income Tax Permanent Account Number (I-Tax PAN) : The Tenderer shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender.

15. Period of Liability: Tenderer will stand guarantee for the work done for trouble free operation for a period of 12 months from the date of commissioning or 18 months from the date of completion of work whichever is earlier. Any damage or defect or other faults that may arise or lie undiscovered at the time of issue of completion certificate, or appear within defect liability period after the virtual completion of the work, arising in the opinion of the owner from material or workmanship not in accordance with the contract, shall upon the directions in writing of the owner and within such reasonable period specified therein, shall be rectified by the Tenderer at his cost, most expeditiously

or in case of default, NFL may cause the same to be made good by other workmen and deduct expenses from any sums that may be there or at any time thereafter become due to the Tenderer or from his security deposit. NFL shall be under no obligation to accept / entertain any claim / demand whatsoever in this behalf. The workmanship guarantee for rectified portion of work shall commence from the date of rectification for a subsequent period of 12 (twelve) months of the balance period as stated above, whichever is later.

The Contractor shall be responsible for the proper workmanship and shall not be relieved of his obligation in this regard just because NFL raised no objection during the progress of work. The decision of the Owner regarding bad workmanship shall be final, binding and conclusive.

Any defect noticed during the various stages of inspection during work under progress as per scope shall be made good by the Contractor to the satisfaction of NFL before proceeding further. Irrespective of the inspection, repair and approval at intermediate stages of work, the Contractor shall be responsible for making good any defect found during final inspection and guarantee period.

16. Sub-Contracting: Sub-Contracting of the job will not be allowed.

17. If the Contractor fails to fulfil his obligations under the contract, NFL shall have the right to get the work done by the agency other than the Contractor, at the Risk and Cost of the Contractor, till the expiry of the period of the contract.

18. Termination of Contract: If the Contractor is unable to execute the work, any loss incurred by the company in this respect will be to the Contractor's account. The company may also terminate the contract after giving a 1 (One) day notice in writing, if in its opinion; the work under the contract is not being done to its satisfactionif:

18.1 At any time, the Contractor makes default in proceeding with the work / job with due diligence and continues to do so after giving in writing a notice of 1 day from the Engineer In-Charge, or

18.2 If the Contractor persistently disregards the instructions of Engineer In-Charge or fails to take steps to employ competent or additional staff required or commits default in complying with any of the terms and conditions of the contract and does not remedy it or does not take steps to remedy it within 3 days after notice in writing given to him by the Engineer In-Charge, or

18.3 If the Contractor obtains the contract with NFL as a result of ring tendering or other non-bonafide methods of competitive tendering, or

18.4 If the Contractor assigns, transfers or sublets or attempts to assign, transfer or sublet the entire work or any portion thereof without the prior written approval of the accepting authority, or

18.5 If the Contractor abandons the contract.

18.6 If the Contractor becomes bankrupt / insolvent.

NFL shall have right to get the leftover job done by alternative agencies at the Risk & Cost of the Contractor besides other legal remedies available to it.

19. Consequences of Termination: If the contract is terminated by NFL for the reason detailed under clause 18 or for any other reason whatsoever:

19.1 NFL reserves the right to get the work completed at the risk and cost of the Contractor and to recover from the Contractor any amount by which the cost of completing the work by any other agency exceeds the value of the contract, without prejudice to any other remedies/rights/claims etc. that may be available with NFL.

19.2 Security Deposit/Performance Bank Guarantee Bond submitted by the Contractor shall stand forfeited.

19.3 The Contractor shall have no right to claim any compensation for any loss sustained by him by reason of his having entered into any commitment or made any advances on account of or with a view to the execution of the works, or on account of expected profits.

19.4 All the dues payable to the Contractor for the work executed by him before and up to termination shall only be released after making adjustments for the expenses, charges,

damages and expected losses etc. incurred by NFL as a consequence of the termination of the contract.

