BTI CW-178 EPOXY - National Fertilizers · NIT No. NFB/Civil/CW-178 Date ... The main Prilling...

30
1 National Fertilizers Limited, Bathinda Civil Department INDEX Sub:- “Epoxy painting to the internal surfaces of Prilling Tower during ATA - 2015” NIT No. NFB/Civil/CW-178 Date 09.01.2015 Sr. No PARTICULARS FROM PAGE TO PAGE No. OF PAGES 1. Index 01 01 01 2. Covering letter of NIT 02 04 03 3. Notice Inviting Tender 05 05 01 4. Eligibility Criteria 06 07 02 5. Evaluation Criteria 08 08 01 6. Declaration Form-I 09 09 01 7. Declaration Form-II 10 10 01 8. Definition of terms 11 12 02 9. General Terms & Conditions 13 22 10 10. Declaration of Tenderer for downloading the tender document 23 23 01 11. Technical Terms and Scope of Work 24 30 07 TOTAL 30 13. Scheduled of Quantities 01 02 02 GRAND TOTAL OF PAGES 32

Transcript of BTI CW-178 EPOXY - National Fertilizers · NIT No. NFB/Civil/CW-178 Date ... The main Prilling...

1

National Fertilizers Limited, Bathinda Civil Department

INDEX

Sub:- “Epoxy painting to the internal surfaces of Prilling Tower during ATA - 2015”

NIT No. NFB/Civil/CW-178 Date 09.01.2015

Sr.

No

PARTICULARS FROM

PAGE

TO PAGE No. OF PAGES

1. Index 01 01 01

2. Covering letter of NIT 02 04 03

3. Notice Inviting Tender 05 05 01

4. Eligibility Criteria 06 07 02

5. Evaluation Criteria 08 08 01

6. Declaration Form-I 09 09 01

7. Declaration Form-II 10 10 01

8. Definition of terms 11 12 02

9. General Terms & Conditions 13 22 10

10. Declaration of Tenderer for downloading

the tender document

23 23 01

11. Technical Terms and Scope of Work 24 30 07

TOTAL 30

13. Scheduled of Quantities 01 02 02

GRAND TOTAL OF PAGES 32

2

Covering Letter of NIT

ANNEXURE-I Ref.No. NIT No. NFB/CIVIL/CW-178 Dated: 09.01.2015 To, __________________________ __________________________ __________________________ Sub: Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015. Dear Sirs, Sealed tenders are invited for the work as detailed below: 1. Name of Work : Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015. 2. Earnest Money Rs.50,000/-

3. Tender Fee: Rs.750/-/-

4. Estimated Value of the work: Rs.46.84 lakh.

5. Time of Completion: 35 days.

a. The validity of contract shall be 12 months during which period the job can be

started / handed over, any time, after the award of work.

b. The main Prilling Tower shaft shall be completed within a stipulated period of 28

days and balance jobs to be completed within the remaining period.

6. Last date of issue of Tenders: Upto 12.30 P.M on 10.02.2015

7. Last date and time of Receipt of Tenders: Upto 1500 Hrs. on 11.02.2015

8. The date and time of Opening of Tenders: At 1530 Hrs. on 11.02.2015

9. Place of receipt and Opening of Tenders: Office of Chief. Manager (Civil)

10. All request for interpretation, clarification & queries in connection with tender shall be addressed in writing to Issuing Authority e.g. Chief Manager (Civil) at least 7 (SEVEN) days prior to the closing date of the tender.

11. The Tender shall be submitted duly superscribed (Name of the work e.g. Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015. 12. The rate should be quoted in the Units given in the Schedule of Rates. The rates should be quoted in words and figures. The rates quoted shall remain valid for 120 days from date of opening of tenders for the acceptance.

3

13. National Fertilizers Limited reserves the right to reject any or all tenders without assigning any reason whatsoever and also do not bind to accept the lowest tender. The tender can be split between two or more contractors without assigning any reason thereof as per the requirement on case to case basis.

14. Tender shall be submitted in THREE SEPARATE SEALED Envelopes as under: Envelope No.1: Will be superscribed “EM” (Earnest Money) and shall contain earnest money deposit of Rs.50000/- and Rs.750/- as Tender Fees in the form of a crossed demand draft (separate for both amount) issued by any scheduled bank except rural and cooperative bank in favour of National Fertilizers Limited, Bathinda payable at Bathinda Envelope: No.2: Will be superscribed “TC” (Terms and Conditions) and shall contain terms and conditions set for the tender by tenderer for his offer (in duplicate) and which are at variance from the terms and conditions of the tender documents issued by NFL and the documents as per Para 16 & 18. (DECLARATION FORM –I & II As per annexure IV & V to be enclosed in this envelop) Envelope 3: Will be superscribed “PB” (Price Bid) and shall contain the rates and amount quoted in the prescribed schedule of rates. All the three sealed envelopes shall be submitted in a separate sealed envelope superscribed”(Name of the job e.g. Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015. 15. Opening of Tenders Envelope No.1: Marked “EMD” containing Earnest Money will be opened first, on the schedule date of opening of tender in presence of those tenders who wish to be present at the time of Tender Opening. Envelope No.2: Marked “TC” will then be opened and discussion will be carried on with the respective tenderer for clarification, if any. Envelope No.3: Marked “PB” will be opened subsequently on the same day or at a later date, which will be intimated to tenderer. 16. Tenderer shall submit along with the tenders full particulars of their capacity, experience giving the list of similar jobs carried out by them during the last seven years, the complete address of organization for which such works have been executed and also substantiate their claims furnishing the copy of their credentials as per Eligibility Criteria. In the absence of these documents tender will not be considered.

4

17 The contractor 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. Price should be quoted strictly as per the Performa enclosed for Schedule of Price. 18 This letter shall form part of the contract document and shall be signed and returned along with the tender documents.

19 All pages shall be initialled at the lower right hand corner and signed wherever required in the tender papers by the tenderers or by a person holding power of attorney authorizing him to sign on behalf of the tenderer before submission of tender. All corrections and alterations in the entries of tender paper will be signed in full by the tenderer with date. No eraser or overwriting is permissible.

