Post on 23-Aug-2018
Page 1 of 74
National Fertilizers Limited
(A Government of India Undertaking)
Vijaipur – 473 111, Dist: Guna (MP), India
(An ISO 9001, 14001 & OHSAS 18001 Unit)
Phone: ++91 (0) 9407222985 Email: nsanadhya@nfl.co.in
Fax: ++91 (0) 7544 273 089 Website: www.nationalfertilizers.com
E-TENDER
(Under TwoPart Bid System)
Tender No: NFVP/M/MPC/ARC-MISC/2016-17 for Miscellaneous Mechanical Maintenance jobs
for the year 2016-17 at NFL Vijaipur
SPECIAL INSTRUCTIONS TO TENDERERS
1. Mode of Tendering:
The VijaipurUnit of National Fertilizers Ltd. (NFL) has decided to line-up Annual Rate
Contract for Miscellaneous Mechanical Maintenance Jobs for the year 2016-17 at NFL,
Vijaipur against this tender through e-tendering mode under TWO PART BIDsystem. The
NIT will be posted on our E-Tender Portal https://nfl.etenders.infrom where the registered vendors
will be able to download the tender documents free of cost for participation in the tender and
submit their bids online. The tender submission, tender closing and opening will be done
electronically and online.
2. NFL has appointed M/s NexTenders (India) Private Limited, Mumbai as its service provider for its
e-Procurement solution. Also, as per IT ACT 2000, use of digital signatures certificate shall be
mandatory for participating in e-tendering process.
3. The procurement shall be made through e-Tendering process. In this process, the tenders shall be
submitted online duly digitally signed and encrypted by the Tenderers using their Digital Signature
Certificate on the website https://nfl.etenders.in.
4. No oral, email, telephonic, telegraphic tenders or tenders submitted in hard copies/ physical form
will be entertained.
5. 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
Page 2 of 74
- 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-Procurement 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.
6. The above Tender will be available on URL https://nfl.etenders.in.Interested Vendors (viz. our
Registered Vendors) 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.
7. Tenders are required to be submitted online duly digitally signed and encrypted by using their
Digital Signature Certificate.
8. Tenderers 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.
9. No amendment to the tender would be admissible under any circumstances, whatsoever after the
closing date and time of receipt of tenders.
10. The Earnest Money Deposit is to be deposited with NFL by way of Demand Draft/Bank
Guarantee/ Online transaction. Though the Vendor is required to upload the scanned image of
DD/BG, however, it may be noted that the DD/BG must reach us before the Price bid opening /
techno-commercial opening (as per tender schedule). In case Vendor fails to submit the requisite
EMD prior to bid opening (as per tender schedule), the offer is liable to be rejected and may not be
opened.
11. The Security Deposit together with EMD/Initial Security Deposit shall be 10% of the contract
value.
Initial Security Deposit (ISD) shall be 2.5 % of the Contract Value which is required to be
deposited within 10 days of the issue of the letter of intent by the successful bidder. EMD shall be
adjusted against SD.
12. 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: ShriH.R.Gupta, D.G.M.– Mechanical
Contact No.: 09464104554
Email: hrgupta@nfl.co.in
ii Name: NirmalChandel, Assistent Manager – Mechanical
Contact No.: 09425354334
Email: nirmalchandel@nfl.co.in
ii. M/s. NexTenders (India) Private Limited, Mumbai (For e-Tender Process/Procedure
related matters)
Page 3 of 74
Technical Support Contact (For Vendors): Name: Desk No. 2
Contact No: 091672 46751
Landline No: 020 – 30187500
Email ID: support.nfl@nextenders.com
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
13. All the vendors participating in the online e-procurement have to abide by the process involved in
the entire workflow of the e-procurement.
14. NFL shall not be held responsible for any mistake made by the vendor at the time of bidding
process. In case any Vendor submits any invalid bid due to any reason whatsoever including
typing mistake/human error, such invalid bid will be disqualified and such vendor shall not be
allowed to further participate in that tender. The remaining process shall be completed considering
the other valid bids.
15. For submitting price bid through e-Auction, the successful Pre-qualified 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-
Procurement Technologies Limited, Ahmadabadon payment of necessary fees.
16. It is mandatory for the vendors to use the digital certificate in all their bidding Process.
17. It is the entire responsibility of the vendors to protect their own login id and Password and keep
their digital certificate safe so that it shall not be misused by any other person.
18. Tender Schedule:
The notice of issue of enquiry and detailed schedule for downloading the NIT documents,
submission of bids, tender closing, tender opening, and subsequent clarification/ amendment in
schedule etc. shall be available on the above mentioned website against this tender.
Tender Schedule is as under:-
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
19. The activity defined for vendors are Download of Tender document, Bids Preparation, Re-
encryption of Online bid and Uploading of bids.
20. During the Download sequence, the vendors who have been invited will be able todownload the
main tender document and the supporting documents.
Sl.No. Tender Stage Date and Time
1 Start Date for Document Downloading ../../2016 1700Hrs
2 End Date for Document Downloading ../../ 2016 1430Hrs
3 End Date for Bid Submission ../../ 2016 1430 Hrs
4 Start Date for Techno-Commercial Bid
Opening.
../../ 2016 1435Hrs onwards
5 Price Bid Opening Date Date shall be informed separately to
all technically suitable bidders
Page 4 of 74
21. During the Bid Preparation and Hash Submission Stage, the bidders who have downloadedthe
tender document during the previous sequence will be preparing their bids andsubmitting their bid
signed hashed online. Additionally, hashes will be generated for eachsingle document (files) that is
committed to be part of the bid. The bids will be preparedand hashes will be generated and signed
envelope-wise. The signatures will be donedigitally using DCs.
22. During Re-encryption of Online Bid sequence the bidders will re-encrypt their bid data andupload
the documents for which hashes have been generated and submitted during thebid preparation and
hash submission stage. The bids will be re-encrypted with the public key of the proprietary key
pair that has been assigned to this tender.
23. Tender Opening:
The tenders will be opened electronically by NFL from Vijaipur Office in the presence of
representatives of Vendors who wish to attend the technical / price bid opening. The submission
ofbids may however be done by vendors from their office or from place of their choice orthey can
visit our Vijaipur Office and use NFL‟s facilities for preparation and submission oftheir bids.
However bids cannot be submitted after the bid submission due date & time asper the schedule.
Price bid of all the vendors who are techno-commercially acceptable shall be openedelectronically.
24. The contract shall be finalized on Overall L-1basis.
25. NFL reserves the right to reject or accept any tender without giving any reason.
26. System failures and remedial measures thereof/course of action to be followed
NFL shall make all out efforts to rectify the problem(s) leading to system failure during thelive
tendering. However in case the system could not be restored within the reasonabletime period as
deemed fit by NFL, the following remedial measures shall be taken undersuch an eventuality:
1 Tender is prepared and released but
vendors 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.
27. Name & Address of the Consignee/Unit:
Chief Manager (Mechanical) I/c
National Fertilizers Limited
Vijaipur-473111
Dist.: Guna(M.P.)
28. Payment Mode:
(i) Payment shall be released by RTGS/NEFT. Successful vendors shall provide the requisite
detailsof their Account No., Name& Branch code of Bank, Acceptance/request for
releaseof payment by ECS/EFT, to the Finance and MechanicalDeptt
ofconcernedUnit/Plant of NFL.
(ii) If any vendor wants payment by way of A/c payee cheque or by way of transferof funds to
their account, the supplier should indicate the local bank accountnumber accordingly to
avail the facility. Such A/c No. will be incorporated in allA/c Payee cheques.
(iii) In case payment by A/c payee Demand Draft is insisted by contractor, the DDcharges shall
be deducted from the payment due to the contractorand the DD shallbe sent through courier
service if available otherwise the same shall be sentthrough speed post. To avoid misuse of
DD during transit, it is suggested thatparties may give their Bank Account No. which will
be optional & the same shallbe incorporated in all A/c payee‟s Demand Drafts.
29. TIN/C.S.T. Nos.
VIJAIPUR: TIN NO.23435002504 CST NO. GNA/1363 DT.25-05-1984
*****
Page 5 of 74
National Fertilizers Limited, Vijaipur
Tender No: NFVP/M/MPC/ARC-MISC/2016-17 for Miscellaneous Mechanical Maintenance jobs
for the year 2016-17 at NFL Vijaipur
Ref. No.: NFVP/M/MPC/ARC-MISC/2016-17 Date:../../2016
____________________________
____________________________
____________________________
Subject: Notice Inviting Tender forAnnual Rate Contract for Miscellaneous Mechanical
Maintenance Jobs for the year 2016-17 at NFL, Vijaipur.
Dear Sir,
e-TENDERS are invited for the work as detailed below:
1. Name of Work Annual Rate Contract for Miscellaneous
Mechanical Maintenance Jobsfor the year 2016-
17 at NFL, Vijaipur.
2. Earnest Money Deposit Tenderer to submit Earnest Money of Rs.1,00,000/-
(Rs. One lakh only) in the form of Demand Draft in
favour of National Fertilizers ltd, Vijaipur payable at
State Bank of India, Bavrikhera Branch (Branch
Code 8455). Tender received without EMD are
likely to be rejected.
3. Cost of Tender Form Tenderer to submit separately Rs. 1000.00 (inclusive
of VAT) in the form of Demand Draft in favour of
National Fertilizers Limited, Bavrikheda, Branch
Code: 8455 as Tender cost.
4. Period of Contract
One year from the date of award of the Contract and
further extendable for three months on the same
rates, terms & conditions at the discretion of NFL
Vijaipur.
5. Estimated Value Rs. 172 Lakh
6. Validity of the Bid 4 (Four) Months from the Date of Opening of
Tender.
7. Last Date & Time for Receipt of
Tenders
../../ 2016 up to 1430 Hrs.
8. Date & Time for Opening of
Tenders
../../ 2016 up to 1435 Hrs.
9. Place of Receipt and Opening of
Tenders
Office of Sr. Manager (Mechanical) MPC
10. You may download the Tender Documents from Open Tender Section of our Website
Page 6 of 74
www.nationalfertilizers.com. In this case Demand Draft of Rs. 1000.00 payable at SBI,
Bavrikheda (Branch Code: 8455) should be reachedbefore opening of price bid.
Tender Documents may also be obtained from undersigned before due date of Tender
submission on submission of Demand Draft @ Rs.1000.00 payable at SBI, Bavrikheda
Branch (Branch Code: 8455) towards cost of Tender Documents (Rs. 50 extra for getting
tender documents through Post).
11. All requests for interpretations / clarifications in connection with the Tender Documents
shall be addressed in writing to the undersigned at least 7 (Seven) days prior to the
closing date of the Tender or in person during office hours on any working day. For any
clarification regarding the tender party may contact Deputy General Manager
(M&C) during office hours (0800 hrs to 1700hrs) and Chief Mgr. (Mech.) Mob:
09109992372.
12. The Tenderer may visit the site, acquaint himself fully of the job and site condition, if
required, and no claim, whatsoever, will be entertained on the plea of ignorance of
difficulties involved in the execution of the work.
13. The rates should be quoted item wise for the complete Scope of Work as per Performa
„Schedule of Rates‟. The rates should be quoted only in the units given in the enquiry
and should be indicated both in words as well as figures. In case of any discrepancy,
the rates quoted in words shall be treated as final. Any corrections made in the prices
shall be authenticated with signatures at all places. The Tenderer shall have to submit the
Schedule of Rates Performa duly filled in, failing which their Price bid will not be
accepted.
14. Incomplete Tenders or Tenders not accompanied with the required details / EMD or
Tenders received late / delayed would be liable to be rejected without any further
reference whatsoever. NFL reserves the right to reject any or all the Tenders without
assigning any reason whatsoever and also do not bind to accept the lowest Tender.
Upload duly digitally signed Tender Document; else your Bid will be rejected.
15. Procedure for submission of bids:
The bidders shall upload duly signed copies of their bids / Documents in the following
manner:
15.1 The bidders shall upload one set of document duly signed on each page as token of
acceptance of all terms and conditions.
15.2 The bidder shall upload scanned copies of (1) Crossed Demand Draft / Bank Guarantee
towards EMD and (2) DD of tender document fees. Original DD/BG should reachDGM
(M&C) before opening of Techno-commercial bid.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.
15.3 Submission of price bid as per "Schedule of Rates"
The price details as per format of "Schedule of Rates" given in Annexure-VI shall be
uploaded by the tenderer / bidder.
15.4 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
bid: DGM (M&C)
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.
16. Procedure for opening of bids 16.1 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 technical / price bid
opening.
16.2 On the scheduled date of opening,EMD and Technical bid shall be opened first.
Page 7 of 74
16.3 All the Technical& Un-priced Commercial Bid and EMD shall be examined.
16.4 Those bids that are found meeting the Eligibility Criteria and the other requirements shall
only be considered for further opening of their price Bids (i.e. Schedule of rates).
16.5 Price Bids of those technical suitable and acceptable bidders only will be opened
electronically on date & time to be intimated later.
16.6 Decision of NFL in this regard shall be final and binding on all bidders
17. The Tenderers should upload the following information along with the Tenders :
17.1 Full particular of their Capacity.
17.2 Address of the OFFICE / WORKS.
17.3 Experience giving in the List of similar jobs carried out by them during the last 7
(Seven) Years.
17.4 The complete Address of the Organizations for which such works have been
executed and also substantiate their claims by furnishing the copy of their credentials.
18. The following documents are to be uploaded with the quotation, failing which the tender
will be liable for rejection
18.1. Declaration forms I & II duly filled.
18.2. An affidavit as per Annexure-I, onnon-judicial Stamp Paper of min Rs. 10.00 duly
attested by Notary.
18.3. Form I, II & III duly filled.
18.4. Proforma No. 1 duly filled
18.5. Performa No. 1 related to Eligibility criteria as per Annexure-II.
18.6. Integrity Pact as per Annexure-VII.
18.7. Check list as per Annexure-III.
18.8. Unpriced SOR alongwith technical Bid as per Annexure-VI.
18.9. Priced Bid separately as per Annexure-VI.
18.10. Copy of the PAN Card, Documentary Proof for Service Tax No, Code
No./Accounting Code.
18.11. Blank cancelled cheque for bank A/c particulars etc.
18.12. Power of attorney in the Name of the Person, who has signed the Tender
Document
18.13. If a Tenderer has relations whether by blood or otherwise with any of the
employees of NFL, the Tenderer must disclose the relations in the form of a
Declaration attached at the time of submission of Tender, failing which NFL shall
reserve the right to reject the Tender or rescind the Contract.
19. All the pages of the Tender shall be initialed at the lower right hand corner and signed,
wherever required in the Tender Documents, by the Tenderer or by a person holding
Power of Attorney authorizing him to sign on behalf of the Tenderer before submission of
the Tender. All corrections & alterations in the Tenders shall have to be signed by the
Tenderer with date. No erasing or overwriting would be permissible.