20. Engineer In-Charge: The Engineer In-Charge shall have general supervision and direction of the work. He has authority to stop the work whenever such a stoppage may be necessary to ensure the proper execution of the contract. He shall also have authority to reject all work, direct the application of forces to any portion of the work as, in his judgment, is required and order force increased or diminished and to decide disputes which arise in the execution of the work. The Engineer In-Charge reserves the right to suspend the work or the part thereof at any time and no claim whatsoever on this account will be entertained. In case of any dispute the Contractor may appeal to the Engineer In-Charge whose decision shall be final and binding. The decision of the Engineer In-Charge of National Fertilizers Limited shall be final in regard to all matters relating to this Tender including for determining the category of work with reference to material of an item not mentioned in the Scope of Work.

21. The Contractor may employ such employees / labourers, as he may think fit. Such employees would be employees of the Contractor for all-purpose whatsoever and shall not be deemed to be in the employment of NFL for any purpose whatsoever. The Contractor shall adhere to all the Laws, Rules and Regulations that may be in force from time to time concerning the employment or service conditions of its employees. If under any eventuality whatsoever, NFL is held liable or responsible in any manner whatsoever for the default or omission on the part of the Contractor in abiding by the aforesaid Rules, Regulations & Laws or held liable or responsible to the employees of the Contractor in respect of any matter whatsoever, and called upon to make payment on that account, the Contractor shall reimburse NFL for the same as also any other expenses, costs & charges incurred by NFL in any proceedings or litigation arising out of any claim, demand or act on the part of the Contractor. NFL shall be entitled to claim damages or compensation from the Contractor in that event. NFL shall also be entitled to recover the aforesaid amount from the money that may become due and payable to the Contractor.

22. Contractor to Remove Unsuitable Employees: The Contractor shall, on instruction of the Engineer In-Charge, immediately remove from the work any person employed thereon who misbehaves or causes any nuisance or otherwise in the opinion of the Engineer In-Charge is not a fit person to be retained on the work and such person shall not be again employed or allowed on the works without the prior written permission of the Engineer In-Charge.

23. The Contractor shall be liable to the company for any Omission or Commission on his part or on the part of his employees causing any loss, damages or inconvenience to the plant/company. It is understood by the Contractor that in the event of any losses/damages caused to the owner due to the reasons whatsoever within his control and the same losses/damages are proved, the Contractor shall make good all the consequential losses/damages to the owner without any protest & demur. These losses/damages shall be apart from other claims/damages to which the owner is entitled under the contract or in the course of law.

24. Loss to Plant During Execution: Any damage or loss caused to the plant equipment etc., during execution of this contract by the Contractor’s employees will be made good by the Contractor at his own cost and risk.

25. The Contractor shall pay the wages to the workmen directly without the intervention of any Jamadarsor Thekedars and the Contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by Jamadars from the wages of workmen.

26. The Contractor shall ensure that the payment of the minimum wages to the labourers, specified by the government from time to time, has been made in accordance with the Minimum Wages Act. Upward revision of Minimum Wages from time to time shall be deemed to be inbuilt in the quoted rates of the Contractor.If at any time, it is noticed or it comes to the knowledge that the payment, to the labourers employed by the Contractor, is not made in accordance with the Minimum Wages Act, NFL shall reserve the right to take remedial action to regulate the payments.

27. The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition) Act 1970 and rules framed there under & amended from time to time.

28. In case of non-compliance with any of the conditions / provisions contained in E.P.F. Act 1952 as amended from time to time, NFL reserves the right to provisionally retain 24% of the Contractor's payment towards employees’ and employer's contributions, which may be released only on verification of Challan by Engineer In-Charge for deposit of PF Contribution.

29. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the Account Number allotted by the Provident Fund Authorities in his Tender as per statutory requirements.

30. The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays, Leaves, and Overtime etc. The Contractor is required to comply with all statutory provisions, from time to time, during the tenure of the contract.

31. Workmen Compensation / Insurance

31.1 In every case in which by virtue of the provision of Section 12, sub-section I of the Workmen Compensation Act 1923 or any other law for the time being in force, NFL is obliged to pay compensation to a workman employed by the Contractor in execution of the work, NFL will recover the amount of the compensation so paid from the Contractor’s bill.