20 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.

21 While submitting the offer, bidders may ensure that tender document/offer has been signed by authorized signatory of the company. 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.

22 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.

23 The Tender shall be addressed to Chief Manager (Civil) Thanking you,

Yours Sincerely, for National Fertilizers Limited

(Sunil Jain) Chief Manager (Civil)

Encl:- Annexure – II – VIII.

5

NATIONAL FERTILIZERS LIMITED

( A Govt. Of India Undertaking )

SIBIAN ROAD, BATHINDA - 151 003 (Pb)

Ph. 0164-2270261, 2760262, FAX: 0164-2270463

No. NFB / CIVIL / CW - 178 Date: 09.01.2015

Sealed Tenders are invited from experienced and financially sound contractors in "Two Part Bid System" for the work of Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015 as mentioned below : -

Sr.

No

NIT No. Tender

Fee

(Non-

Refund-

able)

EMD

Overall

Time of

Comple-

tion

Last date & time for

Estimated

Cost of

work

Issue of

Tender

documents

Submission

of sealed

tenders

Opening of

Tenders

(Technical

Bids)

1. NFB/

CIVIL

/CW-178

dated 09.01.2015

Rs.

750/-

Rs.

50,000/-

35 Days

Rs.46.84

Lakh

Up to 12.30

P.M. on

10.02.2015

Up to 1500

hrs. on

11.02.2015

At 1530 hrs. on

11.02.2015

The contract period may be extended for another three months at the same rates, terms and conditions of contract.

Tender documents (non-transferable) can be had by the contractor or his duly authorized

representative from the office of the undersigned as per above schedule on submission of Tender

Fee. Tender fee (non-refundable) and earnest money shall be paid by demand draft only drawn

in favour of National Fertilizers Limited, Bathinda payable at Bathinda. Tender documents can

also be downloaded from our website www.nationalfertilizers.com, in that case, tender fee as

stated above is to be submitted in the form of separate Demand Draft.

NFL reserves it’s right to open the Price bids of only such contractors who are found to be

meeting the eligibility criteria based on the documents submitted by him/them in the

Technical bids. NFL further reserves it’s right to accept / reject any / all tenders in whole or in

part without assigning any reason thereof. Conditional tenders are liable to be rejected.

NFL takes no responsibility for delay, loss or non-receipt of tender document sent by post.

Tenders received through Post / Courier after 1500 Hrs on 11.02.2015 shall be rejected outright.

For & on behalf of

National Fertilizers Limited, Bathinda

Dy. General Manager (M & C)

6

TO BE SUBMITTED IN ENVELOPE – II ANNEXURE -II

ELIGIBILITY CRITERIA

NIT number NFB/CIVIL/CW-178 Date 09.01.2015 Name of work Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015.

Estimated value

Rs.46.84 lakh plus service tax extra

A: Commercial criteria S.No Description Financial

Year

Annual Turnover (Supporting

documents to be submitted)

1 Average Annual Financial turnover

during last three years ending 31st

March

of the previous financial year, at least

30% of estimated cost i.e. Rs. 14.05

lakhs

2011-12

2012-13

2013-14

Total

average

Turnover

2 Experience of having successfully completed similar works during last seven years

ending the day of month previous to the one in which applications are invited should be

either of the following:-

a. Three similar completed work

costing each not less than the amount

equal to 40% of the estimated cost i.e.

Rs. 18.74 lakhs (Please attach copies of

the work orders along with the

Performance / Completion Certificate)

1 Work Order Ref. No.

Name of Company

Contract Value

Contract Period

2 Work Order Ref. No

Name of Company

Contract Value

Contract Period

3 Work Order Ref. No.

Name of Company

Contract Value

Contract Period

7

OR

b. Two similar completed work

costing each not less than the amount

equal to 50% of the estimated cost i.e.

Rs. 23.42 lakh

(Please attach copies of the work orders

along with the Performance /

Completion Certificate))

1 Work Order Ref. No

Name of Company

Contract Value

Contract Period

2 Work Order Ref. No

Name of Company

Contract Value

Contract Period

OR

c. One similar completed work costing

each not less than the amount equal to

80% of the estimated cost i.e. Rs. 37.47

0lakhs

(Please attach copies of the work orders

along with the Performance /

Completion Certificate))

1. Work Order Ref. No

Name of Company

Contract Value

Contract Period

B: Technical criteria for definition of similar works :-

Definition of “Similar work” means, Epoxy painting of high rise concrete structures like Prilling Tower in Fertilizer Industries with minimum shaft height of 45.00 metres and internal shaft dia-metre of 13.00 metre. The tenderer must submit documentary evidence in support of above jobs carried out.

Signature of the Party/ Contractor with seal

8

ANNEXURE-III

EVALUATION CRITERIA

1. The Technical Bids of only such tenders shall be opened who has / have deposited the EMD in the requisite form as per our NIT.

2. The contract shall be awarded on Composite L – 1 basis. However, in case, it is found that L–1 tenderer has quoted non-workable rates for one / more items due to which they become L–1, NFL reserves the right to reject such tender. This condition shall be applicable on next lowest tender (s) also.

3. If the tenderer does not quote rate of any item, it may be noted that for evaluation purposes the same shall be taken based on the highest rate quoted by the other tenders. However, order shall be placed for the same item based on the lowest rate quoted by the other tenderers.

4 Contractors are required to quote their rates of the respective item of work as per the “UNIT” of Item mentioned in the Schedule of Quantities. If it is found that the contractor has quoted his rates against a particular item(s) by changing the “UNIT”, the such quoted rates of the contractor with the changed “UNIT” shall be ignored and treated as UNQUOTED RATE against that particular Item(s)and the tender shall be evaluated as Para 3 above.