Subsequent withdrawal of offer/non-acceptance of orders placed based on the offer
submitted by them will not be entertained on the ground that the offer was not signed by
the authorized person.
20. This letter shall form part of the contract document and shall be signed and uploaded
along with the Tender Documents.
21. The Tender shall be addressed to Deputy General Manager (Mech. & Civil), National
Fertilizers Ltd., Vijaipur-473 111, Dist. Guna, (M.P.).
22. Tenderer shall confirm in their quotation the acceptance of all terms and conditions
of NIT including scope of work, failing which the offer is likely to be rejected.
23. “If a tenderer resorts to any frivolous, malicious or baseless complaints / allegations
with an intent to hamper or delay the tendering process or resorts to canvassing /
rigging / influencing the tendering process, NFL reserves the right to debar such
Page 8 of 74
tenderer from participation in the present/ future tenders upto a period of 2 years.”
24. No condition or deviation should be mentioned by tenderer in Price Bid. Offers where the
party has mentioned any condition or deviation in Price Bid shall be out rightly rejected
25. Bidder shall read policy for Micro & Small Enterprises (Annexure-IX) and completely
fillAnnexure-X &Annexure-XI related to MSMED.
26. “Bidders note that as per GOI notification in Section-II-subsection 3(ii) order dated 23.03.2012 at page 17 clause S.O. 581(E) shall not be applicable for this tender as the contract cannot be split in ratio of 80:20 between two or more parties at the same site”
27. One person will be allowed to represent only one company during discussion/negotiation
with NFL. If same person is representing different companies with authorization letter
from more than one company, such person will be allowed to represent only the first
company called for negotiation.
28. Following documents are a part of the tender.
E-tender Documents.
NIT letter (Current Documents)
Annexure-I (Format for Affidavit)
Annexure-II (Eligibility Criteria)
Annexure-III (Technical Terms and Conditions)
Annexure-IV (Definition of terms)
Annexure-V (General Terms and Conditions)
Annexure-VI (Schedule of Rates / Price Bid Format)
Annexure-VII (Integrity Pact Format)
Annexure-VIII (Check List)
Annexure-IX, X & XI (MSMED)
Form- I, II & III and Proforma-I
Thanking you,
Yours faithfully,
for M/s. National Fertilizers Ltd.
(N. Sanadhya)
Dy. General Manager (M&C)
E-mail: nsanadhya@nfl.co.in
Phone: 09407222985
Enclosure: Tender Documents & Schedule of Rates
Page 9 of 74
Annexure-I
Affidavit
We ____________________________________________, hereby under take our
associates/sister concerns etc has not been black listed or put on holiday by nay
institutional agency/ Government Department/ Public Sector Undertaking in the last two
years for participating in the tender
We also undertake that no other firm/sister concerns/ associates belonging to the same
group is participating /submitting tender for the job against this NIT.
Authorized Signatory
Attested by
***
Page 10 of 74
DECLARATION FORM-I
Quotation No.:________________________ Date: ___/___/_____
Dy. General Manager (M&C)
M/s. National Fertilizers Limited
Vijaipur-473 111
District Guna, Madhya Pradesh
Subject: Tender for ARC for Miscellaneous Mechanical Maintenance jobs for the year 2016-17at NFL, Vijaipur.
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 ARC for Miscellaneous Mechanical
Maintenance jobs for the year 2016-17at NFL, Vijaipurwork 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.
I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera branch, Branch Code: 8455.
Details of my/our Bank A/c No. is as under:
A/c No. in any Branch of SBI: ________________________________________
Name & Address of the Branch: ________________________________________
Branch Code: ________________________________________
IFSC Code ________________________________________
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: ________________________________
Page 11 of 74
DECLARATION FORM- II
THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR
Sr. Description
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.
YES / NO
(If Yes, give the following details)
Name &
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 Number
4 Service Tax Registration No. (Documentary proof to be attached)
5
In case bidder 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 Un-priced Techno-
Commercial bid.
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.
Otherwise, it will be construed 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.
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
(Signature of Tenderer with Seal)
Name: _______________________________
Address: _______________________________
_______________________________
Place: ________________________________
Date: ________________________________
Page 12 of 74
Annexure -IX
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.
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.
Page 13 of 74
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.
Page 14 of 74
Annexure -X
„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.
Page 15 of 74
Annexure–XI
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.
Page 16 of 74
FORM-1
The offer against the subject job shall be submitted by the Contractors/Firms/Companies along with the
following information /documents complete in all aspects:-
1 Name of Applicant/Firm/Company i)Nationality ii) Full Address
2 Company Profile
A Whether i) Private Limited Company ii) Un-divided Hindu
Family/Individual iii) Partnership Firm (Please attach certified copy
of partnership deeds/articles of association and memorandum of
association and power of attorney who is signing documents on
behalf of applicant/firm/company).
B Year of Establishment
C Name of Bankers and their full address. (Solvency Certificate to be
submitted for 30% value of the estimate value and it should not
have been obtained prior to six months from the date of bid
submission)
D Details of Equipment/ Machinery/Tools etc. owned by the Firm.
(attach separate sheet)
E Details of Staff Working with the Firm (attach separate sheets)
F Place of Business.
3 Provident Fund Code No. (duly certified copy to be enclosed)
4 Sales Tax/CST Registration No. (duly certified copy to be enclosed)
5 Details of LabourLicence(duly certified copy to be enclosed.)
6 Income Tax Permanent Account Number (PAN) (duly certified copy
to be enclosed.)
7 Service Tax Registration Number (duly certified copy to be
enclosed)
8 Annual Turnover during the last three financial years (Certified copy
of P&L Account and Balance Sheet etc. to be enclosed.).
9 List of works executed (Details to be provided as per attached
Performa-2)
10 Has the applicant or any of his partner or shareholders been black
listed or delisted or put on holiday list from the approved list of
contractors or demoted to lower class or Order passed,
banning/suspending business with the Applicant etc. by any Deptt, in
the past? If Yes, please give the details.
11 A list of those persons who are working with the Applicant in any
capacity and who are near relatives to any of the employees of the
Owner (NFL) or in the Ministry/Department should be submitted
(Names are to be intimated if employment given to such persons at
later date).
12 Declaration by Contractors:
All the information filled herein and attached hereto are true to the best of my knowledge and
belief. It is further certified that I/We will not get myself/ourselves registered under more than one
name.
Note: Please attach separate sheets for the details, wherever, necessary.
Signature of authorized person of the Firm/Company with seal
Page 17 of 74
Form-II
Interested party is to submit the following with signed documentary proof.
S.
No.
Description Details of the Number
1 PF registration No.
2 PAN (Income Tax Permanent Account
No.)
3 a) Service Tax Registration No.
b) Accounting Code No.
c) S.T. Code No.
4 Labour License No. (In general)
Labour License No. (Madhya Pradesh)
5 Year in which the party was established
Signature of the Contractor with Seal
Page 18 of 74
Form -III
Offer shall be submitted by the interested party along with the signed documentary proof of the
following.
S. No. Description Status Remarks
1 Certified copy of last 3 year‟s
P&L account
Yes/No.
2 Employer of the party is whether
related with any NFL employee or
not. If yes, give the details.
Yes/No.
3 Bank reference/Bank solvency
certificate on Performa enclosed as
Performa-I. (Solvency Certificate to
be submitted for 30% value of the
estimate value and it should not
have been obtained prior to six
months from the date of bid
submission)
Yes/No.
4 Is the party enlisted / prequalified
with any other Govt. Deptt./Public
Ltd. Company? If yes, give the
details with the documentary
evidence.
Yes/No.
5 Financial capability of the party
with balance sheet (Copies of
audited balance sheets of last three
years to be attached)
6 Status of the party (whether Pvt. /
partnership / Public Ltd.,
partnerships deed/article of
association.)
Signature of the party/Contractor with seal
Page 19 of 74
PROFORMA NO. –1
BANK REFERENCE LETTER/SOLVENCY CERTIFICATE
(On Bank’s Letter Head)
Certified that M/s ………………………………………………………………at (address)
……………………………………………………………is having an account in our bank as per
following particulars:-
1. Type of Account : Cash-Credit/Current/Savings
2. Bank Account No. …………………………………
3. Solvency limit inRs. ………………
4. Since when holding Account? …………………………
5. Financial Standing & Soundness : .SOUND/POOR
6. Dealing & Conduct of the Party : Satisfactory/Un-satisfactory
7. Any other comments ………………………………………………
This is issued on the request of M/s ………………………………………………………...
for submission to M/s. National Fertilizers Limited, Vijaipur, Distt. Guna (MP)
(Signature of Bank Manager)
Date :
Place :
Seal :
Page 20 of 74
Annexure - II
ELIGIBILITY CRITERIA FOR ARC FOR MISCELLANEOUS MECHANICAL MAINTENANCE JOBS FOR THE YEAR
2016-17AT NFL VIJAIPUR
I. Technical criteria
1. The bidders should have executed similar work employing the same technology, nature of job
and skill based on similar experience as defined in Tender Documents i.e Scope of work and
Schedule Of Rates (but quantities can vary) in Fertilizers, Refineries, Petro chemicals, Gas, Power
and other process industries with consumables either in their or customer scope.
2. Experience of having successfully completed similar works during the last seven years ending on
30.06.2016 should be either of the following:
i. Three similar completed works costing each not less than Rs. 35.0 lakh (excluding taxes).
(OR)
ii. Two similar completed works costing each not less than Rs. 48.0 lakh (excluding taxes). (OR)
iii. One similar completed work costing each not less than Rs. 75.0 lakh (excluding taxes).
II. Financial criteria
1. Average Annual Financial Turnover during last three years ending 31st March of the previous
financial year i.e 31.03.2016 should be at least Rs. 51.6 lakh.
III. Documents to be submitted in support of eligibility criteria
1. Self-attested copies of Purchase/Work orders in support of Clause I.1 & I.2 of the technical
criteria with full technical & commercial details including work order value along with the
completion certificate from the concern organization regarding the satisfactory performance
indicating the contract period, executed value and date of completion
Relevant Experience is to be taken for one year period. If the contract period of the completed
work order is more than one year then the Contract should be intra-polated for one year
2. Self-attested copies of Audited Balance sheet for the last three years ending on 31st March of the
previous financial year i.e. 31.03.2016 in support of Clause II.1.
Note:
The details of the documents being submitted by the bidder with respect to the above eligibility criteria
shall be clearly mentioned in the Performa No 1.
Page 21 of 74
Performa No 1
Documents submitted with respect to the eligibility criteria
I. Document with respect to the technical criteria The work order and completion certificates have been submitted by me/us as detailed below
S.No Description
1 Work Order Ref. No& Date
Name of Company/customer
Contract Value
Contract Period
2 Work Order Ref. No& Date
Name of Company/customer
Contract Value
Contract Period
3 Work Order Ref. No& Date
Name of Company/customer
Contract Value
Contract Period
4 Work Order Ref. No& Date
Name of Company/customer
Contract Value
Contract Period
5 Work Order Ref. No& Date
Name of Company/customer
Contract Value
Contract Period
II. Documents with respect to financial criteria
1. Audited balance sheet for the year 2013-14
2. Audited balance sheet for the year 2014-15
3. Audited balance sheet for the year 2015-16
Signature of the tenderer with seal
Page 22 of 74
TENDER DOCUMENTS
FOR
ANNUAL RATE CONTRACT
FOR
MISCELLANEOUS MECHANICAL MAINTENANCE JOBS
FOR
THE YEAR 2016-17
AT
N.F.L., VIJAIPUR
VIJAIPUR UNIT
MECHANICAL DEPARTMENT
Page 23 of 74
Annexure-III
Technical Terms & Condition
I. Scope of Work: 1. The Scope of Work includes but not limited to the following:
1.1. Opening of Flanges, Blind Flanges, Manhole Covers, Handhole Covers, Flat End Cover of Heat Exchangers and lowering to the floor or ground level as per instruction of Engineer In-charge. Cleaning, repair and polishing of gasket sheets, lapping of ring gasket, lubricating nuts & bolts and boxing up as & when desired by the Engineer In-charge.
1.2. Removal of valves from installed position, shifting to floor or ground level, shifting to Workshop, if required, cleaning & repairing, polishing of gasket sheets, cleaning & lubrication of nuts & bolts and re-installation. In case a new valve is to be installed in place of the old one, then arranging the new valve from stores or any other place as told by the Engineer In-charge and cleaning its gasket faces etc.
1.3. Fabrication of pipe line (CS, AS & SS) including handling, Gas cutting, edge preparation by grinding, fit-up welding & Heat Treatment as per standard Engineering Codes & Practice and finally Hydro-testing up to the required Test Pressure. Alloy Steel welding is to be done by IBR qualified Welder if required.
1.4. Fabrication of Miter Bends, Reducers, Tees including cutting, edge preparation, welding etc, as per standard Engineering Codes & Practices.
1.5. Erection of Pipe Line as per supplied drawing or as per instruction of Engineer In-charge, including erection of necessary pipe supports & saddles, boxing up of all flanged joints, shifting from Workshop or stores to job site & shifting of balance material from site to Workshop or stores.
1.6. Dismantling of pipe line including pipe supports, as per instructions of Engineer In-charge, including gas cutting, dismantling and removal of old piping, shifting the same to store/yard of workshop.
1.7. Structure fabrication, including but not limited to handling, drilling gas cutting, grinding, bolting and welding of steel structure elements comprising of angles, channels, I-beams, rounds and plates of various sizes and thickness.
1.8. Dismantling of structure by opening bolts, gas cutting, removing and shifting to main stores/scrap yard.
1.9. Erection of steel structure as per supplied drawings or as per instructions of Engineer In-charge, including drilling, bolting and welding wherever required. Shifting of material from stores/workshop to site & shifting of balance material from site to stores/workshop.
1.10. Opening and boxing up of Safety Valves including transportation to NFL Workshop for repair and bringing back in position after repair. Reconditioning/Repair/Testing etc. required is in NFL's scope, while scaffolding arrangement, cleaning of gasket faces, lapping and cleaning of bolts & nuts are in Contractor’s Scope.
1.11. Opening & Boxing up of Dish End of Heat Exchangers. Opening of connected pipe flanges and accessories, slip plating, lowering of Dished End, cleaning & repair of gasket seat, lapping etc., assembling back, finally leak testing.
1.12. Replacement of Tube Bundle of Heat Exchangers. Opening and boxing up of connected pipe flanges and accessories, removal of Heat Exchanger from position, replacing tube bundle after opening Dish Ends & Floating End. Re-assembling, restoring pipe connections and accessories and testing of Heat Exchanger up to the desired pressure.