31.2 The Contractor will be solely responsible for any liability to his workers in respect of any accident, injury arising out of and in the course of contractor’s employment. To meet his aforesaid obligations under the Workmen Compensation Act, the Contractor will obtain Cover Note under Workmen Compensation Policy from Insurance Company in respect of persons employed by him for carrying out his work and obligations under the agreement.The contractor shall take medical cover for the workmen deployed by him for carrying out his work and obligation under the agreement.The premium payable for the aforesaid Insurance Policy shall be borne by the Contractor. The Contractor shall ensure that the said Insurance Policy remains valid till the expiry of the contract.

31.3 Photocopy of this Insurance Cover is required to be submitted by the Contractor to NFL immediately after the issue of L.O.I. but before the start of the work. Payment against the work done will not be released to the Contractor until and unless photocopy of the Insurance Cover is submitted to the NFL.

32. The NFL will not be responsible for any injury sustained by the workers of the Contractor during the performance of the above contract, any damage, compensation due to any dispute between the Contractor and his workers. All liabilities arising out of any provision of Labour Acts / Enactments hereto in force shall be the responsibility of the Contractor. NFL under the Contract will recover any other expenditure, incurred by NFL to face the situation arising out of the negligence of the Contractor from his dues payable.

33. The Contractor shall at all times keep the NFL indemnified against all claims, damages or compensation under the provisions of the Payment of Wages Act 1936, Minimum Wages Act 1948, Equal Remuneration Act 1976, Workman’s Compensation Act 1923, Employees Liability Act 1938, Employment of Child Labour Act 1938, Abolition of Bonded Labour Act and Contract Labour (Regulation & Abolition) Act 1970 or any other Act regulating the employment of labour by the Contractor.

34. The Contractor shall ensure that all the formalities, required to be completed under the existing laws of India for and/or in connection with engaging/employment of labourers, have been fulfilled. NFL shall be under no obligation to accept / admit any claim on this behalf.

35. Alterations, Omissions, Additions Or Substitutions of Work:

35.1 NFL shall have power to make any alteration in, omission from, addition to, or substitutions for original specifications and instructions which may be considered necessary, during the progress of work and the Contractor shall carry out the work in accordance with any instruction which may be given to him in writing duly signed by the Engineer In-Charge. Such alterations, omissions, additions, substitutions shall not invalidate the contract and any altered, additional or substituted work, which the Contractor may be directed to do in the manner above specified as a part of the work, shall be carried out by the Contractor on the same conditions in all respects on which he has agreed to do the main work.

35.2 If the rates for additional, altered or substituted work are specified in the contract for the work, the Contractor is bound to carry out the additional, altered or substituted work at the same rates as per specifications in the rate contract for that work.

35.3 In the event the extra or substituted items of the work does not fall in the category as above, the cost will be calculated on the basis of actual Labour and consumable material utilized for the job. The quoted rates will be inclusive of Overheads and Profit. The Engineer In-Charge will assess the quantum of Labour and consumable material used; whose decision in this respect will be final and binding upon the Contractor. The Contractor will be required to obtain prior approval of NFL for rates payable to him for such extra items.

35.4 In case, the Contractor fails to do the extra and / or the substituted work, NFL will have the option to get the work done through another agency at the Contractor’s Risk and Cost, as per Clause No. 17 of General Terms & Conditions.

36. Preservation of Free Issue Material: All materials issued to the Contractor by the Owner shall be preserved against deterioration and storage while under Contractor's custody. Any damage / losses suffered on account of non-compliance with the requirement stipulated herein shall be considered as losses suffered due to wilful negligence on the part of the Contractor and he shall be liable to compensate NFL for the losses suffered at penal rates to be determined by the Engineer In-Charge with reference to the rates charged for the purpose of recovery and shall be final and binding on the Contractor.

37. Handling during Execution: The parts supplied for installation / scaffolding material for execution of job shall be handled with utmost care. Any damage or loss caused to items during shifting / execution of this contract by the Tenderer will be made good by the Tenderer at his own cost and risk.

38. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety Regulations of the NFL. Before starting maintenance work, the Contractor shall consult NFL's Safety Officer or the Engineer In-Charge, if the Safety Engineer is not available, and familiarize himself with such regulations, copies of which will be furnished to him by NFL, when requested. He shall be responsible for and must make good, to the satisfaction of the NFL, any loss or damage due to fire to any portion of the work to be done under this agreement or to any of the NFL's existing property.

All the accidents to Contractor's staff will be reported to the Safety Officer promptly. This will, however, not relieve the Contractor of any other statutory obligations. The Contractor shall not undertake any hot job without Safety Work Permit. He has to maintain First Aid Box in his office. Also necessary Safety Equipment like Helmets, Hand Gloves, Face Shields, Safety Belts etc. are to be provided to his workmen by the Contractor. However, Special Safety Equipment (if any) required as per requirement of the job shall be provided free of cost by NFL.

39. Force Majeure: The terms and conditions mutually agreed upon with respect to this agreement shall be subject to Force Majeure. Neither the Contractor nor NFL shall be considered in default in the performance of their obligations contained therein, if such performance is prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolution, Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone, Wind, Flood, Earthquake, Regulation or Ordinance or Requirement of any Government or any Sub-Division thereof, or Authority or Representative of any such Government and / or due to Technical Snag/Reasons, or any other Act whatsoever, whether similar or dissimilar to those enumerated, beyond reasonable control of the parties hereto, or because of any Act of God. The party so affected, upon giving prompt notice to the other party, shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists, provided that the party so affected shall use its best efforts to avoid or remove such causes of non-performance, if possible, and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of Force-Majeure lasting continuously for a period of three months, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract.

40. Conciliation & Arbitration:

40.1 Except where otherwise provided for in the contract, all questions and disputes relating to the meaning of the specifications and instructions herein mentioned before and as to the quality of workmanship and materials used on the work or as to any other question, claim, right matter of thing, whatsoever, in any way arising our or of relating to the contract, specifications, instructions order or these conditions or otherwise concerning the work, or the execution of failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof shall be referred to the sole arbitration of the General Manager (In-charge) of the NFL and if the General Manager (In-charge) is unable or unwilling to act, then to the sole arbitration of the some other person not below the rank of Manager appointed by the General Manager (In-charge), willing to act as such arbitrator.

40.2 The contractor hereby agrees that he shall have no objection, if the arbitrator so appointed is an employee of NFL and he had to deal with matter to which the contract relates and in the course of his duties as such he had expressed views on all or any of the matter in dispute or difference.

40.3 If the arbitrator to whom the matter is referred to vacates his office by any reason whatsoever then the next GM/CGM/ED or any other officer above the rank of Manager as nominated by CM/CGM/ED shall proceed with proceedings where his predecessor left.

40.4 The arbitration and conciliation Act 1996 or any enactment thereafter shall apply to the arbitration proceedings.

40.5 It is agreed by and between the parties that in case a reference is made to the arbitrator or the arbitral Tribunal for the purpose of resolving the disputes / differences arising out of the contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate of SBI PLR or the actual interest rate paid by the owner (NFL), whichever is lower, prevailing on the date of award of contract.

41. The contract shall be governed by and construed in accordance with the Laws of India and provisions of various Labour Laws like Factories Act 1948, Industrial Disputes Act 1947, Contract Labour (Regulation & Abolition) Act 1970, Maternity Act 1961, Workmen’s Compensation Act 1923, Payment of Wages Act 1936, Minimum Wages Act 1948, Employee’s Provident Funds & Misc. Provisions Act 1952, Payment of Bonus Act 1965, Payment of Gratuity Act 1972 etc. and any other Law / Legislation which may be applicable from time to time (The above Acts are only illustrative and not exhaustive).

42. Time Limit for Any Claim: In case the Contractor fails toclaim compensation, from NFL on account of any claim under the contract, in writing to the Engineer In-Charge, within a period of one month of cause of action of such a claim arise, the Contractor shall be deemed to have waived of his right to claim the same.

43. Jurisdiction: Not withstanding any other court or courts having jurisdiction to try any civil suit arising out of this contract, it shall be only the court of competent jurisdiction at Guna alone(where the contract shall be deemed to have been entered into) to try such suits to the exclusion of all other courts of the country and all causes of action in relation to the contract will therefore be deemed to have arisen within the Jurisdiction of the Courts at Guna (Madhya Pradesh) only.