9

DECLARARTION-FORM-I ANNEXURE -IV

Ref. No; Dated: ___________ To, Chief Manager (Civil) National Fertilizers Ltd. Bathinda I/We _________________________________________have read the conditions of tender attached hereto and agree to abide by such conditions. I/We offer to do the job of “Epoxy painting to the internal surfaces of Prilling Tower during ATA-2015 work at the rates quoted in the attached Schedule of Rates and in accordance with the specifications, standards and instructions in writing of the Engineer-in-charge of M/s. National Fertilizers Limited and hereby bind myself/ourselves to complete the work schedule and progress of work. I/We further agree to abide by the conditions of contract and to carry out all work within the specified time in accordance with specifications of materials and workmanship and instructions referred to in the Notice Inviting Tenders. In case of acceptance of the tender by National Fertilizers Limited, I/We bind myself/ourselves to execute the contract as per the conditions mentioned in the tender documents, failing which, I/We shall have no objection to the forfeiture of the Earnest Money lodged with National Fertilizers Limited, Bathinda. Thanking you Yours faithfully For M/s ____________________________ (Signature of Contractor/Tenderer with SEAL) Address: _____________________________

10

ANNEXURE - V

DECLARATION FORM-II

The following declaration to be signed by Contractor and to be submitted along with required documents which would be duly self certified: -

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 and Designation of the Employee

Place of Posting Relation with Employee

2. P.F. Registration No of the Contractor to be intimated

along with Documentary proof thereof. P.F. Registration Number

3 PAN of the Contractor to be intimated along with Documentary Proof thereof.

PAN No

4 Service Tax Registration No. with Documentary Proof. Accounting Code No. S.T.Code No.

…………………… …………………… ……………………

5 ESI Registration No. Along with documentary proof thereof.

ESI Regd. No.

6.

If the party is registered as Micro/Small/Medium Enterprises as per MSMED Act,2006, the same may be confirmed by the party and submit a photocopy (Self certified) of the registration certificate in support thereof. Otherwise it will be construed that the party is not registered as per MSMED Act, 2006.

7 The bidder shall submit the name and address of the firm/company along with its constitution giving status of the same such as sole proprietorship/partnership or limited/private firm etc. Along with its copies duly attested by Notary Public as evidence. NOTE :- All documentary evidences should be self attested.

8. The bidder shall submit undertaking regarding Labour Licence, as per the following format: “In case this job is awarded to us i.e. M/s _____________, we shall obtain Labour License, if applicable to us as per rules, from the appropriate Licensing Authorities i.e. Central/State Government, as applicable from time to time, under the Contract Labour (R&A) Act, 1970 & the rules enacted there under and submit a copy of the same to NFL, Bathinda before start of execution of contract work in NFL, Bathinda”. Signature of the Contractor/ Tenderer with SEAL PLACE : ______________ Dated : ________________

11

Annexure-VI 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.

12

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. 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.

13

Annexure-VII

NATIONAL FERTILIZERS LIMITED GENERAL TERMS & CONDITIONS

1.1.0 The execution of the work may entail working in all the site and weather condition 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 Engineer in-charge and the Contractor should take this aspect into consideration for formulating his rates and quotation. No extra claim/overtime will be paid on this account.

1.2.0 Electricity and Water shall be provided free of cost by NFL at one point and further distribution network shall be made by the contractor at their own cost. Air compressor of required capacity for sand blasting shall be arranged by the contractor at their own cost to obtain the required air pressure.

All lifting tools & tackles are to be got tested under the Competent Person authorized by Punjab Government from time to time and the certificates duly verified by Competent Authority are to be submitted to the Department before taking up the job.

1.3.0 Suitable accommodation will be provided for the contractor or his authorized representative on

chargeable basis, if available, NFL may allot land for putting temporary Godown/ workshop for

making storage, work site by the contractor, free of cost.

1.4.0 The contractor shall have to make his own arrangements for all Tools & Tackles, Skilled

and Unskilled labours etc. required for the job. The work is subject to inspection at all time by the Engineers-in-charge and the Contractor shall have to carry out the work to the entire satisfaction of the Engineer-in-charge.

1.5.0 Sub-Contracting of the job will not be allowed without prior written permission of the owner (NFL).

1.6.0 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 for the work under the present Contract, shall be paid by NFL. The contractor is to provide documentary evidence for registration under service tax for the said contractual work/services. 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. 1.7.0 The rates quoted will be firm for the currency of the contract period and will not be subjected to

escalation irrespective of any increase what so ever. The rates quoted for materials, if any, are F.O.R.

Bathinda and are inclusive of all taxes. No VAT will be paid as extra.

1.8.0 The Tenderer should make a deposit of Rs.50,000/- (Rs. Fifty Thousand only) as Earnest Money and Rs.750/- as Tender Fees by an A/C Payees Demand Draft, drawn on any