1.13. Attending leakages for steam, water, air, gas, process fluid etc. Job includes gas cutting, grinding, welding, assistance in DP Test and fixing of feed plate/clamp if necessary.
1.14. Replacement of Suction Filters of GTG / GTG PAC as per the instruction of Engineer In-charge. Job includes the removal of old Suction Filters, cleaning/washing of filter as per the instruction of Engineer In charge, and then installation of new/washed Suction Filters.
Page 24 of 74
1.15. Supply of Contract Labour for unplanned / unforeseen Plant breakdown or shutdown jobs.
1.16. To assist NFL Employee in executing various Mechanical Maintenance jobs in routine day to day Maintenance of various Plant in General shift & central shift or in Shift Duty in various Plants.
1.17. Maintenance of Belt Conveyors System, Conveyor Belts, Weighing cum Tripping Machine, De-dusting Blowers and De-lumbers as per the detailed Scope of Work mention in the Schedule of Rates.
1.18. Load Testing of various Lifting Tools & Tackles which includes Testing of EOT Cranes, Testing of Chain Pulley Blocks and Reconditioning of Chain Pulley Blocks if required.
1.19. Any Scaffolding arrangement required against the Item rates shall be in Contractor’s Scope.
1.20. To get issued material from Stores, shifting to site & return of balance material if any to Stores.
1.21. The Contractor shall be responsible for final clearance of the site of work after completion of entire Maintenance work. In case of non-clearance by the Contractor, NFL has a right to recover the cost of the same from the Contractor.
1.22. The Contractor shall deploy/maintain adequate number of workforce for smooth running and timely completion of the job.
1.23. All Dimensional Measurements should be properly recorded by the Contractor & complete Record to be submitted to Engineer In-Charge after completion of the work.
1.24. Contractor shall provide personnel and any other necessary items, for the purpose of inspection & measurement at his own cost.
II. Time Schedule:
1. Agreement: The Contractor’s responsibility under this contract will commence from the date of issue of the Letter of Intent / Work Order. 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 Rs.1000.00 at Vijaipur, within 10 (Ten) days of date of issue of the Work Order or before start of work 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 NFL.
2. Contractor shall Mobilize at site within 10 (Ten) days of award of the Work Order. However, if the necessity arises Contractor may have to mobilize at site within 3 days of the award of the Order.
3. The Contractor shall execute each job against Sub Work Order to be issued byconcerned Section In-charge within the mutually agreed time schedule to be recorded on Sub Work Order.
For jobs of critical nature, separate time bound sub-work order will be issued by Engineer In-
charge. The Contractor must adhere to such time schedule.
4. Extension of time to the extent the work has been held up will be granted by the Engineer In-charge on a request to be made by the Contractor before the expiry of the initial mutually agreed time schedule. The extension of time allowed by the Engineer In-charge will be final and binding. No extension of time shall be given for delay, if the cause of delay is attributable to the Contractor.
III. Technical Terms & Conditions:
1. Contractor’s Scope:
1.1. General Tools like open end/ring spanners/slugging wrench up to 50 mm size, slide wrenches, Pipe wrenches, Screw drivers, Chisels, Hammers, Hacksaw, Punch, Tin cutters, files etc.
1.2. Technically sound and experienced Supervisor for the supervision of work.
1.3. Construction of Store cum office inside the factory premises on the space provided by NFL.
Page 25 of 74
1.4. All the workmen of the contractor deployed against the contract by the contractor must bear Safety Helmets and this is the sole responsibility of the contractor to provide Safety Helmets to their workmen, supplied by them.
1.5. 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.
1.6. To & fro Local Travelling of their staff and workers from work site to their place of stay.
1.7. Shifting of material, including scrap, from Central Stores to Site & vice versa.
1.8. The necessary security arrangements, at his own cost, for his office & stores, to ensure safety of all equipments / material.
1.9. To maintain minimum two Hand Trolleys of his own for shifting of materials.
1.10. Scaffolding arrangement shall be made by Contractor as per requirement even if not indicated in scope of work of any item, no extra cost shall be paid on this account.
2. NFL’S SCOPE:
2.1. The NFL shall provide the following required for carrying out the job against the ARC free of cost:
2.1.1. All spares, bolts and nuts, gaskets and consumables like electrodes, gases etc. required for the execution of work.
2.1.2. All tackling material like chain pulley blocks, jacks, pullers, jigging material and Spanners above 50 mm etc. for execution of work.
2.1.3. Construction aids like Cranes, Tractor Trolley, Fork Lift etc. depending upon the availability. The requirement of construction aids will be decided by Engineer In-charge of the contract and his decision in this regard shall be treated as final. However, Contractor has to maintain minimum two Hand Trolleys of his own.
2.1.4. Special jigs & fixtures required for the job. If any jig or fixtures are required to be fabricated for the execution of work, it shall be fabricated by the Contractor without any additional charges. However, structural steel required for fabrication of jigs and fixtures will be supplied by NFL free of cost.
2.1.5. Scaffolding material required for the execution of work, depending upon the availability.
2.1.6. Any machining, drilling etc. required for the job shall be carried out in NFL workshop free of cost.
2.1.7. Welding machines, Gas Cutting Sets, welding lead etc. required for execution of work.
2.1.8. Lighting arrangements for the smooth execution of the job, as per requirement.
2.1.9. Space inside the factory premises for Store cum Office construction.
2.1.10. Hand Lamp (24V) for Lighting inside the Closed Vessel area as per requirement.
2.1.11. Compress Air, Construction Water, Construction Power, etc. as per requirement.
2.1.12. Special Personal Protective Protective/Safety equipments except Helmet, Hand gloves, Full Body Harness Safety Belts, Face shields shall be provided by NFL free of cost as per the need of the job
2.2. However, following shall be provided by NFL on chargeable basis:
2.2.1. Lodging for Contractor’s staff and workmen, if required, subjected to availability.
2.2.2. Medical facilities, as available in NFLHospital.
3. Execution of Work:
3.1. The work shall be executed strictly in accordance with the terms & Conditions laid down in this tender documents such as:
3.1.1. Technical Terms & Condition (Annexure-III)
3.1.2. General Terms & Conditions of the Contract (Annexure-V)
Page 26 of 74
3.1.3. Schedule of Rates (Annexure-VI)
3.2. Drawings, documents, details supplied by Engineer In-charge from time to time.
3.3. Relevant Indian Standard Specification and International Standards, Codes of Practice etc., whether specifically mentioned in the Tender Document or not.
3.4. The Contractor may have to execute the work in co-ordination with the other agencies, depending upon the requirement, in order to reduce overall down time. For such job the detailed program will be conveyed to Contractor in advance. You will execute your work in such a manner so as to cause least interference in the work of other agencies. No claim, whatsoever shall be entertained as additional cost for any such conditions by NFL. The Engineer In-charge will co-ordinate the activities of the various agencies & the Contractor shall adhere to the instructions of Engineer In-charge in this regard.
3.5. The Contractor will maintain sufficient working staff as well as supervisors. He will increase the staff adequately depending upon the quantum of job from time to time.
3.6. The approximate requirement of fabrication group at a time will be four. However the contractor should have required fabrication group to meet the requirement of all sections of the plant and ensure the timely completion of jobs without disturbing the jobs of other sections.
3.7. Work shall be carried out strictly in accordance with the schedule of Rates.
3.8. If at any time in the opinion of Engineer In-Charge, the Contractor has fallen behind the Schedule, the Engineer In-Charge may, without any extra cost to NFL, take remedial measures as required to improve the progress such as but not limited to:
3.7.1. Employ overtime operations.
3.7.2. Increase the number of shifts.
3.7.3. Work on Sundays and holidays.
3.7.4. Increase his resource deployment
The Contractor in such case shall demonstrate the manner as to how he proposes to adhere to the
Schedule and make up the lost time in a period to be specified by NFL.
3.9. All the rates wherever required shall include shifting charges for the material required to be brought from main stores for execution of work and shifting the unused & old material to main stores or place indicated by Engineer In-charge.
3.10. It will be mandatory for each Contractor to maintain sufficient manpower for item rate jobs and there should be no constraint for non-completion of jobs because of manpower. Manpower may be increased depending upon the requirement of jobs. Apart from maintaining sufficient manpower, the Contractor shall supply additional manpower as per requirement as asked by Sectional Heads.
3.11. During monsoon and at other time, it shall be the responsibility of the Contractor to keep the work site & stores free from water & ingress of moisture at his own cost. No compensation for any damage due to rain, storm etc., during execution of work, shall be made by NFL.
3.12. The work under the Contract may be split / distributed among two or three Contractors at the discretion of NFL.
4. Penalty:Adhering to time schedule is of paramount importance. The Contractor shall complete the work within the specified time. In the event of failure, mutually agreed damages @ 1.0 % of the value of the sub work order per day or part thereof subjected to maximum of 10 % of the value of the sub work order will be leviable.
5. Measurement of work:
All measurement shall be in metric system. All the works in progress will be jointly measured by the
representative of Engineer In-charge and the Contractor’s authorized agent, as per the relevant
standard/method outlined in the special, General Terms & Condition of the contract. Such
measurement will be got recorded in measurement book by the Engineer In-charge or the authorized
representative and signed in token of acceptance by Contractor or his authorized representative.
Page 27 of 74
Annexure-IV
NATIONAL FERTILIZERS LIMITED
DEFINITIONS OF TERMS
In the contract documents herein defined where the context so admits, the following words and
expression will have the meanings assigned to them respectively:
1. "The OWNER" means the NATIONAL FERTILIZERS LTD., incorporated in India, having
its registered office at SCOPE COMPLEX, Core No-III, 7, Institutional Area, Lodhi Road,
New Delhi-110003.
2. The "ENGINEER-IN-CHARGE" shall mean the person designated as such by NFL and shall
include those who are expressly authorized by him to act for and on his behalf for operation of this
contract.
3. The "WORK" shall mean the works to be executed in accordance with the contract or part thereof
as the case may be and shall include all extra, additional, altered or substituted works as required
for purpose of the contract.
4. "CONSTRUCTION EQUIPMENT" means all appliances and equipment of whatsoever
nature for the use in or for the execution, completion operation or maintenance of the work
unless intended to form part of permanent work.
5. "SITE" means the areas in which the work is to be performed by the Contractor and shall
include a part or portion of the site on which the permanent work is proposed to be
constructed.
6. The "TENDER DOCUMENTS" shall consist of Short Tender Notice, General Instructions
to the Tender, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, Time Schedule Tender Form, Performa or Agreement Form
Schedule of Rates, and Addendum/Addenda to Tender Documents.
7. "THE CONTRACTOR” means may person or persons or firm or company whose Tender
has been accepted by NFL with the concurrence of the Owner, and the legal personal
representatives, successors and permitted assigns of such person, persons firm or company.
8. The "CONTRACT" shall mean the Agreement between NFL and the Contractor for the
execution of the works including therein all contract documents.
9. The "SPECIFICATIONS” shall mean the various Technical specifications attached and
referred to in the Tender documents. It shall also include the latest addition of relevant
Indian Standard Specifications published before entering into contract.
10. "The DRAWINGS” shall include Maps, Plans and Tracings OR Prints thereof with any
modifications approved, in writing by the Engineer-in-charge and such other drawings as
may, from time to time, be furnished or approved in writing by the Engineer-in-charge.
11. The "CONTRACT DOCUMENTS" shall consist of Agreement, Tender documents as
defined in Clause 6, 7 & 8 above, Acceptance of Tender and further amendments.
12. The "ALTERATION ORDER" means an order given in writing by the Engineer-in-charge to affect
additions to or deletion from and alterations in the works.
13. The "COMPLETION CERTIFICATE" shall mean the Certificate to be issued by the
Engineer-in-charge when the works have been completed to his satisfaction.
Page 28 of 74
14. The “FINAL CERTIFICATE” in relation to a work means the Certificate issued by the Owner after
the period of liability is over.
15. The "PERIOD OF LIABILITY” in relation to work means the specified period from the
date of issue of Completion Certificate upto the date of issue of Final Certificate during
which the Contractor stand responsible for rectifying all defects that may appear in the
works.
16. „ZERO DATE‟ shall mean the date of issue of LETTER OF INTENT (LOI) or issue of
WORK ORDER, whichever is earlier.
17. "GTC" means General Terms & Conditions of Contract.
18. Technical Terms and Conditions & Special Terms and conditions are succeeding to GTC. Any clause under
different head shall be succeeded by clause in the succeeding head.
Page 29 of 74
Annexure-V
GENERAL TERMS & CONDITIONS:
1. Interested Tenderer, after studying all the tender documents carefully, may obtain necessary clarifications, if any, in writing before tendering. The Contractor should satisfy himself with the site conditions prevailing at the place of work. Submission of tender implies that the Tenderer has obtained all the clarifications, required and shall be deemed to have appraised himself of all the ground conditions at site including weather conditions. 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 Bidder may visit the site and shall acquaint himself fully and thoroughly with the conditions and
limitations including scope, requirement and official/statutory regulations, under which conforming
to which and subject to which, services/work are to be performed by him. Failure to comply with
the aforesaid requirements will not relieve the bidder of his obligations in the event of his tender
being accepted nor will any claim whatsoever be entertained on the plea of ignorance or
overlooking.
The Bidder shall give undertaking that the terms and conditions of NIT and other aforesaid
conditions are acceptable to him without reservations and no deviations to NIT have been taken
while making the offer
Unless otherwise specifically stated in his bid, it will be assumed that all terms and conditions of NIT are
accepted by the bidder without any reservations whatsoever.
3. 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.
4. Signing of Integrity Pact: Bidder shall sign the Integrity Pact as per Annexure–VII, which is an integral part of the tender documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be rejected. Details regarding the integrity pact can be viewed on our website www.nationalfertilizers.com. Bidder is requested to submit the signed copy of the integrity pact alongwith their bid, with the signatures of witnesses. On receipt of the same with the bid, NFL representative shall sign the same and a copy shall be provided to the bidder,
5. The following tenders will be liable to summary rejection:
5.1 Tenders submitted by Tenderer who resort to canvassing.
5.2 Tenders, which do not fulfill any of the conditions, laid down in the Tender Documents or are incomplete, in any respect.
5.3 Tenders not accompanying the required details / Earnest Money.
5.4 Tenders received late / delayed.
5.5 Tenders, which contain uncalled for remarks or any alternative additional conditions.
6. 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 submission of Tender failing which NFL shall reserve the right to reject the Tender or rescind the Contract.
7. 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 jobs to work round the clock as per our requirement to be decided by the Engineer In-Charge and the Contractor should take this aspect into consideration for formulating his rates and quotation. No extra claim / overtime shall be paid on this account.