44. Agreement: The Contractor’s responsibility under this contract will commence from the date of issue of the Letter of Intent. The Tender Documents, Other Documents exchanged between the Tenderer and NFL, the Letter of Acceptance and Work Order shall constitute the Contract. The successful Tenderer shall have to execute an Agreement with National Fertilizers Limited, on a non-judicial stamp paper of appropriate value as applicable in M.P. state (present value is Rs. 1000) at Vijaipur, within 10 (Ten) days of receipt of the Work Order or before start of job whichever is earlier. The cost of stamp paper shall be borne by the Contractor. The Agreement to be executed will be in the Agreement Form to be specified by National Fertilizers Limited.

45. Medical Check-up of Contract Worker: Contractor shall produce Medical Fitness Certificate for each worker to be deployed at Vijaipur Site from a Registered Medical Practitioner.

VII. SCHEDULE OF RATES FOR

S. No. Description

Qty. Rate (In

figure `)

Rate (In Words) Amount (`)

1

a Lump sum Charges for Supply material for

Energy improvement coating in Casing of

Cooling Water Pumps P-1801 A/C and 08 P1-

A/B/C as per Clause No. I.1 of Scope of Work

5 sets

b Lump sum Charges for application of Energy

improvement coating in Casing of Cooling Water

Pumps P-1801 A/C and 08 P1-A/B/C pumps as

per Clause No. I.2 of Scope of Work

5 No.

2

a Lump sum Charges for Supply material for

Energy improvement coating in Casing of

Cooling Water Pumps P-4801 B/C as per Clause

No. I.1 of Scope of Work.

2 sets

b Lump sum Charges for application of Energy

improvement coating in Casing of Cooling Water

Pumps P-4801 B/C as per Clause No. I.2 of

Scope of Work

2 sets

Total (To be indicated in figures & words)

Notes:

1. The Tenderer shall quote Single Rate against each item and not the multiple rates in the Schedule of Rates. Any Tender with the multiple rates quoted will be summarily rejected.

2. The Rates quoted should be inclusive of all Taxes, Duties, Royalties and other Statutory Levies to be payable but excluding Sales Tax & Service Tax. Unless specified to the contrary in the bid, all present taxes and statutory levies shall be borne and paid for by the bidder. Payment of the taxes and other statutory levies shall be the responsibility of the bidder and shall not be payable by NFL.

3. CST @ 2% against Form ‘C’ shall be applicable for supply of material.

4. Service Tax :“ Reimbursement / Deposit of Service Tax shall be done as per GOI notification 24/2012 and 30/2012-Service Tax effective from 01.07.2012. The tenderer must mention Service Tax Registration/ Service Tax Code and the Accounting code in the invoice/receipts. Service tax shall be applicable on Sr.No. 2 of schedule of rate only.

5. As per GOI Notification No 24/2012-Service Tax, the job fall under the definition of maintenance Work and Service Tax shall be payable on 70% of total value as per para (8) of the circular.

6. As per GOI Notification No 30/2012-Service Tax, Para B.II (9), 50% of the applicable Service Tax shall be payable by the Contractor while 50% of the applicable Service Tax shall be payable by NFL. The service deposited by the Contractor shall be reimbursed on production of documentary evidence of having deposited the same in Govt account.

4 TDS shall be applicable as per Income Tax Rules.

5 NFL reserves the right to split the contract.

6 Evaluation shall be done for overall cost of supply and application for jobs at Sr. No. 1 and 2 separately. Thus NFL reserves the right to split work at S.No.1 & 2 to different tenderer without assigning any reason thereof.

(SIGNATURE OF TENDERER) Name ____________________________ Date _______________ Place _______________

VIII. CALCULATION OF EFFICIENCY OF PUMPS

Shaft Power Available

Pa (KW)

= As per measurement by Power Analyzer /

Energy meter of NFL

Hydraulic Power

Ph(KW)

= q ρ g h / (3.6 106)

where

q = flow capacity (m3/h)

ρ = density of fluid (kg/m3)

g = gravity (9.81 m/s2)

h = differential head (m)

Efficiency of Pump ƞ = Ph÷ Pa

Notes:

In Existing System of Ammonia-I, Urea-I andUrea-II there are three C.W. Pumps in each

plant, out of which two run in parallel operation:

Plant Pump Tag

No.