14

Scheduled Bank except Rural or Co-Operative Bank in favour of "National Fertilizers Limited, Bathinda” payable at Bathinda. The Earnest Money and Tender Fees shall not be accepted in any other form except specified. Earnest Money and Tender Fees should accompany the Tender in separate Envelope without which tender will not be opened and it will be considered as rejected. 1.9.0 The following tenders will be liable to summary rejection: a) Tenders submitted by Tenderer who resort to canvassing. b) Tenders, which do not fulfil any of the conditions, laid down in the Tender Documents or are incomplete, in any respect. c) Tender, which contain uncalled for remarks or any alternative additional conditions. d) The company reserve 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 Tender without assigning any reasons. 1.10.0 If the tenderer has relations whether by blood or otherwise with any of the employees of the NFL, the tenderer must disclose the relation 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. 1.11.0 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. 1.12.0 In every case in which by virtue of provision of ESI Act 1948 or any other Law for the time being enforce, NFL is obliged to pay compensation to a Workmen employed by the Contractor for the execution of the work, NFL will recover the amount of the compensation so paid from the Contractor's bill. a) The contractor will be solely responsible for any liability for his workers in respect of any accident, injury etc. arising out of and in the course of Contractor’s employment. For this purpose he shall obtain ESI Registration Number from Appropriate Authorities and deposit both Employer's as well as employees share of ESI contribution each month with ESI Authorities and also make necessary compliance of the provisions of the Act. The Contractor shall be responsible for recovery of employees share of ESI contribution from the concerned Contract Labour and NFL will not bear any liability whatsoever on this account. Further, he will also indemnify NFL against any damages/interest that may be imposed by ESI Authorities on account of non-payment/delayed payments towards ESI. b) The Contractor shall ensure that contribution on account of ESI is deposited by due date of month and he will be required to furnish photocopy of ESI challan every month by 21st of the month following the month to which it relates. For this purpose, every month the contractor shall submit to NFL a copy of wages sheet as a proof of wages paid to the staff, treasury challan regarding depositing of ESI amount etc. for perusal of officer in charge and will also submit quarterly/periodically statements of ESI etc. as required under various labour laws in respect of staff engaged in execution of jobs. He will also submit half yearly return of ESI. 1.13.0 Wages shall be paid by the Contractor to the workman directly without the intervention of any Jamadars or Thekedars and contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by Jamadars from the wages of workmen. 1.14.0 The contractor may employ such employees/ labours as he may think fit and the employees so employed should be employees of contractor for all purposes whatsoever and shall not be deemed to be in the employment of NFL for any purpose whatsoever. The contractor shall abide by all rules, laws and regulations that may be in force from time to time regarding the employment or conditions of service of the employees. If under any circumstances whatsoever, NFL is held responsible in any manner whatsoever for the default or omission on the part of the Contractor in abiding by the aforesaid rules, regulations and laws or held liable or responsible to the employees of the contractor in respect of any matter whatsoever and called

15

upon to make payments on that account, NFL shall be reimbursed by the contractor for the same as also any other expenses costs and charges incurred by NFL in any proceeding or litigation arising out of any claim, demand or act on the part of the employees of the contractor, NFL shall be entitled to claim, demand or compensation from the contractor in that event. NFL shall also be entitled to recover the aforesaid amount from the Contractor that may become due and payable to Contractor. 1.15.0 Interested tenderer after studying the tender documents carefully, may obtain necessary clarifications, if any in writing before tendering, Submitting of tender implies that the Tenderer has obtained all the clarifications required No claim on ground for want of knowledge in any respect will be entertained. No claim for extra charge consequent on any misunderstanding or otherwise will be allowed. 1.16.0 The Contractor shall be liable to the company for any omission or Commission on his part or on the part of his employees thereby causing any loss, damage or inconvenience to the company. 1.17.0 The Contractor shall make his own arrangement for removal of old as well as unused material, including packing materials and empty cases free of cost from work site to the place indicated by the Engineer-in-charge after completion of work and nothing extra will be paid. 1.18.0 The decision of Engineer-in-charge in regard to all matters relating to the Tender and for determine the category of work with reference to material of an item not mentioned in scope of work shall be final. 1.19.0 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.

1.20.0 QUANTUM OF JOB: Estimated value of work has been given on the basis of job executed during the last year. NFL will not give any guarantee for minimum billing, minimum quantum of work during the contract period. 1.21.0 If the Contractor is unable to execute the work any loss incurred by the company in this respect, will be, to the Contractor’s account. The company may also terminate the contract after giving a three-day’s 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 the period of the contract and debit the cost plus 25% to the Contractor. 1.22.0 VALIDITY OF THE CONTRACT:- The validity of the contract shall be 12 (twelve) months from the date of issue of LOI/work order and can be further extended for the period of three months at the sole discretion of NFL. The job can therefore, be got done any time during the tenure of the contract. Normally Notice for a period of 7 days be given for starting the job but the Contractor should be able to mobilize within 24 hours, if the necessity so arises. 1.23.0 FORCE MAJEURE:- The terms and conditions agreed upon under the contract shall be subject to Force Majeure. Neither the contractor nor NFL shall be considered in default in the performance of their obligation contained therein, if such performance is prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolutions, Civil Commotion, Strike, Epidemics, Accidents, Fires Flood, Earthquake, regulation or ordinance or requirement of any Government or any sub-division thereof, or authority or representative of any such Govt. and/or due to

16

technical snag/reasons or any other Act whatsoever, whether similar or dissimilar to those enumerated beyond the control of the parties hereto or because of any act of GOD. The party so affected, upon giving prompt notice to the other party shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists provided that the party so affected shall use its best efforts to avoid or remove such causes of non-performance if possible and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of Force Majeure lasting continuously for a period of one week, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract. 1.24.0 LOSS TO PLANT DURING EXECUTION: - Any damage or loss caused to plant Equipment etc. during execution of this contract will be made good by the contractor at his own cost and risk. 1.25.0 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 Contractor shall have to carry out the work in accordance with any instruction which may be given to him in writing duly signed by Engineer-in-charge. Such alteration, omission, 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 condition in all respects on which he has agreed to do the main work. 1.26.0 If the rate for the 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 rate as per specifications in the rate contract for that work. a) 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 material 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. b) In case, the Contractor fails to do 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. 1.21.0 of General Terms and Conditions. 1.27.0 SECURITY: The Security Deposit together with EMD/Initial Security Deposit shall be 10% of the contract / Works order value. In case of AMC/ARC, Initial Security Deposit (ISD) shall be 2.5% of the Contract Work Order 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. The balance amount shall be recovered @ 7.5% from each running bill and the final bill as to make the total security deposit at 10% of the Contract / Work Order Value. In case work is split between two or more parties, SD shall be submitted based on the value of split order. No interest shall be paid on security deposit. Any amount recoverable from the contractor shall be deducted from security deposit. Security deposit shall be returned to contractor after obtaining „No objection certification‟ from executive department after expiry of „Defect Liability Period‟.