8. Validity of Contract:
Page 30 of 74
8..1 The contract shall remain valid for a period of12 (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 7 days would be given for starting the job but the Tenderer should be able to mobilize within 24 hours, if the necessity so arises.
8..2 The contract can further be extended for a period of three months on the same rates, terms & Conditions, on the discretion of NFL.
9. Quantum of Job:
9..1 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 to be executed against the contract.
9..2 The rate shall remain firm for any increased or decreased quantities.
9..3 If the Contractor is unable to execute the work and any loss is incurred by the Contractor in this respect, it will be to the Contractor’s account. The Company may also terminate the contract after giving a three days notice, if in its opinion; the work under the contract is not being done to its satisfaction. The Company will also have right to get the job done by a third party at the risk and cost of the Contractor till the expiry of period of the contract and debit the cost plus 25% to the contractor.
9..4 Contractor is supposed to quote for complete items of Schedule of Quantities and Rates. NFL reserves the right to reject the incomplete tenders.
9..5 NFL reserves the right to interpolate the size of items of work that falls in between items of lower and higher sizes.
9..6 NFL reserves the right to reject the tender of the party if the quoted rates are not workable or if there is any deviation from the terms and conditions of NIT.
10. Escalation in Rates:
10.1. Rates quoted by the Contractor will be firm till the currency of the contract and will not be subjected to escalation irrespective of any increase whatsoever in material cost etc. The tenderer shall quote their rates inclusive of all taxes & duties excluding Service Tax. No request for increase / decrease or inclusion of any taxes shall be entertained afterwards
10.2. It shall be duty of the Contractor to pay the Minimum Wages to its employees as specified by the Govt. from time to time.
The rates quoted by the Contractor/ Tenderer will be firm during the Contract period including
extension (if any) and will not subject to escalation/de-escalation irrespective of any increase
what so ever, except any increase in minimum wages as directed by the Govt. of Madhya
Pradesh (after notification of the Govt.). The escalation/de-escalation in wages, if any, will be
reimbursed as per following formula:
Billed Amount x 0.65 x (escalated/de-escalated minimum wage of Unskilled labour – wage of
Unskilled Labour at the time of Bid opening)
Wage of Unskilled Labour at the time of Bid opening
11. Earnest Money Deposit:
The Tenderer should make a deposit of Rs. 1,00,000/- (Rs. One lakh only) as Earnest Money Deposit and
Rs. 1000 (Rs. One thousand only) as tender cost (even if downloaded from web site) in the form of an
A/c. Payee Demand Draft, drawn on State Bank of India in favour of "National Fertilizers Limited,
Vijaipur" payable at Bavrikhera (Branch Code: 8455). The Earnest Money shall not be accepted in any
form other than specified above.
Alternatively EMD and Tender cost may be submitted through Online transaction in favor of National
Fertilizers Limited, Vijaipur and submit relevant documents along with the Bid.
Page 31 of 74
Details for on line transaction are as given below:
Name of Bank: State Bank of India, Bavrikhera Branch
Branch code: 8455, Bank A/c. No.: 10346673311, IFSC Code: SBIN0008455
Earnest money shall not be accepted in any form other than specified above.
Earnest Money deposited against any other NIT shall not be adjusted against this NIT
On acceptance of the tender, earnest money will be treated as part of the security deposit. No interest
will be payable on the earnest money.
NFL will return the earnest money, where applicable, to every unsuccessful tenderer after the
finalization of award of work. No interest shall be paid on the said earnest money deposit.
12. Security:
12..1 The Security Deposit together with EMD/Initial Security Deposit shall be 10% of the contract value.
12..2 Initial Security Deposit (ISD) shall be 2.5 % of the Contract Value which is required to be deposited within 10 days of the issue of the letter of intent by the successful tenderer. EMD can be adjusted against SD
12..3 In case the work is split between two or more parties, ISD shall be deposited based on the value of the contract
12..4 Security Deposit (S.D.)@ 7.5% of the bill value shall be deducted from the Running Bill of the Contractor so as to make the total recovery for Security Deposit @ 10% (including I.S.D. & E.M.D.) of the gross value of work done. E.M.D. shall be considered as part of the S.D. Alternatively, Performance Bank Guarantee from any Nationalized / Scheduled Bank may be submitted for 10% of the contract value valid upto the expiry of Defect Liability period + six months claim period. The Performance Bank Guarantee shall be valid till the expiry of defect liability period.
12..5 Any amount recoverable from the contractor shall be deducted from security deposit
12..6 The Security Deposit shall be refunded after expiry of Defect Liability / Guarantee Period. No interest shall be paid on E.M.D., I.S.D. and S.D.
13. Billing Procedure for Works in Progress:
13..1 Measurement and Billing: All measurement shall be in Metric System. All the works in progress will be jointly measured by the representative of the Engineer In-Charge and the Contractor’s authorized agent, as per methods outlined in the General and Technical Conditions of the contract. Such measurements shall be got recorded in the measurement book by the Engineer In-Charge or his authorized representative and signed in token of acceptance by the Contractor or his authorized representative. The Contractor will submit abill in approved proforma in triplicate to the Engineer In-Charge of the work giving abstract and detailed measurements for the various items executed during a month before expiry of the 1st week of the succeeding month along with the copy of the following documents and all other documents to comply with the statutory requirement .
13.1.1. Self attested copy of the PF Challan
13.1.2. Self attested copy of the separate ECR with respect to PF deposit
13.1.3. Indemnity letter regarding PF dues in the prescribed format
13.1.4. Self attested copy of the wage sheet
13..2 Running Account Payments: All running account payments shall be considered as advance payment against the final bill payment and not as payments for work actually done.
13..3 Completion Certificate/Final Bill:The Engineer In-charge shall normally issue to the Contractor the completion certificate within one month after receiving an application thereof from the Contractor after verifying from the completion documents and satisfying himself that the work
Page 32 of 74
has been completed in all respects in accordance with the instructions, specifications of contract documents. The Contractor after obtaining the completion certificate is eligible to present the final bill for the work executed by him. The final bill shall be prepared on the basis of the final measurements entered in the measurement books / sheets. The final bill shall be prepared in the prescribed proforma with reference to the total work covered by the contract. Such bill to be drawn up applying the applicable rates specified in the schedule of rates to the relative measured quantities. The final bill shall also include all additional claims of the Contractor and considered as conclusive. The final bill, complete in all respects, shall be submitted by the Contractor within one month of the completion of work. No further claim shall be allowed by NFL after this period
The following documents and documents to comply with statutory requirement shall be
submitted along with the final bill apart from the documents to be submitted with RA Bills
13.3.1. Under taking against the compliance of the labour laws in the prescribed format
13.3.2. No claim certificate in the format approved by NFL
13.3.3. Copy of the Form 19 (or) Form 13 of employees send to PF office
13..4 Final Certificate: Within 15 days of Contractors application made after the expiry of the period of defect liability provided in clause 13 here of satisfaction of all liabilities of the Contractor in respect there of the Engineer In-charge that the Contractor has performed the obligations in respect of the defect liability period and until issue of such final certificate, the contractor shall be deemed not to have performed such liabilities, not withstanding issue of completion certificate or payment of the final bill by NFL.
14. Period of Defect Liability: Tenderer will stand guarantee against the defective workmanship and premature failure for a period of 12 months from the date of completion of work. 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. In the event of the Contractor failing to rectify the job, NFL reserve the right to get the same repaired at the risk & cost of the Contractor PLUS 25% (twenty five percent) Departmental charges, and the expenditure so incurred by NFL shall be adjusted towards the Security Deposit /Performance Bank Guarantee and / or any other dues lying with NFL. 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.
The Contractor shall be responsible for the proper workmanship and shall not be relieved of his
obligation in this regard just because no objection was raised by NFL 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 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.
15. Sub-Contracting: Sub-Contracting of the job will not be allowed without prior permission of the owner, i.e., NFL, Vijaipur and shall be a ground for the termination of the contract.
16. Rights of owner
A unilateral stoppage of work by the Contractor shall be considered a breach of the CONTRACT and the
OWNER reserves its right to take necessary and suitable action as it may deem fit, to adequately protect
his/its interest at the risk and cost of the contractor. Any aforesaid action shall be without prejudice to
any other action rights and remedies etc that may also be available.
If the Contractor fails to fulfill his obligations under the contract, NFL shall have the right to get the work
done by the agency other than the Contractor/own resources, at the Risk and Cost of the Contractor, till
the expiry of the period of the contract and debit the cost plus 25% to the contractor.
Page 33 of 74
17. Termination of Contract:
Notwithstanding anything elsewhere herein provided and in addition to any other right or remedy of
NFL under the Contract or otherwise including right of NFL for compensation for delay the Engineer-in-
charge/officer-in-charge may, without prejudice to his right against Consultant in respect of any delay,
bad workmanship or otherwise or to any claims for damage in respect of any breaches of the Contract
and without prejudice to any rights or remedies under any of the provisions of this Contract or
otherwise and whether the date for completion has or has not elapsed by intimation in writing,
absolutely, determine the Contract. Default or failure by Contract of any of his obligations under the
Contract including but not limited to the following, the Contract is liable to be terminated if the
Contractor,
17..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 3 days from the Engineer In-Charge, or
17..2 If the Contractor persistently disregards the instructions of the 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
17..3 If the Contractor obtains the contract with NFL as a result of ring tendering or other non-bonafide methods of competitive tendering, or
17..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
17..5 If the contractor abandons the contract or
17..6 Becomes bankrupt or insolvent or goes into liquidation or is ordered to be wound up or has a receiver appointed on its assets or execution or distress is levied upon all or substantially all of its assets, or
17..7 Persistently disregards the instructions of the NFL in contravention of any provision of the CONTRACT, or
17..8 Persistently fails to adhere to the agreed program of work, or
17..9 Defaults in the performance of any material undertaking under this CONTRACT and fails to correct such default to the reasonable satisfaction of the NFL within fifteen days after written notice of such default is provided to the Contractor.
a. Owner may terminate the Contract due to any reason including reasons due to force majeure, regulations or ordinance of any Government or any other reasons beyond the reasonable control of the Owner.
b. Such termination will be by 15 (fifteen) days notice in writing and no claim/compensation shall be payable by the NFL as a result of such termination, excepting the fees and costs for the meaningful services rendered by the CONSULTANT and acceptable to NFL, up to the date of termination.
18. Consequences of Termination: If the contract is terminated by NFL for the reason detailed under clause 15 or for any other reason whatsoever:
18.1. 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.
18.2. Security Deposit/Performance Bank Guarantee Bond submitted by the Contractor shall stand forfeited.
18.3. 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.
18.4. 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,
Page 34 of 74
damages and expected losses etc. incurred by NFL as a consequence of the termination of the contract.
19. Terms of Payment:
19.1. Payment against the running bills: Payment of Monthly RA Bills shall be released through Electronic Fund Transfer (EFT) mode after making necessary recoveries / deductions towards Income Tax, Sales/Works Tax, Security Deposit (as stipulated vide clause No 12), Penalty etc as applicable from time to time, including any amendment of modification thereof., against submission of Bill after completion of the work. Security Deposit shall be refunded after expiry of the Defect Liability/Guarantee Period as per Clause 14. Payments of Bills will be made within 30 days of receipt of bill complete in all respects. Payment of final bill shall be released within 60 days after receipt of bill completed in all respect. Payment of 10 % security deposit/deducted shall be released after completion of defect liability period on demand within 30 days.
19.2. The following information shall be furnished and put in the second envelope marked as Un-price Bid. These may be furnished along with the Tender:
19.2.1. 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, Madhya Pradesh.
19.2.2. The details of Tenderer's Account Number in any Branch of State Bank of India
19.2.3. Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the Tenderer's Bank.
20. 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.
21. 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.
22. Agreement: The Contractor’s responsibility under this Contract will commence from the date of issue of the Letter of Intent / Work Order. 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 Rs.1000.00 at Vijaipur, within 10 (Ten) days of date of issue of the Work Order or start of work whichever is earlier. The cost of stamp paper shall be borne by the Contractor. The Agreement to be executed shall be in the Agreement Performa to be specified by NFL.
23. Statutory deduction on account of Income Tax and VAT on works contract shall be made at rates, at the time of release of payment to the party.
a. The rates to be quoted by the party should be inclusive of all duties, taxes, levies including VAT on works contracts, entry tax etc. but excluding Service Tax. Deductions of VAT at source plus surcharge thereon at the applicable rates of the Gross Value of the Bill shall be made from the Contractor’s bill for depositing with the VAT Authorities as per the provision of the respective states VAT Act.
b. “Service Tax, if applicable shall be paid by NFL as per GOI notification 30/2012- Service Tax effective from 01.07.2012 on submission of the documentary evidence of the payment thereof. The tenderer must mention Service Tax Registration/ Service Tax Code and the Accounting code in the invoice/receipts. The tenderer shall indicate the Service Tax rate in this offer. Any variation in the rate shall be NFL’s Account during contractual period only.
c. Addition/deletion of taxes imposed by the State Governments/Central Government after submission of tender documents and during contractual period shall be to NFL’s account.
d. For the purpose of reimbursement of service tax, contractor is required to submit in writing on the letter head of their firm an undertaking and certificate in the prescribed format.
24. 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
Page 35 of 74
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.
25. 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.
26. The contractor shall give preference to those employees who either have the AADHAR Number or have applied for AADHAR Card or agreed to apply for AADHAR card to establish their genuineness.
27. 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.
28. 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.
29. Loss to Plant during Execution: Any damage or loss caused to 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.
30. The Contractor shall pay the wages to the workmen directly without the intervention of any Jamadars or
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.
31. 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.
32. The contractor has to make the payment to his workmen on or before 7th day of thefollowing month through bank. In case contractor fail to NFL, being the Principal Employer will disburse the payment to his workmen employed for this work and deduct the amount so paid from his bill. For this, NFL will recover additional 25% of the total wage bill of the labour, as departmental charges.
33. The Contractor shall comply with the provisions of Factories Act, 1948 &Contract Labour (Regulation & Abolition) Act 1970 and rules framed there under & amended from time to time.
34. 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.
Page 36 of 74
35. 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.
36. 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.
37. Workmen Compensation / Insurance
37..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.
37..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 an Insurance Company in respect of persons employed by him for carrying out his work and obligations under the agreement. The contractor shall also take medical cover for the workmen deployed by him to cover the medical treatment in respect of his workmen. 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.
37..3 Photocopy of this Insurance Cover along with the medical cover is required to be submitted by the Contractor to NFL immediately after the issue of L.O.I./Work Order 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.
38. The Company 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. Any other expenditure incurred by NFL to face the situation arising out of the negligence of the Contractor will be recovered from his dues payable by NFL under the Contract.