Driver

Ammonia-I

Plant

P-1801 A/C Motor

P-1801 B Steam Turbine

Urea-I Plant 08 P1-A/B/C Motor

Urea-II Plant P-4801 B/C Motor

P-4801 A Steam Turbine

Before application of Coating

Discharge Flow shall be measured in common supply header of C.W. Pumps as

individual C.W. pumps don’t have the flow meters.

Discharge Pressure of individual Pumps and as well as of common discharge headers

shall be recorded.

Shaft Power of Motor Driven Pump and Discharge valve openings of both pumps shall

also be recorded.

After application of Coating

Discharge Flow, Discharge Pressure in common supply header, Shaft Power of one

Motor Driven Pump which is in parallel operation shall be kept same as were before

application of coating.

Change in shaft power of Pump on which coating is applied shall be recorded and the

difference in power consumption before and after coating shall be considered due to the

application of coating.

IX. Evaluation & comparison of Bids

Differential Operating Cost:

Wherever applicable loading shall be done to take care of the performance and

reliability of Energy Improvement Coating offered.In case Power consumption is

different for different bidders, extra operating cost over the minimum one shall be

calculated as follows:

Differential Operating Cost= Difference in Power consumption x unit cost of Power x

(330 x24) x 0.95 x 0.8869 x N

Where

330 x 24is the number of operating hours in a year.

0.95is availability factor

0.8869 is discount factor at an interest rate of PLR (presently 12.75%) per annum for

one year operational period.

Nis the number of equipment items.

Unit cost of Power (Electric) shall be Rs. 3450.00 (Three thousand four hundred fifty)

per MWh

DECLARATION FORM-I

Quotation No.:________________________ Date: ___/___/_____

Chief Manager (Mech.),

M/s. National Fertilizers Limited

Vijaipur-473 111

District Guna, Madhya Pradesh

Subject: Notice Inviting Tender for Tender for Supply & application of energy improvement

coating in Casing of Cooling Water Pumps P-1801 A/C of Ammonia-I Plant, 08 P1-A/B/C

of Urea-I Plant and P-4801 B/C of Urea-II Plant.

Sir,

I / We have read the conditions of the

tender attached here to and agree to abide by such conditions. I / We offer to do the Tender for Supply

& application of energy improvement coating in Casing of Cooling Water Pumps P-1801 A/C of

Ammonia-I Plant, 08 P1-A/B/C of Urea-I Plant and P-4801 B/Cof Urea-II Plant on the

envelope work at the rates quoted in the attached Schedule of Rates and in accordance with the

inspection, 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 works within the

specified time in accordance with applications, workmanship and instructions referred to in the Notice

Inviting Tender.

In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself /

ourselves to execute the contract as per the conditions mentioned in the tender document, failing which, I /

We shall have no objection to the forfeiture of the Earnest Money lodged with the National Fertilizers

Limited, Vijaipur.

(Signature of Tenderer with Seal)

Name: ________________________________

Address: ________________________________

________________________________

Place: ________________________________

Date: ________________________________

DECLARATION FORM-II

THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR

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

"In case the Tenderer is registered as Micro/Small/Medium Enterprises under MSMED Act 2006 promulgated by Govt. of India Vide Notification dated 16.06.2006, please indicate the relevant category and also enclose scanned copy of the certificate issued by concerned authorities.

It may also be confirmed if the MSEs owned by SC/ST Entrepreneurs and attach a copy of relevant certificates issued by authorities concerned in support of your claim with the Unpriced Techno-Commercial bid.

Otherwise it will be construed that the party is not registered as per MSMED Act, 2006.

6

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.

7 Account No. in any branch of State Bank of India A/C No & Branch Code

(Signature of Tenderer with Seal)

Name: ________________________________

Address: ________________________________

________________________________

Place: ________________________________

Date: ________________________________