17

1.28.0 PERIOD OF LIABILITY: The Contractor shall guarantee for the work done for a period of 12 months from the date of Completion of work. Any damage or defect may arise or lie undiscovered at the time of completion certificate, in the workmanship shall be rectified or replaced by the Contractor. In default, the Engineer-in-charge may cause the same to be made good by other Contractor and deduct expenses (of which the certificate of Engineer-in-charge shall be final) from any sums that may be there or at any time thereafter become due to the Contractor from his Security Deposit. 1.29.0 PROCEDURE FOR MEASUREMENT/BILLING OF WORKS IN PROGRESS: a) 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 method outlined in the special, General Terms and Conditions of the contract. Such measurement will be got recorded in measurement book/sheet by the Engineer-in-charge or the authorized representative and signed in token of acceptance by the Contractor or his authorized representative. The Contractor will submit a bill in approved Performa 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. b) Running Account Payment: All running account payments shall be regarded as payments by way of advance against the final payment only and not as payments for work actually done. c) 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 has been completed in all respect 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 Performa with reference to total work covered by the contract such bill to be drawn up after 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 conclusive. d) Final Certificate: Within fifteen days of the contractor's application made after the expiry of the period of defect liability provided for in clause 1.28.0 here of and satisfaction of all liabilities of the contractor in respect there of the Engineer-in-charge that the contractor has performed his 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 the completion certificate or payment of the final bill by NFL.

1.30.0 TERMS OF PAYMENT:

a) Contractor shall submit bill in triplicate to the Civil Department along with measurement sheet duly verified by area in-charge. The area in-charge will forward the bill after verification to F&A Deptt. for payment through HOD.

18

b) Payment of monthly running account bill complete in all respect shall be made after making necessary recoveries as per contract within 30 days of receipt of bill. 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. c) The contractor has the option to receive payment through Electronic Funds Transfer (EFT)/RTGS Process. For this option, they may submit their bank particulars i.e. Customers Name, Name of the Bank, Bank Account No.(All digits in case of CBS branches),Place of branch, Branch Code(IFSC CODE-II digits) to enable NFL to release payment accordingly. All bank charges will be to their account. 1.31.0 PRESERVATION OF FREE ISSUE MATERIAL: All materials issued to the contractor by the owner shall be preserved against deterioration and storage while under contractor’s custody, Any damage/losses suffered on account of non-compliance with the requirement stipulated herein shall be considered as losses suffered due to wilful negligence on the part of the contractor and he shall be liable to compensate NFL for the losses suffered at panel rates to be determined by the Engineer-in-charge with reference to the rates charged for the purpose of recovery shall be final and binding on the contractor. 1.32.0 SCRAP ALLOWANCE:

Contractor will plan the work in such a way that the wastage to be minimum Following scrap allowance will be allowed. Beyond the allowance, the wastage will be chargeable to the contractor on NFL rate +25% + All Taxes will be charged extra.:

S.No PARTICULARS SALVAGEABLE

A STRUCTURE 2.5%

B PIPE 3.0 %

1.33.0 ISSUE OF MATERIAL FROM NFL: Any issue of materials from NFL stores not covered in NFL obligation will be issued and charged on NFL issue rate +25% + All Taxes will be charged extra. The issue of such material will be sole discretion of NFL. 1.34.0 ISSUE OF GAS CYLINDER: Contractor has to make his arrangement for Oxygen and Acetylene Gas. However, the Oxygen and Acetylene gas can be issued on chargeable basis in exigencies subject to the availability constituting following components. a) Invoice price of gas. b) Rent for each Cylinder per day. c) Department charges. d) Cost of collection and return of empty Cylinder. 1.35.0 MATERIAL TRANSPORTATION: The contractor shall make his own arrangement for Transportation of the material from stores to site of work and to the place of erection etc. at his own cost for making temporary stores/work sites, NFL may indicate an area at its own discretion for putting up of a temporary hut/shed.

19

1.36.0 PENALTY: In the event of work is not completed according to the time schedule, the contractor shall have to pay

Penalty to the NFL at the rate of 1% of the total value of work for delay of every day or part thereof,

subject to a ceiling of 10% of the total value of the work.

1.37.0 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 which directs 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 of the part thereof at any time and no claim whatsoever on this account will be entertained. In case of any dispute the contractor may appeal to the Engineer-in-charge whose decision shall be final and binding. 1.38.0 JURISDICTION: Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the subject matter of the reference if the same had been the subject matter of a suit, any and all actions and proceedings arising out of or relating to the contract (including any arbitration in terms thereof) shall lie only in the court of competent authority civil jurisdiction in this behalf at Bathinda ( where this contract has been signed on behalf of the owner) and only the said courts shall have jurisdiction to entertain and try such action(s) and or proceeding (s) to the exclusion of all other courts 1.39.0 CONCILIATION & ARBITRATION: “Except where otherwise provided in the contract all matters, question 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 matter relating to the contract or the breach thereof or the respective rights or liabilities of the parties during or after completion of the works or whether before or after termination, shall after written notice by either by either party to the contract be referred to the arbitration of the Unit Head/ED/Functional Director/Chairman & Managing Director, National Fertilizers Ltd. or his/her nominee. The arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under shall govern the Arbitration proceedings. The contractor herby agrees that he shall have no objection if the arbitrator so appointed is an employee of NFL and he had to deal with the matter to which contract relates and that in the course of his duties as such he has expressed his views on all or any of the matter in dispute of differences. If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit. 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 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 as applicable to NFL on date of award of contract.” 1.40.0 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 may misbehave or cause 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.