39. The Contractor shall indemnify and keep indemnified the NFL against all losses and claims for injuries or damages to any person or property of NFL whatsoever which may arise out of the consequence of the execution of works either negligently or otherwise and against all claims, demands, proceeding damages, cost, charges and expenses thereto whatsoever in respect of or in relation thereto.
40. 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.
The contractor shall at all times indemnify the owner against any claim which may be made under the
ESI Act 1948 or any statutory modifications thereof or otherwise for or in respect of any damage or
compensation payable in consequence of any accident or injury sustained by any workman or other
person whether in the employment of the contractor or not.
41. In case, a contractor is so selected and who does not have PF code number, the CPSEs could ask such contractor to get a code number, giving him a letter of intent regarding the contract, so that he could apply and obtain a PF code number from the respective PF Commissioner
42. 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.
43. Alterations, Omissions, Additions Or Substitutions of Work:
44..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
Page 37 of 74
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.
44..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.
44..3 In the event the extra or substituted items of the work does not fall in category as above, the cost will be calculated on the basis of actual labour and consumable materials utilized for the job. The quoted rates will be inclusive of overhead and profit. The quantum of labour and consumable materials used will be assessed by the Engineer-in-charge, 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.
In case, the contractor fails to be the extra and/or substituted work. NFL will have the option to
get the work done through another agency at the Contractors, risk and cost as per clause No. 15
of General Terms and Conditions
44. Payment for Preparation of Bid Document
The Bidder shall not be entitled to claim any cost, charges, expenses, losses incidental to the
preparation and submission of this tender in any case.
45. 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 willful 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.
46. 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.
47. 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/site.
All the workmen deployed by the contractor must wear proper Personal SafetyEquipments like
Helmets, Full Body Harness Safety Belts, Face Shields, Hand gloves etc. and this is the sole
responsibility of the contractor to provide Personal Protective equipments (PPEs). However Personal
Protective Equipments shall be provided to the contractor’s workmen by NFL, on chargeable and
permanent (non- returnable) basis. The cost of the item plus 25 % overhead charges shall be
recovered from the contractor. Moreover, Special Safety Equipment required as per the job
requirement will be provided by NFL free of cost.
For any Default/ accident /loss due to the negligence of Contract/Workers, the liability of contracts
shall be “Absolute liability”
48. Time Extension:
Page 38 of 74
If the Contractor requires any extension of time for completing the Work under the CONTRACT he must
apply to the NFL within seven days from the date of the occurrence of the event on account of which he
desires such extensions and the NFL may, if he thinks such request reasonable, grant such extension of
time as he may think necessary.
49. Continued Performance:
The Contractor shall not stop work in case of any dispute pending before arbitrator/court/Tribunal in
relation to the contract or otherwise unless further progress of works has been rendered impossible due
to non-fulfillment of any reciprocal promise. Unilateral stoppage of work by the Contractor shall be
considered a breach of CONTRACT and the NFL shall be within its rights to take suitable and necessary
action as it may deem fit to adequately protect its own interests.
a. The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition) Act, 1970 and rules framed there under as amended from time to time.
b. The contractor shall abide by all the Laws/Acts/Rules/ Regulations including labour laws related to PF, Wages, Holidays, Leave, overtime, etc.
c. The Contractor shall ensure that the Payment of Wages to Labourer has been made in accordance with minimum Wages Act. If at any time, it is noticed or it comes to the knowledge the payment to the Labourer 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 payment.
d. It is understood by the contract that in the event of any losses/damages caused to the owner (NFL) due to the reasons whatsoever within his control and the same losses/damages are approved, the contractor has to make good all the consequential damages/losses to the Owner without any protest and demur. The damages/losses shall be apart from other claims/damages to which the Owner is entitled under the contract or in the course of Law.
e. The contractor shall ensure that all formalities / permissions/ licenses required be completing / complying under the existing laws of India and amendments thereof time to time for and in connection with this contract including engagement / employment of laborers.
50. 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 despatch 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.
51. Settlement of Disputes:
All disputes or differences of any kind, whatsoever arising out of or in connection with the CONTRACT,
whether during the progress of the work or after its completion and whether before or after
termination of the CONTRACT, shall be referred by the Contractor to NFL and NFL shall within a
reasonable time after such representation, make and notify his decision(s), thereon, in writing. The
decision, directions and certificates with respect to any matter, as is especially provided for by these
conditions, given and made by NFL shall be final and binding upon the Contractor. In case the decision of
NFL is not acceptable by the Contractor, he can resort to the remedies available to him under the
Contract i.e.Arbitration. However, if the final bill is signed by the Contractor as ‘Accepted’ in full and
final settlement thereof, no dispute raised thereafter shall be valid.
Page 39 of 74
52. Conciliation & Arbitration:
52.1. 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 Designated Unit Head/E.D./Functional Director/ Chairman & Managing Director, National Fertilizers Limited for appointment of Arbitrator. (Appropriate designated authority may be inserted as per contract value).
52.2. If the arbitrator to whom the matter is referred, vacates his/her 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 dream fit .
52.3. The Arbitration proceedings shall be governed by the Arbitration & Conciliation Act, 1996, The Arbitration & Conciliation (Amendment Act 2015) or any further statutory modification or re-enactment thereof and the rules made thereunder.
52.4. 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/ Base Rate applicable TO NFL on the date of award of contract.
53. 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.
Page 40 of 74
Annexure-VII
INTEGRITY PACT
(To be executed on plain paper and to be signed by the bidder and NFL) National Fertilizers Limited (NFL) hereinafter referred to as “The Principal”.
AND ____________________________hereinafter referred to as “The Bidder/Contractor”
PREAMBLE The Principal intends to award, under laid down organizational procedures, contract/s for ___________________________. The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of and of fairness/transparency in its relations with its Bidder(s) and/or Contractor(s).
In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.
Action 1 - 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 for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the personal is not legally entitled to.
b) The Principal will during the tender process treat all Bidder(s)
with equity and reason. 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 process or the contract execution.
c)The Principal will exclude from the process all known
prejudiced persons.
2. If the Principal obtains information on the conduct of any of its
employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.
Section 2 - Commitments of the Bidder(s)/Contractor(s)
1. The Bidder(s)/Contractor(s) commit 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(s)/contractor(s) will not, directly or through any
other persons or firm, offer promise or give 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 any advantage or during the execution of
Page 41 of 74
the contract. b. The Bidder(s)/Contractor(s) will not enter with other Bidders
into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/Contractors will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or documents 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(s)/Contractor(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly, the bidder(s)/contractor(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any. All the payments made to the India agent/representative have to be in Indian Rupees only.
e.The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.
2. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such
offences.
Section 3: Disqualification from tender process and exclusion from future contract
If the Bidder(s)/Contractor(s), before award or during execution has
committed a transgression through a violation of Section 2 above or in
any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender
process or to terminate the contract, if already signed, for such reasons.
Section 4 : Compensation for Damages 1.If the Principal has disqualified the Bidder(s) from the tender
process prior to the award according to Section 3, 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 according to Section3, or if the Principal is entitled to terminate the contract according to Section3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee.
Section 5 : Previous Transgression 1. The Bidder declares that no previous transgressions occurred in
the last three years with any other company in any country conforming to the TII’s anti-corruption approach or with any other public sector enterprise in India 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 and appropriate action can be taken including termination of the contract, if already awarded, for
Page 42 of 74
such reason.
Section 6 : Equal treatment of all Bidders/Contractors/Sub-contractors.
1. The Principal will enter into agreements with the identical conditions as this one with all bidders, contractors and sub-contractors.
2. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.
Section 7 : Criminal charges against violation Bidder(s)/Contractor(s)/ Sub-contractors(s).
If the Principal obtains knowledge of conduct of a Bidder(s)/ Contractor(s) which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.
Section 8 : Independent External Monitor/Monitors
1. The Principal appoints competent and credible Independent
External Monitor 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 this agreement.
2. The Monitor 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 bidders /contractors as confidential. He reports to the Chairman & Managing Director, NFL.
3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right
to access without restriction to all project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation totreat the information and documents ofthe Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4. The Principal will provide to the Monitor sufficient information
about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.
5. As soon as the Monitor notices, or believes to notice, a violation of
this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.
6. The Monitor will submit a written report to the Chairman &
Managing Director,, NFL within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should be occasion arise, submit proposals for correcting problematic situations.
7. Monitor shall be entitled to compensation on the same terms as being extended to/provided to Independent Directors on NFL
Page 43 of 74
Board. 8. If the Monitor has reported to the Chairman & Managing Director,
National Fertilizers Limited, a substantiated suspicion of an offence
under relevant IPC/PC Act, and the Chairman & Managing
Director, NFL has not, within the reasonable time taken visible
action to proceed against such offence or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner.
9. The word “Monitor” word include both singular and plural. Section 9 : Pact Duration
This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the contract, and for all other Bidder 6 months after the contract has been awarded. If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by Chairman &Managing Director of NFL.
Section 10 : Other Provisions
This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal i.e. New Delhi.
Changes and supplements as well as termination notices need to be
made in writing. Side agreements have not been made. If the contractor is a partnership or a consortium, this agreement
must be signed by all partners or consortium members. 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_________________ Date_________________ Witness 1 : Witness 1 : (Name & Address) (Name & Address) ____________________________________ ________________________________ ___________________________________ ________________________________ ___________________________________ ________________________________ ___________________________________ ________________________________
Witness 2 : Witness 2 : (Name & Address) (Name & Address)
____________________________________ ________________________________ ___________________________________ ________________________________ ___________________________________ ________________________________ ___________________________________ ________________________________
Page 44 of 74
ANNEXURE-VI
SCHEDULE OF RATES AGAINST ARC FOR MISCELLANEOUS MECHANICAL MAINTENANCE JOBS FOR THE YEAR 2016-17AT NFL, VIJAIPUR.
1
Opening of Flanges, Blind Flanges, Manhole Covers,Handhold Covers, etc. Lowering to ground as per instruction of Engineer-in-charge.Cleaning, repairing and polishing of gasket sheets,lapping of ring gasket, lubricating nuts & bolts and boxing up, as & when desired by the Engineer-in-charge. Any scaffolding if required, shall be included in Contractor's Scope.
S. No. Description Unit Quantity
1 Upto 150 lbs Nominal Inch-Dia. 9,800
2 300 & 600 lbs Nominal Inch-Dia. 480
3 Above 600 lbs Nominal Inch-Dia. 45
2
Removal of valves from installed position, shifting to floor or ground level, shifting to Workshop, if required, cleaning,repairing & polishing of gasket sheets, cleaning & lubrication of nuts & bolts and re-installation as per the instruction of Engineer-in-charge. In case a new valve is to be installed in place of the old one, then arranging the new valve from stores or any other place as instructed by the Engineer-in-charge and cleaning its gasket faces etc.. Any scaffolding if required shall be included in Contractor's Scope. If only removal or erection of the valve is done, then the executed quantity shall be half of the Nominal Size of the Valve.
S. No. Description Unit Quantity
1 Upto 150 lbs Nominal Inch-Dia. 500
2 300 & 600 lbs Nominal Inch-Dia. 165
3 Above 600 lbs Nominal Inch-Dia. 200
3 Installation and removal of Scaffolding with platform 2M x 2M, bringing the material from Main / Site Stores and putting back the material in Main / Site Stores included in Contractor's scope.
S. No. Description Unit Quantity
1 Upto 5 Meters height above Floor Level Number 30
2 Above 5 meters Upto 7 Meters height above Floor Level Number 30
3 Above 7 Meters height above Floor Level Number 30
4
Fabrication of pipe line (CS, AS & SS) including handling, Gas cutting, edge preparation by grinding, fit-up, welding & Heat Treatment as per Standard Engineering Codes & Practice and finally Hydro testing upto the required test pressure. Alloy Steel welding is to be done by IBR qualified Welder if required. Scope also includes Scaffolding required, if any, issue of material from Stores, shifting to site & return of balance material if any to Stores.
Page 45 of 74
S. No. Description Unit Quantity
1 Carbon Steel Inch Dia. x Thk. In mm
42,000
2 Alloy Steel Inch Dia. x Thk. In mm
50
3 Stainless Steel Inch Dia. x Thk. In mm
3,000
5 Fabrication of Mitre Bends, Reducers, Tees, including cutting, edge preparation, welding etc, as per standard Engineering Codes & Practices.
S. No. Description Unit Quantity
1 Carbon Steel
Welded Length (in inches) x Thickness (in mm)
14,500
2 Alloy Steel
Welded Length (in inches) x Thickness (in mm)
100
3 Stainless Steel
Welded Length (in inches) x Thickness (in mm)
200
6 Fabrication using plates, including cutting, edge preparation, welding as per Standard Engineering Codes & Practices.
S. No. Description Unit Quantity
1 Carbon Steel
Welded Length (in meter) x Thickness of the Weldment (in mm)
2,500
2 Stainless Steel
Welded Length (in meter) x Thickness of the Weldment (in mm)
350
7
Erection of Pipe Line as per supplied drawing or as per instruction of Engineer-in charge, including erection of necessary pipe supports & saddles, boxing up of all flanged joints, shifting from w/s or stores to job site & shifting of balance material from site to w/s or stores. Any scaffolding if required, shall be included in above.
S. No. Description Unit Quantity
Erection of Pipe lines
Nominal Inch Dia. x Length in meter x Thickness in mm
85,000
8
Dismantling of pipe line including pipe supports, as per instructions of Engineer-in-charge. Contractor's Scope includes Scaffolding arrangement as per requirement, gas cutting, dismantling and removal of old piping, shifting the same to Store / Yard of Workshop.
S. No. Description Unit Quantity
Page 46 of 74
Dismantling of Pipe lines
Nominal Inch Dia. x Length in meter x Thickness in mm
75,000
9 Structure fabrication, including but not limited to handling, drilling gas cutting, grinding, bolting and welding of steel structure elements comprising of angles, channels, I-beams, rounds and plates of various sizes and thickness.
S. No. Description Unit Quantity
Structure Fabrication as per the scope detailed above
M.T. 7
10
Dismantling of structure as per the instruction of Engineer-in-charge. Contractor's scope includes Scaffolding arrangement as per requirement, dismantling of Structure by opening bolts, gas cutting, it's removal and shifting to Main Stores / Scrap Yard etc.
S. No. Description Unit Quantity
Structure Dismantling as per the scope detailed above
M.T. 7
11
Erection of steel structure as per supplied drawings and/or as per the instructions of Engineer incharge. Contractor's Scope includes Scaffolding arrangement as per requirement, drilling, bolting, welding, etc. wherever required. Shifting of material from Stores / Workshop to Site & shifting back the balance material from Site to Stores / Workshop.
S. No. Description Unit Quantity
Structure Erection as per the scope detailed above
M.T. 10
12
Opening and boxing up of Safety Valves including transportation to NFL Workshop for Repair / Reconditioning / Testing and bringing back in position after that. Contractor's Scope also includes Scaffolding arrangement as per requirement, cleaning of gasket faces, lapping and cleaning of bolts & nuts. However, Repair / Reconditioning / Testing in NFL Workshop are in NFL Scope.
S. No. Description Unit Quantity
1 Upto 800 lbs
Nominal Inch - Dia. of Inlet Flange
60
2 Above 800 lbs
Nominal Inch - Dia. of Inlet Flange
20
13 Opening and boxing up of Heat Exchangers
A. Opening & Boxing up of Flat End Cover of Heat Exchangers as per the instruction of Engineer-in-charge. Contractor's Scope also includes Scaffolding arrangement as per requirement, lowering the End cover to floor/Ground Floor, cleaning & repair of gasket seat, lapping, Re-assembly, leak testing etc.
S. No. Description Unit Quantity
1 Upto 600 lbs
Pitch Circle Inch-Dia. of Flange
3000
2 Above 600 lbs
Pitch Circle Inch-Dia. of
30
Page 47 of 74
Flange
B Opening & Boxing up of dished end of Heat Exchangers as per the instruction of Engineer-in-charge. Contractor's Scope also includes Scaffolding arrangement as per requirement, Opening of connected pipe flanges and accessories, slip plating, lowering of dished end to floor / Ground Floor, cleaning & repair of gasket seat, lapping, Re-assembly,leak testing etc.
S. No. Description Unit Quantity
1 Upto 600 lbs
Pitch Circle Inch-Dia. of Flange
2000
2 Above 600 lbs
Pitch Circle Inch-Dia. of Flange
30
14 Replacement of Tube Bundle of Heat Exchangers.Contractor's Scope includes Scaffolding arrangement as per requirement, Opening and boxing up of connected pipe flanges and accessories, removal of Heat Exchanger from position, replacing tube bundle after opening dished ends & floating end, Re-assembly, restoring pipe connections and accessories and Testing.
S. No. Description Unit Quantity
Replacement of Tube Bundle of Heat Exchangers as per the scope detailed above
Metric Ton (MT)
13
15 Attending leakages for steam, water, air, gas, process fluid etc. Contractor's Scope includes Scaffolding arrangement if any, gas cutting, grinding, welding and fixing of feed plate/clamp as per requirement.
S. No. Description Unit Quantity
Attending leakages as per the Scope detailed above
Numbers 160
16 Replacement of Suction Air Filters of GTG I / II / III in CPP / GT PAC in Ammonia - II
S. No. Description Unit Quantity
1 Removal of Suction Air Filter & fixing back after cleaning with chemical and water as directed by Engineer in charge
Numbers 1170
2
Replacement of Suction Air Filter Numbers 580
17 Supply of Contract Labour for unplanned / unforeseen Plant Breakdown / shutdown jobson 8 hrs basis.
S. No. Description Man days Overtime Hrs.
( A ) (B)
1 Mill Wright Fitters 10 40
2 General Fitter / Pipe fitter 150 250
Page 48 of 74
3 Welder (Non-IBR) / Gas cutter / Grinder 600 1,250
4 IBR Welder (High Pressure) 5 20
5 Rigger 200 6,104
6 Helper 800 10,716
C Supply of Contract Labour for unplanned / unforeseen Plant Breakdown / shutdown jobs on 12 hrs basis.
S. No. Description Mandays
( A )
1 Mill Wright Fitters 20
2 General Fitter / Pipe fitter 20
3 Welder (Non-IBR) / Gas cutter / Grinder 20
4 IBR Welder (High Pressure) 20
5 Rigger 100
6 Helper 100
18 VARIOUS PLANT JOBS :
To assist NFL Employee in executing various Mechanical Maintenance Jobs in routine day to day Maintenance in General shifts, Central Shift or Plant Shift. The nature assistance may be unskilled (US) or semiskilled (SS) as indicated against SOR items.
A. AMMONIA PLANT :
S. No. Description Unit Qty.
AMMONIA LINE-I PLANT:
1 Ammonia plant all sections(SS) Nos. 1,080
2 DM Plant(SS) Nos. 750
3 Cooling Towers (US) Nos. 410
4 Ammonia Storage Tanks & accessories(US) Nos. 355
5 Effluent Treatment & Treated Effluent Plants(US) Nos. 360
6 Sewage Treatment Plant(US) Nos. 350
AMMONIA LINE-II PLANT:
S. No. Description Unit Qty.
7 GV Section(SS) Nos. 700
8 Reforming & other misc. sections(SS) Nos. 720
9 Synthesis & Compressor House Section(US) Nos. 888
10 Cooling Towers (US) Nos. 892
B. UREA PLANT :
S. No. Description Unit Qty.
Urea LINE - I PLANT:
1 11 Section (Comp. House, Synthesis section etc.)(SS) Nos. 600
2 21 Section (Comp. House, Synthesis section etc.)(US) Nos. 660
Page 49 of 74
3 Common section(US) Nos. 660
Urea LINE - II PLANT:
S. No. Description Unit Qty.
4 31 Section (Comp. House, Synthesis section etc.)(SS) Nos. 850
5 41 Section (Comp. House, Synthesis section etc.)(US) Nos. 485
6 Common section(US) Nos. 470
7 Naphtha storage Tanks(US) Nos. 50
C. CPP & OFFSITE :
S. No. Description Unit Qty.
1 Water Pre-treatment Plant(SS) Nos. 1,000
2 Scrapper(US) Nos. 928
3 Raw Water Plant(US) Nos. 474
4 Captive Power Plant(US) Nos. 462
D. MECHANICAL WORKSHOP :
S. No. Description Unit
1 Machine shop jobs(SS) Nos. 1000
2 Loco jobs(US) Nos. 1427
3 Fabrication section jobs(SS) Nos. 320
4 Drilling/Milling section jobs(US) Nos. 320
E. BAGGING PLANT :
S. No. Description Unit Qty.
1 Station Maintenance(SS) Nos. 587
2 Stitching Machines Jobs(US) Nos. 850
3 Product handling, Transfer towers eqpts. etc.(US) Nos. 650
4 Dedusting System(US) Nos. 700
5 Conveying System(US) Nos. 1,000
F NDT JOBS AND DOCUMENTATION
S. No. Description Unit Qty.
1 Vibration Analysis, Balancing(US) Nos. 820
2 Thermography, Temperature Measurement, Stress Relieving,Boroscopic Inspection, Steam Traps Checking(US)
Nos. 200
3 D.P. Test , Ultrasonic test, Thickness Measurement, PSV Checking(US)
Nos. 400
4 Up keeping of Documentation(US) Nos. 390
5 Assisting in blue printing of drawings(US) Nos. 100
19 Maintenance of Belt Conveyors System, Conveyor Belts, Weighing cum tripping machine, Dedusting Blowers and Delumbers
S. No. Description Unit Qty.
Page 50 of 74
1 Maintenance of Belt Conveyors System
A Replacement of the Gear Boxes including decoupling, shifting the gear box from Store to Site and Site to Store and coupling after alignment. However, alignment of the Gear Box shall be in NFL Scope.
Nos. 15
B Overhauling of the gear box in position, including decoupling, coupling after alignment, material shifting from store to site and Site to Sore as per requirement and instruction of Engineer-in-charge. However, alignment of the Gear Box shall be in NFL scope.
Nos. 5
C Inspection of gear coupling/pin & bush coupling, however the alignment job shall be in NFL Scope Nos. 15
D Replacement of the Pulleys including shifting of pulleys from Store to site and Site to Store as per the instruction of Engineer-in-charge. Any gas cutting, bolting, etc. required for the job is included in the Contractor's scope.
Nos. 18
E Replacement of the Idlers including shifting of idlers from Store to site and Site to Store as per the instruction of Engineer-in-charge.
Nos. 400
2 Maintenance of Conveyor Belts
S.No.
Description Unit Qty.
A Replacement of ET-8 / ET-11 / ET-12 / ET-35 / ET-36 / ET-37 / ET-39 / ET-40 Endless Belts, including removal / fixing back of all idlers, pulleys, shifting of material, removal of guards, gas cutting, bolting, idlers bracket replacement as per the instruction of Engineer-in-charge.
Nos. 20
B Replacement of Belt of any width upto the length of 50 mtr, including making necessary preparation for Hot Vulcanizing and shifting of material as per the instruction of Engineer-in-charge.
No. of Times
5
C Replacement of Belt of any width for each subsequent length of 50 mtr, over and above the initial 50 mtr., including making necessary preparation for Hot Vulcanizing and shifting of material as per the instruction of Engineer-in-charge.
No. of Times
3
3 Maintenance of Weighing cum tipping machine :
S. No.
Description Unit Qty.
A. Replacement of feed belt/pulleys of weighing machine
Nos. 32
B. Alignment of sprockets & chain Nos. 15
C. Removal of distance pieces & fixing back Nos. 48
Page 51 of 74
D. Bearing replacement including gas cutting Nos. 15
E. Opening & box up of covers (both sides)
Nos. 48
F. Replacement of skirts of Bag holders of weighing machine stations of Line I (Removal of old skirt, cutting/marking, ;punching of holes and bolting the skirts
Nos. 100
G. Replacement of skirts of Bag holders of weighing machine stations of Line II. Dismantling of bag holder assembly, removal of old skirts, cutting/marking, punching of holes and bolting the skirt and reassembling of bag holder assembly.
Nos. 8
4 Maintenance of Dedusting Blowers
S. No. Description Unit Qty.
A Replacement of V-Belts (Complete Set) for Dedusting Blower DE-1 / DE-2 / DE-3 /DE-4 / DE-5 / DE-6/ Delumber, including alignment of pulley, shifting of material, removal of guards, gas cutting, bolting etc, required for the job as per the instruction of Engineer-in-charge.
Nos. 3
B Replacement / Inspection of Bearings in Plumber Blocks of Dedusting Blowers DE-1/2/3/4/5A&B/6 including shifting of material required if any.
Nos. 14
C Opening & box up of inspection covers (manholes)(square shape equivalent/approx size is 22" x 150 lbs)
Nos. 168
5 Maintenance of Delumbers
S. No.
Description Unit Qty.
A Repairing of MC 1.1 / 1.2 / 21 / 21 R Delumbers including Guard opening, Hood opening, rotor straightening, making the rotor free, Hood boxing-up as per the instruction of Engineer-in-charge. Any gas cutting / Welding required for the job is included in Contractor's Scope.
No. of Times
52
B Replacement of Bearing in Plumber Block including shifting of material required if any.
No. of Times
20
6 A Repair in wagons of rakes coming from railway for loading of Urea in bagging plant by gas cutting of CS/gouging of protruded unwanted foreign material or /and repairing the damage floor and wall(s) plates inside the wagon by heating, hammering or/and closing large openings by patch welding of palate(s) by stitch/tack welding as instructed by engineer in charge. Job occurrence is round the clock and contractor has to depute manpower immediately at very short notice. The quantum of jobs involve but not limited to the above
No. of Times
1450
7 Maintenance of Tensioning Device
Page 52 of 74
S. No. Description Unit Qty.
A Replacement / Overhaul of take-up assembly:Job includes removal of guard, dismantling of tailpulley, removal of take up assembly, overhaul of assembly, fixing back take up assembly, assembly oftail pulley, inspection/replacement of tail pulley bearings, alignment of pulley and fixing of tail pulley guard. Job may also include gas cutting job involved
No. of Times
64
B Overhaul of tensioning device:Jobincludesdismantlingoftensioningdevicebygascutting,grindingofchannels,replacinginternals,welding of block, and assembly of tensioning device.
No. of Times
64
20 Load testing of lifting tools & tackles:
S. No. Description Make Location
Qty. (in Nos.)
A. Testing of EOT Cranes :
1 2 hooks 14.03 m 30Te/5Te Khandelwal Amm
C.H. I 2
2 2 hooks 16.80 m 20Te/5Te -Do- Amm
C.H. II 2
3 2 hooks 20.0 m 25Te/5Te -Do- U.C.H.
11/21 2
4 2 hooks 18.90 m 25Te/5Te -Do- U.C.H.
31/41 2
5 7.0 m , 5 Te Garlick Amm storage Old/New
2
6 10.0 m , 5 Te -Do- I.A.C. 1
7 26.5 m , 10 Te Damage CPP/GTG 1
8 15.25 m , 1 Te Khandelwal Bagging 2
9 19.12 m , 10 Te Garlick Workshop 1
10 18.655 m , 5 Te -Do- Workshop 1
11 18.90 m , 10 Te -Do- Locoshed 1
B. Testing of Chain pulley blocks:
1 Capacity upto 2 T
13
2 Capacity above 2T upto 5 T
14
3 Capacity above 5T upto 7.5 T
1
4 Capacity above 7.5T upto 12T
4
5 Capacity above 12T upto 15T 2
6 Capacity above 15T upto 20T 1
C. Reconditioning of chain pulley blocks :
1 Capacity upto 2 T
10
2 Capacity above 2T upto 5T
5
21 Maintenance of Old silo scrapper and New silo scrapper
Page 53 of 74
1 Maintenance of Conveyors Belt System of New silo scrapper(NSS)
S. No. Description Unit Qty.
A Replacement of the Gear Boxes including decoupling, shifting the gear box from Store to Site and Site to Store and coupling after alignment. However, alignment of the Gear Box shall be in NFL Scope.
Nos. 3
B Overhauling of the Discharge gear box in position, including decoupling, coupling after alignment, material shifting from store to site and Site to Sore as per requirement and instruction of Engineer-in-charge. However, alignment of the Gear Box shall be in NFL scope.
Nos. 2
C Inspection of gear coupling/pin & bush coupling/ Fluid couplings. However, alignment job shall be in NFL Scope.
Nos. 4
D Replacement of the Pulleys including shifting of pulleys from Store to site and Site to Store as per the instruction of Engineer-in-charge. Any gas cutting, bolting, etc. required for the job is included in the Contractor's scope.
Nos. 4
E Replacement of the Idlers including shifting of idlers from Store to site and Site to Store as per the instruction of Engineer-in-charge.
Nos. 40
2 Maintenance of Conveyor Belts (NSS)
S. No. Description Unit Qty.
A Replacement of Discharge conveyor Endless Belts, including removal/fixing back of all idlers, pulleys, shifting of material, removal of guards, gas cutting, bolting, idlers bracket replacement as per the instruction of Engineer-in-charge.
Nos. 2
3
Maintenance of Chain Links and Buckets of Elevator, and Chain Links and scrapper Blades boom (NSS) :
S. No. Description Unit Qty.
A. Removal and Replacement of Bucket. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket and shifting of old removed bucket to the yard.
Nos. 50
B. Alignment of sprockets & chain Nos. 4
C. Removal and Replacement of Blade. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket and shifting of old removed Blade to the yard.