20

1.41.0 SAFETY REGULATION: The contractor shall observe and abide by all 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, he will do familiarize him 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 statutory obligation. The contractor shall not undertake any hot job without safety work permit. He has to maintain First Aid Box in his office. Also necessary safety equipment like Helmets, Hand Gloves, Face Shield, Safety Belt etc are to be provided to his workmen by the contractor. However special Safety equipment required as per the job requirement will be provided by NFL free of cost. For any default / accident / loss due to negligence of Contractor/ workers, the liability of Contractor shall be “Absolute liability”. 1.42.0 CONTRACTOR TO EXECUTE AGREEMENT: The contractor’s responsibility under this contract will commence from date of issue of the Letter of Intent. The Tender Documents, other documents exchanged between the Tenderer and NFL, the letter of acceptance and work order shall constitute to the contract. The successful Tenderer shall be required to execute an agreement on a non-judicial stamp paper of prescribed value with NFL within 10 days (Ten days) of receipt by him of the Letter of Intent. The agreement to be executed will be in Agreement Form specified by NFL. The cost of the Stamp Papers will be borne by the contractor. 1.43.0 BIDDER TO ACQUAINT HIMSELF FULLY The Bidder may visit the site and shall acquaint himself fully and thoroughly with the conditions and limitations including scope, requirements 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 any claim whatsoever will be entertained on the plea of ignorance or overlooking. The Bidder shall give an 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. 1.44.0 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. 1.45.0 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 Consultant

21

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. Abandons the work Persistently disregards the instructions of the OWNER in contravention of any provision of the CONTRACT. Or persistently fails to adhere to the agreed program of work Or Sublets the work in whole or in part there of without OWNER‟s consent in writing. Performance is not satisfactory or work is abnormally delayed. Defaults in the performance of any material undertaking under this CONTRACT and fails to correct such default to the reasonable satisfaction of the OWNER 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. Such termination will be by 15 (fifteen) days’ notice in writing and no claim/compensation shall be payable by the OWNER as a result of such termination, excepting the fees and costs for the meaningful services rendered by the CONSULTANT and acceptable to OWNER, up to the date of termination. 1.46 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. In the event the Contractor fails to fulfil his obligations under the CONTRACT, the OWNER shall have the right to get the work done by any other agency/own resources at the risk and cost of the Contractor. 1.47 TIME EXTENSION If the Contractor requires any extension of time for completing the Work under the CONTRACT he must apply to the OWNER within seven days from the date of the occurrence of the event on account of which he desires such extensions and the OWNER may, if he thinks such request reasonable, grant such extension of time as he may think necessary. 1.48 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-fulfilment of any reciprocal promise. Unilateral stoppage of work by the Contractor shall be considered a breach of CONTRACT and the OWNER shall be within its rights to take suitable and necessary action as it may deem fit to adequately protect its own interests. 1.49.0 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. 1.50.0 The contractor shall abide by all the Laws/Acts/Rules/ Regulations and is required to discharge all other statutory obligations and maintain registers and records under the various Labour Laws/rules enacted and amended by the Appropriate Government from time to time,

22

including Contract Labour (R&A) Act, 1970, Payment of Wages Act 1936, Minimum Wages Act, 1948, Factories Act, 1948, Employees Provident Fund (Misc. Provisions) Act 1952, Industrial Disputes Act, 1947, Employees State Insurance Act, 1948. The workman’s Compensation Act, 1923 (in the absence of coverage of employees under Employees State Insurance Act 1948), Punjab Labour Welfare Fund Act, 1965 etc. 1.51.0 The Contractor shall ensure that the Payment of minimum rates of wages to his contract workers as fixed and revised from time to time by the Appropriate Authority i.e. Central Government/State Government as applicable from time to time under the Minimum Wages Act, 1948. If at any time, it is noticed or it comes to the knowledge that the payment to the labour 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. 1.52.0 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. 1.53.0 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 labourers. 1.54.0 EXECUTION OF CONTRACT Contract shall be executed on Non Judicial Stamp of adequate value, as per prevailing rates in the concerned state. Contract shall be duly signed and notarised on the date of signing / execution, by both the parties. All relevant documents should be mentioned as part of contract in the works contract. The contract should provide for Indian Law as applicable law. Deviations can be considered for international contracts only where the bidder insists otherwise and the nature of the contract, with the approval of competent authority. 1.55.0 INDEMNIFICATION The contractor shall have to furnish Indemnity Bond (as per format enclosed as Annexure-XI) for value of Rs....N/A ...towards the material being sent for repair (This Clause shall be applicable for repair of materials).

(Sunil Jain) Chief Manager (Civil)

23

24

ANNEXURE -VIII

TECHNICAL TERMS AND SCOPE OF WORK

1.0 THE GENERAL TERMS AND CONDITIONS OF CONTRACT (GTC) WHICH

WILL FORM PART OF THE CONTRACT AGREEMENT MAY BE

STUDIED BY THE CONTRACTORS BEFORE SUBMISSION OF THEIR

TENDERS, IN THE ABSENCE OF WHICH IT WILL BE PRESUMED THAT

THE CONTRACTOR HAS SEEN, STUDIED AND ACCEPTED THE GTC.

THESE CONDITIONS OF CONTRACT AS STIPULATED IN THIS

DOCUMENT ARE IN CONTINUATION OF GDCC AND SHALL ALSO

FORM PART OF THE CONTRACT.

i. Wherever these conditions contradict any clause as contained elsewhere

in the tender document, the condition/specification as mentioned in this

document shall supercede those relevant conditions.

ii. No compensation for any damage done to the executed job or to the raw

materials stored at site, by rain, flood, or any other unavoidable

circumstances, or natural calamities during the execution of work or up to

expiry of liability period, shall be made by NFL.

2.0 SPECIFICATIONS :

i) The specification for workmanship shall be as described in the Central

Public Works Department latest “specifications” including amendments,

unless otherwise specified. These CPWD specifications shall be deemed to

form part of this contract.

ii) The CPWD specifications shall take precedence over the provisions in the

Bureau of Indian Standards (BIS) specifications/Indian Road Congress

(IRC). Wherever CPWD specifications are silent, the relevant BIS / IRC

specifications shall be referred.

iii) In case of any class of work for which there is no such specification as laid

down in the contract, such work shall be carried out in accordance with the

recommendations of the manufacturer of raw materials/instructions and

requirement of the Engineer-in-charge.