Nos. 35
Page 54 of 74
D. Removal and Replacement of scrapper chain link. The job included but not limited to shifting of new Links from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket/blade , removal & fixing of pins and shifting of old removed chain link to the yard.
Nos. 100
4
Maintenance of Conveyors Belt System of Old silo scrapper(OSS)
S. No. Description Unit Qty.
A Replacement of the Gear Boxes including decoupling, shifting the gear box from Store to Site and Site to Store and coupling after alignment. However, alignment of the Gear Box shall be in NFL Scope.
Nos. 2
B Overhauling of the Discharge gear box in position, including decoupling, coupling after alignment, material shifting from store to site and Site to Sore as per requirement and instruction of Engineer-in-charge. However, alignment of the Gear Box shall be in NFL scope.
Nos. 2
C Inspection of gear coupling/pin & bush coupling/ Fluid couplings. However, alignment job shall be in NFL Scope.
Nos. 4
D Replacement of the Pulleys including shifting of pulleys from Store to site and Site to Store as per the instruction of Engineer-in-charge. Any gas cutting, bolting, etc. required for the job is included in the Contractor's scope.
Nos. 4
E Replacement of the Idlers including shifting of idlers from Store to site and Site to Store as per the instruction of Engineer-in-charge.
Nos. 40
5 Maintenance of Conveyor Belts
(OSS)
S. No. Description Unit Qty.
A Replacement of Discharge conveyor Endless Belts, including removal/fixing back of all idlers, pulleys, shifting of material, removal of guards, gas cutting, bolting, idlers bracket replacement as per the instruction of Engineer-in-charge.
Nos. 2
6 Maintenance of Chain Links and Buckets of Elevator, and Chain Links
and scrapper Blades boom (OSS) :
S. No. Description Unit Qty.
A. Removal and Replacement of Bucket. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket and shifting of old removed bucket to the yard.
Nos. 55
B. Alignment of sprockets & chain Nos. 4
Page 55 of 74
C. Removal and Replacement of Blade. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket and shifting of old removed Blade to the yard.
Nos. 35
D. Removal and Replacement of scrapper chain link. The job included but not limited to shifting of new Links from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket/blade , removal & fixing of pins and shifting of old removed chain link to the yard.
Nos. 100
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 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 Service Tax, if applicable, shall be reimbursed against documentary proof of having paid it to the Government. Service Tax Registration No. should be provided on the Invoice. No additional claim would be accepted.
4 Income Taxand the Works Tax as applicable shall be deducted from the bills. 5 Bids shall be evaluated on overall L-1 basis.
Page 56 of 74
Annexure-VIII
National Fertilizers Limited, Vijaipur
NIT Ref. No: NFVP/M/MPC/ARC-MISC/2016-17 for Miscellaneous Mechanical Maintenance jobs
for the year 2016-17 at NFL Vijaipur
S. No. Description NFL requirement as per NIT Vendors Comment (Agreed /
Not Agreed or Yes / No, please
comment if answer is no/not)
Items Specification As per Annexure-VI
Quantity As per Schedule of Rate ofAnnexure-
VI.
Period of Contract One year from the date of award of
contract.
Contract shall be further extendable at
the same terms and conditions for three
months at the discretion of NFL
Terms and
conditions of NIT
Acceptance of terms and conditions of
NIT including scope of work.
Unpriced bid Signed unpriced bid uploaded
Integrity Pact Integrity Pact enclosed by the bidder.
Execution of
similar work
Confirmation from bidder that they
executed similar work, technology and
nature of work.
Self attested copies
of work orders.
Self attested copies of work orders
enclosed in support of Technical
Eligibility criteria.
Audited Balance
sheet
Self attested Balance sheets enclosed
for last three years ending on 31 March
2016.
Executed work
orders
Completed executed work orders
enclosed for similar work as per
Eligibility criteria.
Annual Financial
Turn over
Annual Financial Turn over enclosed
for last three years ending on 31st
March 2016
Service Tax “Service Tax, if applicable shall be
paid by NFL as per GOI notification
30/2012- Service Tax effective from
01.07.2012 on submission of the
documentary evidence of the payment
thereof.
The Service/Labour component of this
contract shall be 100 %.
Income Tax/ Works Tax& other Taxes
Income Tax / Works Tax & other Taxes on Works Contracts shall be paid by Contractor
Offer validity 120Days
Splitting of
Contract
Work under the Contract may be split / distributed among two or three Contractors at the discretion of NFL.
MSMED
Registration
Whether registered as Micro/Small / Medium Enterprises under MSMED Act 2006 promulgated by Govt. of India Vide Notification dated 16.06.2006,
It may also be confirmed that if the MSEs owned by SC/ST Entrepreneurs.
Page 57 of 74
Payment of
unskilled labour
The minimum wages for the unskilled labour will be paid as per notification of Labour Commissioner, M.P. govt., Indore
Arbitration The venue of arbitration proceedings shall be at GUNA (M. P.).
jurisdiction Jurisdiction of the Courts at Guna (Madhya Pradesh) only.
Relationship Relationship with NFL Employee
Firmness of rates The schedule of item rates shall remain firm during the contract period including extension (if any).
Payment Terms
and Mode of
Payment
Payment of Monthly RA Bills shall be released through Electronic Fund Transfer (EFT) mode.
Form-III Form-III enclosed with signed
documentary proof.
Any Other
Comment /
Information /
Remarks
No Deviation to the Terms & Conditions
of NIT is allowed. The offer with any
condition / deviation is liable to be
rejected at Sole option of NFL. However
Vendor may offer comments, if any.
Uploading of
Tender Documents
Upload scanned image of NIT
documents duly signed by the authorized
signatory towards acceptance of all T&C
of NIT.
We hereby declare that we have read, understood and accepted all terms &conditionsof NIT without
any deviation. As a token of same, we are uploading herewith digitallysigned Tender Documents.
Signature of vendor:
Name:
Place:
Date:
Page 58 of 74
Annexure-VI
NIT Ref. No: NFVP/M/MPC/ARC-MISC/2016-17 for Miscellaneous Mechanical Maintenance jobs for
the year 2016-17 at NFL Vijaipur
PRICE BID
UN-PRICE BID FOR ARC FOR MISCELLANEOUS MECHANICAL MAINTENANCE JOBS FOR THE YEAR 2016-17 AT NFL, VIJAIPUR
1
Opening of Flanges, Blind Flanges, Manhole Covers,Hand-hole Covers, etc. lowering to ground as per instruction of Engineer-in-charge.Cleaning, repairing and polishing of gasket sheets,lapping of ring gasket, lubricating nuts & bolts and boxing up, as & when desired by the Engineer-in-charge. Any scaffolding if required, shall be included in Contractor's Scope.
SL.No.
Description Unit Quanti
ty
Unit Rate (Rs.)
Amount
(Rs.)
1 Upto 150 lbs Nominal Inch-Dia 9,800
2 300 & 600 lbs Nominal Inch-Dia 480
3 Above 600 lbs Nominal Inch-Dia 45
2
Removal of valves from installed position, shifting to floor or ground level, shifting to Workshop, if required, cleaning,repairing & polishing of gasket sheets, cleaning& lubrication of nuts & bolts and re-installation as per the instruction of Engineer-in-charge. In case a new valve is to be installed in place of the old one, then arranging the new valve from stores or any other place as instructed by the Engineer-in-charge and cleaning its gasket faces etc. Any scaffolding if required shall be included in Contractor's Scope. If only removal or erection of the valve is done, then the executed quantity shall be half of the Nominal Size of the Valve.
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Upto 150 lbs Nominal Inch-Dia 500
2 300 & 600 lbs Nominal Inch-Dia 165
3 Above 600 lbs Nominal Inch-Dia 200
3 Installation and removal of Scaffolding with platform 2M x 2M, bringing the material from Main / Site Stores and putting back the material in Main / Site Stores included in Contractor's scope.
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Upto 5 Meters height above Floor Level
Number 30
2 Above 5 MetersUpto 7 Meters height above Floor Level
Number 30
Page 59 of 74
3 Above 7 Meters height above Floor Level
Number 30
4
Fabrication of pipe line (CS, AS & SS) including handling, Gas cutting, edge preparation by grinding, fit-up, welding & Heat Treatment as per Standard Engineering Codes & Practice and finally Hydro-testing upto the required test pressure. Alloy Steel welding is to be done by IBR qualified Welder if required. Scope also includes Scaffolding required,if any, issue of material from Stores, shifting to site & return of balance material if any to Stores.
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Carbon Steel Inch Dia x Thk. In
mm 42,000
2 Alloy Steel Inch Dia x Thk. In
mm 50
3 Stainless Steel Inch Dia x Thk. In
mm 3,000
5 Fabrication of Mitre Bends, Reducers, Tees, including cutting, edge preparation, welding etc, as per standard Engineering Codes & Practices.
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Carbon Steel Welded Length (in inches) x Thickness (in mm)
14,500
2 Alloy Steel Welded Length (in inches) x Thickness (in mm)
100
3 Stainless Steel Welded Length (in inches) x Thickness (in mm)
200
6 Fabrication using plates, including cutting, edge preparation, welding as per Standard Engineering Codes & Practices.
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Carbon Steel Welded Length (in meter) x Thickness of the Weldment (in mm)
2,500
2 Stainless Steel Welded Length (in meter) x Thickness of the Weldment (in mm)
350
7
Erection of Pipe Line as per supplied drawing or as per instruction of Engineer-in charge, including erection of necessary pipe supports & saddles, boxing up of all flanged joints, shifting from w/s or stores to job site & shifting of balance material from site to w/s or stores. Any scaffolding if required, shall be included in above.
Page 60 of 74
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Erection of Pipe lines
Nominal Inch Dia x Length in meter x Thickness in mm
85,000
8 Dismantling of pipe line including pipe supports, as per instructions of Engineer-in-charge. Contractor's Scope includes Scaffolding arrangement as per requirement, gas cutting, dismantling and removal of old piping, shifting the same to Store / Yard of Workshop.
S.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Dismantling of Pipe lines
Nominal Inch Dia x Length in meter x Thickness in mm
75,000
9 Structure fabrication, including but not limited to handling, drilling gas cutting, grinding, bolting and welding of steel structure elements comprising of angles, channels, I-beams, rounds and plates of various sizes and thickness.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Structure Fabrication as per the scope detailed above
M.T. 7
10 Dismantling of structure as per the instruction of Engineer-in-charge. Contractor's scope includes Scaffolding arrangement as per requirement, dismantling of Structure by opening bolts, gas cutting, it's removal and shifting to Main Stores / Scrap Yard etc.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Structure Dismantling as per the scope detailed above
M.T. 7
11
Erection of steel structure as per supplied drawings and/or as per the instructions of Engineer incharge. Contractor's Scope includes Scaffolding arrangement as per requirement, drilling, bolting, welding, etc. wherever required. Shifting of material from Stores / Workshop to Site & shifting back the balance material from Site to Stores / Workshop.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Structure Erection as per the scope detailed above
M.T. 10
12
Opening and boxing up of Safety Valves including transportation to NFL Workshop for Repair / Reconditioning / Testing and bringing back in position after that. Contractor's Scope also includes Scaffolding arrangement as per requirement, cleaning of gasket faces, lapping and cleaning of bolts & nuts. However, Repair / Reconditioning / Testing in NFL Workshop is in NFL Scope.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Page 61 of 74
1 Upto 800 lbs
Nominal Inch - Dia of Inlet Flange
60
2 Above 800 lbs
Nominal Inch - Dia of Inlet Flange
20
13 Opening and boxing up of Heat Exchangers
A. Opening & Boxing up of Flat End Cover of Heat Exchangers as per the instruction of Engineer-in-charge. Contractor's Scope also includes Scaffolding arrangement as per requirement, lowering the End cover to floor/Groung Floor, cleaning & repair of gasket seat, lapping, Re-assembly, leak testing etc.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Upto 600 lbs
Pitch Circle Inch-Dia of Flange
3000
2 Above 600 lbs
Pitch Circle Inch-Dia of Flange
30
B Opening & Boxing up of dished end of Heat Exchangers as per the instruction of Engineer-in-charge. Contractor's Scope also includes Scaffolding arrangement as per requirement, Opening of connected pipe flanges and accessories, slip plating, lowering of dished end to floor / Ground Floor, cleaning & repair of gasket seat, lapping, Re-assembly,leak testing etc.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
1 Upto 600 lbs
Pitch Circle Inch-Dia of Flange
2000
2 Above 600 lbs
Pitch Circle Inch-Dia of Flange
30
14 Replacement of Tube Bundle of Heat Exchangers.Contractor's Scope includes Scaffolding arrangement as per requirement, Opening and boxing up of connected pipe flanges and accessories, removal of Heat Exchanger from position, replacing tube bundle after opening dished ends & floating end, Re-assembly, restoring pipe connections and accessories and Testing.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Replacement of Tube Bundle of Heat Exchangers as per the scope detailed above
Metric Ton (MT) 13
15 Attending leakages for steam, water, air, gas, process fluid etc. Contractor's Scope includes Scaffolding arrangement if any, gas cutting, grinding, welding and fixing of feed plate/clamp as per requirement.
Sl.
No. Description Unit
Quantity
Unit Rate
Amount (Rs.)
Attending leakages as per the Scope detailed above
Numbers 160
16 Replacement of Suction Air Filters of GTG I / II / III in CPP / GT PAC in Ammonia - II
Sl. Description Unit Quanti
Unit
Amount
Page 62 of 74
No. ty Rate (Rs.)
1 Removal of Suction Air Filter & fixing back after cleaning with chemical and water as directed by Engineer in charge
Numbers 1170
2 Replacement of Suction Air Filter
Numbers 580
17 A Supply of Contract Labour for unplanned / unforeseen Plant Breakdown / shutdown jobs on 8 Hrs basis.
Sl. No.
Description Man days Unit Rate per Man-
day .
Amount (Rs.) in figure
Amount in words (Rs.)
( A ) (B) (A) * (B) (A) * (B)
1 Mill Wright Fitters 10
2 General Fitter / Pipe fitter 150
3 Welder (Non-IBR) / Gas cutter / Grinder 600
4 IBR Welder (High Pressure) 5
5 Rigger 200
6 Helper 800
17 B Overtime hours of Contract Labour for unplanned / unforeseen Plant Breakdown / shutdown jobs beyond normal working hours:
Sl. No.
Description Overtime
Hrs.
Unit Rate per O.T.
Hour
Amount (Rs.) in figure
Amount in words (Rs.)