3. 0 SCOPE OF WORK

3.1 The existing anticorrosive treatment i.e. epoxy painting on the internal surfaces of

Prilling Tower shaft, its lift well & epoxy painting other areas in plant areas has been

damaged and outlived its life which is proposed to be re-done first by doing

removing the existing treatment/loose materials, repairing with epoxy putty and

thereafter painting with epoxy paint to prevent corrosion to the Reinforcement

Cement Concrete, during the ATA-2015 tentatively. It may be noted that special

25

type of scaffolding/jhulla has to be provided by the party for carrying out jobs inside

the Prilling Tower espepcially at the area above the CFD floor to top of Prilling and

below the area upto ground floor. In addition on the floors, columns, ceilings, walls

on horizontal / vertical surfaces, in the various areas such as Dust Chamber,

Umbrella Shaft, Melter Floor of Prilling Tower ( Urea Plant ), is also proposed to

be re-done during ATA to avoid deterioration of these structures. The concrete

portion at various areas inside the Prilling Tower have to be attended with epoxy

putty / painting work. During ATA, if required any other plant areas shall be

checked and the damaged / outlived portion shall also be required to be re-done to

avoid corrosion of the structures.

3.2 The job has been planned to be executed during ATA 2015 of our plant. The

total completion period shall be 35 days. However, the contractor is required to

plan the job in such a manner so that the job relating to Prilling Tower shaft is

to be completed within a period of 28 days and balance jobs to be completed in

the remaining period. It is also be clarified that the contractor may have to do the

job round the clock (in suitable shifts) to achieve the target of completion without

affecting the production schedule of the plant.

3.3 The arrangements for all types of staging / scaffolding / winch Jhulla to approach

the site for executing the work shall be arranged by the contractor especially at

above and below the CFD floor. No mechanical equipments shall be removed at

CFD floor. All the jobs pertaining to arrangement of scaffolding/mechanical

winches shall be in the scope of contractor at their own cost.

3.4 Lifting tools, tackles and devices

a) Contractor has to ensure that the lifting machine (winches) hand operated only, all

are of same ratings (capacity), chain, slings, ropes and any other tool/tackle

required to carry out the job should be of ISI marked or equivalent standard.

b) All lifting tools, tackles and safety belts & lifting devices should also be got tested

from competent person (authorized by Punjab Government) and their test

certificates should be submitted before their use. Date of testing, identification

mark, safe working load should be marked on each tool.

c) Jhulla after erection to be tested & examined by a competent person (authorized by

Punjab Government) also and its test certificate should be submitted by the party

before start of work.

d) All required PPE’s like helmet, full body harness safety belt, safety goggles, safety

shoes, hand gloves etc. shall be of approved quality and in new / good condition.

e) All equipments should be checked daily before start of work and if found

defective, should be replaced immediately.

f) All other safety precaution shall be followed to carry out the work in safe manner.

3.5 Safety work permits will be issued for doing the jobs. Without safety work permit

duly issued by NFL, work will not be allowed to be carried out.

26

3.6 NFL will try its best to hand over the areas for applying the treatment but due to

plant operation difficulties, postponement of the plant shutdown, and break down in

doing the job may occur. NFL will not pay anything extra on account of idle hours

due to non-availability of the areas for doing the job at site. Contractors are

requested to see the site conditions first before quoting the rates as per conditions

mentioned in para 3.3.

3.7 For doing the work in plant area the workers, supervisors, Engineers are allowed to

come in the plant area with proper gate passes. NFL will issue necessary gate passes

to such persons for whom the request will have to be made by the contractor. NFL

will not be responsible for late entry of the persons through the gate due to the

absence of gate passes.

3.8 All consumable, non-consumable materials are to be got entered in the register

placed at the factory’s Main Gate, for which NFL will issue instructions for their

entry at the gate.

3.9 The contractors/tenderers are requested to visit the site before submission of

tender & to see the job conditions at site of work, as mentioned in para 3.3. and

the nature of the surface to be lined/treated. The extra claim whatsoever on this

account shall not be entertained afterwards.

3.10 In view of the special nature of the job, thorough inspection at all stages from

surface preparation to final touching of the treatment will be done in order to ensure

the quality of job. Such inspections will be carried out jointly by NFL and

contractor’s Engineer.

3.11 The R.C.C. surface shall be inspected and suitably repaired with epoxy putty by the

agency before applying the treatment to the surface.

3.12 The concrete surfaces should be made free from oil, grease and wire brushed to

remove dust/loose material.

3.13 Voids, depressions, if any, should be filled with epoxy putty according to

specifications, procedure and as per the directions of representative of NFL which

will be paid for separately as per item of SOQ.

3.14 During and after application falling of dust or water movement over lined surface or

scratching of lined surface should be strictly avoided. Any barricading or covering

the site with suitable material will be done by the contractor at his own cost without

any extra claim.

3.15 Since the above job is a shutdown job, the agency should mobilize all men and

materials to carry out the job round the clock and complete the shutdown jobs within

stipulated shutdown period. Necessary lighting arrangement shall be provided by

NFL free of cost for working in the night.

27

4.0 SURFACE PREPARATION :-

4.1 After removing/dismantling the existing damaged treatment the areas are to be prepared

for receiving the new treatment in the following manners :-

4.2 The internal surfaces of Prilling Tower shaft should be cleaned properly by sand blasting

(at the areas where three coat painting is to be done like Prilling Tower main shaft &

entire lift shaft from inside surfaces) OR through scrapping with hard wire brushes to

remove all the loose particles, peeled off painting /fibre reinforced cloth, urea/effluent

deposits. The area cleaned with sand blasting shall be measured & paid against Item No.1

of the SOQ. However, nothing is payable for scrapping, general cleaning of the areas

with wire brushes etc. which includes cleaning of grease or oil patches also.

4.3 All the pot holes patches, cracks are to be repaired with epoxy mortar (Putty payable

against item No.5), thereafter 2 OR 3 coats of epoxy painting will be provided as per item

at Sl. No.3 & 2 respectively, as per specifications mentioned in following Paras.

4.4 The tentative scope of work and the areas required to be treated with Epoxy painting and

epoxy screeding, after removing the existing peeled off / damaged painting/fibre glass

reinforced cloth and preparing the surface to receive fresh treatment and repairing the pot

holes cracks etc. with epoxy putty, is briefly mentioned below but is not limited to these

areas only but these items of work can also be got executed at any other areas depending

upon the site requirements.

(A) PRILLING TOWER AREA :

a) Internal Surfaces : Epoxy painting shall be carried out after repair with epoxy

putty on inner walls of the main shaft including umbrella shaft, lift shaft, different

floors like meltor, granulator floors etc.

b) Miscellaneous: Epoxy painting after repair with epoxy putty shall be carried out

on various plants areas found to be damaged after inspection during shutdown

5.0 REPAIR WITH EPOXY PUTTY ( SOQ Item No.6 ):-

5.1 After removing the existing treatment and preparing the surfaces for receiving new

treatments, all the pot holes, patches, cracks etc. are to be repaired with epoxy putty with

following formulation/ingredients :-

ARALDITE GY – 250 - 100 PBW

HARDENER HY – 830 - 45 PBW

HARDENER HY – 850 - 15 PBW

Quartz sand mix No.10 & silica floor - 600 PBW

Material consumption shall be taken as 0.21 Kg of epoxy formulation per Kg of putty.

5.2 Quantity of putty should be prepared in such volumes as to be used within 30 minutes.

The repair work so done is to be allowed to cure for 8-12 hours at room temperature.

28

6.0 FOR EPOXY PAINTING (SOQ Item No. 2 & 3_)

6.1 After repairing the surfaces with the epoxy putty, subsequent coats of pure epoxy

painting are to be provided to the prepared dry surfaces with the following formulations

with stiff nylon brushes :-

For Three coat painting:-

PRIMER COAT :- Shall consist of following ingredients / formulations of same

company /make :-

i. ARALDITE GY - 250 - 100 PBW

ii. HARDENER HY - 840/Aradur-140 - 50 PBW

iii. Flow control agent - 3 PBW

IInd and 3rd

Coat : Shall consist of following ingredients / formulations of same

company /make :-

i. ARALDITE GY - 250 - 100 PBW

ii. HARDENER HY - 830 - 45 PBW

iii. HARDENER HY - 850 - 15 PBW

iv. Flow control - 2 PBW

The time interval between each coat will be 8-12 hours.

For Two coat painting:-

PRIMER COAT :- Shall consist of following ingredients / formulations of same

company /make :-

i. ARALDITE GY - 250 - 100 PBW

ii. HARDENER HY – 840/Aradur-140 - 50 PBW

iii. Flow control agent - 3 PBW

IInd Coat : Shall consist of following ingredients / formulations of same

company /make :-

i. ARALDITE GY - 250 - 100 PBW

ii. HARDENER HY - 830 - 45 PBW

iii. HARDENER HY - 850 - 15 PBW

iv. Flow control - 2 PBW

The time interval between each coat will be 8-12 hours.

Covering capacity for each individual coat of Epoxy painting shall be taken as 5 Sqm

per kg of Epoxy formulation.

29

7.0 5 MM THICK EPOXY SCREEDING ( SOQ Item No. 4 )

7.1 PRIMER COAT :- Shall consist of following ingredients / formulations

of same Company /make :-

i. ARALDITE GY - 250 - 100 PBW

ii. HARDENER HY – 840/Aradur-140 - 50 PBW

iii. Flow control agent - 3 PBW

Covering capacity for priming coat shall be taken as 5 Sqm per kg of Epoxy

formulation for working out the material consumption.

7.2 SECOND COURSE: - Shall consist of laying of the epoxy mortar with

following ingredients / formulations of same company /make :-

ARALDITE GY - 250 - 100 PBW

HARDNER HY - 830 - 45 PBW

HARDNER HY - 850 - 15 PBW

QUARTZ SAND - 600 PBW

The above formulation is to be laid with iron trowels/floats process gently over

the tacky base coarse so as to provide an average 5 mm thickness of epoxy plaster

with minimum 4 mm thick at any point. This should be allowed to cure for about

6 hours.

Material consumption shall be taken as 1.90 Kg of epoxy formulation per Sqm of

5 mm (av.) screeding.

7.3 3rd

COAT ( SEAL COAT OVER SECOND COURSE)shall consist of

following ingredients / formulations of same company /make :-

ARALDITE GY - 250 - 100 PBW

HARDNER HY - 830 - 45 PBW

HARDNER HY - 850 - 15 PBW

SILICA FLOOR - 15 PBW

The above coat is to be laid over the screeding with brushes / iron flats.

Covering capacity for seal coat shall be taken as 5 Sqm per kg of Epoxy formulation

for working out the material consumption.

In all the items of Putty, Painting or Screeding, use of Aradur-2973 CH

(Hardener) is allowed as substitute of HY-830 & HY-850 in the proportions as

per recommendation of the manufacturer.

30

8.0 RAW MATERIALS

The epoxy resins and hardeners i.e. GY-250, HY-830, HY-840,HY-850 & Aradur-

2973, Aradur-140, manufactured by M/S HUNTSMAN or equivalent are approved

for use in the work.

9.0 CONSUMPTION OF MATERIALS :

For ascertaining the quality of work; consumption of materials shall be

tallied with theoretical consumption Vs. actual material brought at site through

material gate passes.

10. ISSUE OF MATERIALS BY NFL:

No materials shall be issued by NFL for execution of subject work. All materials, tools

and tackles required for safe, proper & timely execution of the work shall be arranged

by the contractor at their own cost.

11. COMPLETION PERIOD :

A mobilization period of 7 days from the date of issue of work order may be granted for

mobilizing men & materials at site. The scheduled date of start of the work shall be

considered after expiry of mobilization period i.e. from the 8th day from the date of issue

of LOI/work order OR from the date of handing over of site whichever is later. The total

completion period under the contract shall be 35 days. However, the contracor is

required to plan the job in such a manner so that the job relating to Prilling Tower

shaft is to be completed with a period of 28 days and balanace job to be completed

in the remaining period.

The tentative period for Annual Turn Around may be in the month of March/April-

2015, however, the exact date of Annual Turn Around shall be informed to the

contractor well in advance.

The validity of the contract shall be 12 months, during which period the job can be

started/handed over at any time, after the award of work.

(Sunil Jain)

Chief Manager (Civil)