( A ) (B) (A) * (B) (A) * (B)
1 Mill Wright Fitters 40
2 General Fitter / Pipe fitter 250
3
Welder (Non-IBR) / Gas cutter / Grinder 1,250
4 IBR Welder (High Pressure) 20
5 Rigger 6,104
6 Helper 10,716
17 C Supply of Contract Labour for unplanned / unforeseen Plant Breakdown / shutdown jobs on 12 hrs basis.
Page 63 of 74
Sl. No.
Description Man-days
Unit Rate per Man-day
Amount (Rs.) in figure
Amount in words
(Rs.)
( A ) (B) (A) * (B) (A) * (B)
1 Mill Wright Fitters 20
2 General Fitter / Pipe fitter 20
3 Welder (Non-IBR) / Gas cutter / Grinder 20
4 IBR Welder (High Pressure) 20
5 Rigger 100
6 Helper 100
18 VARIOUS PLANT JOBS :
To assist NFL Employee in executing various Mechanical Maintenance Jobs in routine day to day Maintenance in General shift, Central Shift or Plant Shift.
A. AMMONIA PLANT :
Sl.
No. Description
Unit Qty. Unit Rate
Amount (Rs.)
AMMONIA LINE-I PLANT:
1 Ammonia plant all sections (SS) Nos. 1,080
2 DM Plant (SS) Nos. 750
3 Cooling Towers (US) Nos. 410
4 Ammonia Storage Tanks & accessories (US) Nos. 355
5 Effluent Treatment & Treated Effluent Plants (US) Nos. 360
6 Sewage Treatment Plant (US) Nos. 350
AMMONIA LINE-II PLANT:
Sl.
No. Description
Unit Qty. Unit Rate
Amount (Rs.)
7 GV Section(SS) Nos. 700
8 Reforming & other misc. sections(SS) Nos. 720
9 Synthesis & Compressor House Section(US) Nos. 888
10 Cooling Towers (US) Nos. 892
B. UREA PLANT :
Sl.
No. Description
Unit Qty. Unit Rate
Amount (Rs.)
Urea LINE - I PLANT:
Page 64 of 74
1 11 section (Comp. House, Synthesis section etc.)(SS) Nos. 600
2 21 section (Comp. House, Synthesis section etc.)(US) Nos. 660
3 Common section(US) Nos. 660
Urea LINE - II PLANT:
Sl.
No. Description
Unit Qty. Unit Rate
Amount (Rs.)
4 31 section (Comp. House, Synthesis section etc.)(SS) Nos. 850
5 41 section (Comp. House, Synthesis section etc.)(US) Nos. 485
6 Common section(US) Nos. 470
7 Naphtha storage Tanks(US) Nos. 50
C. CPP & OFFSITE :
Sl.
No. Description
Unit Qty. Unit Rate
Amount (Rs.)
1 Water Pre-treatment Plant(SS) Nos. 1,000
2 Scrapper(US) Nos. 928
3 Raw Water Plant(US) Nos. 474
4 Captive Power Plant(US) Nos. 462
D. MECHANICAL WORKSHOP :
Sl.
No. Description
Unit
Unit Rate
Amount (Rs.)
1 Machine shop jobs(SS) Nos. 1000
2 Loco jobs(US) Nos. 1427
3 Fabrication section jobs(SS) Nos. 320
4 Drilling/Milling section jobs(US) Nos. 320
E. BAGGING PLANT :
Sl.
No. Description
Unit Qty. Unit Rate
Amount (Rs.)
1 Station Maintenance(SS) Nos. 587
2 Stitching Machines Jobs(US) Nos. 850
3 Product handling, Transfer towers equipments etc.(US) Nos. 650
4 Dedusting System(US) Nos. 700
5 Conveying System(US) Nos. 1,000
F NDT JOBS AND DOCUMENTATION
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
Page 65 of 74
1 Vibration Analysis, Balancing(US) Nos. 820
2
Thermography, Temperature Measurement, Stress Relieving,Boroscopic Inspection, Steam Traps Checking(US)
Nos. 200
3
D.P. Test , Ultrasonic test, Thickness Measurement, PSV Checking(US)
Nos. 400
4 Up-keeping of Documentation(US) Nos. 390
5 Assisting in blue printing of drawings(US)
Nos. 100
19
Maintenance of Belt Conveyors System, Conveyor Belts, Weighing cum tripping machine, Dedusting Blowers and Delumbers
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
1 Maintenance of Belt Conveyors System
A
Replacement of the Gear Boxes including decoupling, shifting the gear box from Store to Site and Site to Store and coupling after alignment. However, alignment of the Gear Box shall be in NFL Scope.
Nos. 15
B
Overhauling of the gear box in position, including decoupling, coupling after alignment, material shifting from store to site and Site to Sore as per requirement and instruction of Engineer-in-charge. However, alignment of the Gear Box shall be in NFL scope.
Nos. 5
C
Inspection of gear coupling/pin & bush coupling, however the alignment job shall be in NFL Scope
Nos. 15
D
Replacement of the Pulleys including shifting of pulleys from Store to site and Site to Store as per the instruction of Engineer-in-charge. Any gas cutting, bolting, etc. required for the job is included in the Contractor's scope.
Nos. 18
E
Replacement of the Idlers including shifting of idlers from Store to site and Site to Store as per the instruction of Engineer-in-charge.
Nos. 400
2 Maintenance of Conveyor Belts
Sl. Description Unit Qty. Unit Amount
Page 66 of 74
No. Rate (Rs.)
A
Replacement of ET-8 / ET-11 / ET-12 / ET-35 / ET-36 / ET-37 / ET-39 / ET-40 Endless Belts, including removal / fixing back of all idlers, pulleys, shifting of material, removal of guards, gas cutting, bolting, idlers bracket replacement as per the instruction of Engineer-in-charge.
Nos. 20
B
Replacement of Belt of any width upto the length of 50 meter, including making necessary preparation for Hot Vulcanizing and shifting of material as per the instruction of Engineer-in-charge.
No. of Times
5
C
Replacement of Belt of any width for each subsequent length of 50 meter, over and above the initial 50 meter, including making necessary preparation for Hot Vulcanizing and shifting of material as per the instruction of Engineer-in-charge.
No. of Times
3
3 Maintenance of Weighing cum tipping machine :
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A. Replacement of feed belt/pulleys
of weighing machine Nos. 32
B. Alignment of sprockets & chain Nos. 15
C.
Removal of distance pieces & fixing back
Nos. 48
D.
Bearing replacement including gas cutting
Nos. 15
E.
Opening & box up of covers (both sides)
Nos. 48
F. Replacement of skirts of Bag holders of weighing machine stations of Line I (Removal of old skirt, cutting/marking, ; punching of holes and bolting the skirts
Nos. 100
G. Replacement of skirts of Bag holders of weighing machine stations of Line II. Dismantling of bag holder assembly, removal of old skirts, cutting/marking, punching of holes and bolting the
Nos. 8
Page 67 of 74
skirt and reassembling of bag holder assembly.
4 Maintenance of Dedusting Blowers
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A Replacement of V-Belts (Complete Set) for Dedusting Blower DE-1 / DE-2 / DE-3 /DE-4 / DE-5 / DE-6/ Delumber, including alignment of pulley, shifting of material, removal of guards, gas cutting, bolting etc, required for the job as per the instruction of Engineer-in-charge.
Nos. 3
B Replacement / Inspection of Bearings in Plumber Blocks of Dedusting Blowers DE-1/2/3/4/5A&B/6 including shifting of material required if any.
Nos. 14
C Opening & box up of inspection covers (manholes)(square shape equivalent/approx size is 22" x 150 lbs)
Nos. 168
5 Maintenance of Delumbers
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A Repairing of MC 1.1 / 1.2 / 21 / 21 R Delumbers including Guard opening, Hood opening, rotor straightening, making the rotor free, Hood boxing-up as per the instruction of Engineer-in-charge. Any gas cutting / Welding required for the job is included in Contractor's Scope.
No. of Times
52
B Replacement of Bearing in Plumber Block including shifting of material required if any.
No. of Times
20
Page 68 of 74
6 A Repair in wagons of rakes coming from railway for loading of Urea in bagging plant by gas cutting of CS/gouging of protruded unwanted foreign material or /and repairing the damage floor and wall(s) plates inside the wagon by heating, hammering or/and closing large openings by patch welding of palate(s) by stitch/tack welding as instructed by engineer in charge. Job occurrence is round the clock and contractor has to depute manpower immediately at very short notice. The quantum of jobs involve but not limited to the above
No. of Times
1450
7 Maintenance of Tensioning Device
Sl. No.
Description Unit Qty. Unit Rate
Amount
(Rs.)
A Replacement / Overhaul of takeup assembly:Job includes removal of guard, dismantling of tailpulley, removal of take up assembly, overhaul of assembly, fixing back take up assembly, assembly oft ail pulley, inspection/replacement of tail pulley bearings, alignment of pulley and fixing of tail pulley guard. Job may also includes gas cutting job involved
No. of Times
64
B Overhaul of tensioning device:Jobincludesdismantlingoftensioningdevicebygascutting,grindingofchannels,replacinginternals,welding of block, and assembly of tensioning device.
No. of Times
64
20 Load testing of lifting tools & tackles:
Sl. No.
Description Make Locati
on Qty.
(Nos.) Unit Rate
Amount
(Rs.)
A. Testing of EOT Cranes :
1 2 hooks 14.03 m 30Te/5Te Khandelwal
Amm C.H. I 2
2 2 hooks 16.80 m 20Te/5Te -Do-
Amm C.H. II 2
3 2 hooks 20.0 m -Do- U.C.H. 2
Page 69 of 74
25Te/5Te 11/21
4 2 hooks 18.90 m 25Te/5Te -Do-
U.C.H. 31/41 2
5 7.0 m , 5 Te Garlick
Amm storage Old/New
2
6 10.0 m , 5 Te -Do- I.A.C. 1
7 26.5 m , 10 Te Demag CPP/GTG 1
8 15.25 m , 1 Te Khandelwal Bagging 2
9 19.12 m , 10 Te Garlick Workshop 1
10 18.655 m , 5 Te -Do- Workshop 1
11 18.90 m , 10 Te -Do-
Locoshed
1
B. Testing of Chain pulley blocks :
1 Capacity upto 2 T
13
2 Capacity above 2T upto 5 T
14
3 Capacity above 5T upto 7.5 T
1
4 Capacity above 7.5T upto 12T
4
5 Capacity above 12T upto 15T 2
6 Capacity above 15T upto 20T 1
C. Reconditioning of chain pulley blocks :
1 Capacity upto 2 T
10
2 Capacity above 2T upto 5T
5
21 Maintenance of Old silo scrapper and New silo scrapper
1 Maintenance of Conveyors Belt System of New silo scarpper(NSS)
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
Page 70 of 74
A Replacement of the Gear Boxes including decoupling, shifting the gear box from Store to Site and Site to Store and coupling after alignment. However, alignment of the Gear Box shall be in NFL Scope.
Nos. 3
B Overhauling of the Discharge gear box in position, including decoupling, coupling after alignment, material shifting from store to site and Site to Sore as per requirement and instruction of Engineer-in-charge. However, alignment of the Gear Box shall be in NFL scope.
Nos. 2
C Inspection of gear coupling/pin & bush coupling/ Fluid couplings. However, alignment job shall be in NFL Scope.
Nos. 4
D Replacement of the Pulleys including shifting of pulleys from Store to site and Site to Store as per the instruction of Engineer-in-charge. Any gas cutting, bolting, etc. required for the job is included in the Contractor's scope.
Nos. 4
E Replacement of the Idlers including shifting of idlers from Store to site and Site to Store as per the instruction of Engineer-in-charge.
Nos. 40
2 Maintenance of Conveyor Belts (NSS)
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A Replacement of Discharge conveyor Endless Belts, including removal/fixing back of all idlers, pulleys, shifting of material, removal of guards, gas cutting, bolting, idlers bracket replacement as per the instruction of Engineer-in-charge.
Nos. 2
3
Maintenance of Chain Links and Buckets of Elevator, and Chain Links and scrapper Blades boom (NSS) :
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
Page 71 of 74
A. Removal and Replacement of Bucket. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the joband opening and box-up of Nut bolts of the bucket and shifting of old removed bucket to the yard.
Nos. 50
B. Alignment of sprockets & chain Nos. 4
C. Removal and Replacement of Blade. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket and shifting of old removed Blade to the yard.
Nos. 35
D. Removal and Replacement of scrapper chain link. The job included but not limited to shifting of new Links from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket/blade , removal & fixing of pins and shifting of old removed chain link to the yard.
Nos. 100
4 Maintenance of Conveyors Belt System of Old silo scrapper(OSS)
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A Replacement of the Gear Boxes including decoupling, shifting the gear box from Store to Site and Site to Store and coupling after alignment. However, alignment of the Gear Box shall be in NFL Scope.
Nos. 2
B Overhauling of the Discharge gear box in position, including decoupling, coupling after alignment, material shifting from store to site and Site to Sore as per requirement and instruction of Engineer-in-charge. However, alignment of the Gear Box shall be in NFL scope.
Nos. 2
Page 72 of 74
C Inspection of gear coupling/pin & bush coupling/ Fluid couplings. However, alignment job shall be in NFL Scope.
Nos. 4
D Replacement of the Pulleys including shifting of pulleys from Store to site and Site to Store as per the instruction of Engineer-in-charge. Any gas cutting, bolting, etc. required for the job is included in the Contractor's scope.
Nos. 4
E Replacement of the Idlers including shifting of idlers from Store to site and Site to Store as per the instruction of Engineer-in-charge.
Nos. 40
5 Maintenance of Conveyor Belts (OSS)
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A Replacement of Discharge conveyor Endless Belts, including removal/fixing back of all idlers, pulleys, shifting of material, removal of guards, gas cutting, bolting, idlers bracket replacement as per the instruction of Engineer-in-charge.
Nos. 2
6 Maintenance of Chain Links and Buckets of Elevator, and Chain Links and scrapper
Blades boom (OSS) :
Sl.
No. Description Unit Qty.
Unit Rate
Amount
(Rs.)
A. Removal and Replacement of Bucket. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job.and opening annd box-up of Nut bolts of the bucket and shifting of old removed bucket to the yard.
Nos. 55
B. Alignment of sprockets & chain Nos. 4
C. Removal and Replacement of Blade. The job included but not limited to shifting of new bucket from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of
Nos. 35
Page 73 of 74
Nut bolts of the bucket and shifting of old removed Blade to the yard.
D. Removal and Replacement of scrapper chain link. The job included but not limited to shifting of new Links from store or yard to position, opening and box-up of manholes required for approach to executed the job and opening and box-up of Nut bolts of the bucket/blade , removal & fixing of pins and shifting of old removed chain link to the yard.
Nos. 100
GRAND TOTAL (Rs.)
Final Value (Words) Rs.………………………………………………………………………………………….only.
Page 74 of 74