Eddy Current Inspection of 21-E5 Tubes at N.F.L.,Vijaipur · PDF file2 Special Terms &...
Transcript of Eddy Current Inspection of 21-E5 Tubes at N.F.L.,Vijaipur · PDF file2 Special Terms &...
1
Annexure -II
Quotation No.:________________________ Date: ___/___/_____
Dy. General Manager (TS)
M/s. National Fertilizers Limited
Vijaipur-473 111
District Guna, Madhya Pradesh
Subject: Eddy Current Inspection of 21-E5 Tubes at N.F.L.,Vijaipur Urea Line-I
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 Eddy Current
Inspection of 21-E5 Carbamate condenser tubes at N.F.L., Vijaipur Urea Line-I
work at the rates quoted in the attached Schedule of Rates and in accordance with the inspection,
standards and instructions in writing of the Engineer In-Charge of M/s. National Fertilizers Limited
and hereby, bind myself / ourselves to complete the work schedule and progress of work.
I / We further agree to abide by the conditions of contract and to carry out all works within the
specified time in accordance with applications, workmanship and instructions referred to in the Notice
Inviting Tender.
I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera branch, Branch
Code: 8455. Details of my 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________________________________
2
Special Terms & Conditions
Eddy Current Testing of 21-E5 Carbamate Condenser Tubes at N.F.L., Vijaipur
Urea Line-I which will be in the Scope of the Party
1. Technical specification and Scope of Work: Tube material: 2Re69, Tube OD: 19.05 mm,
Tube thickness: 2.11 mm. Length of tube: 24862 mm, Tube bundle: U-tube type, U Radius:
60~785, No of tubes 1643 , Position: Horizontal.
1.1 Eddy current inspection of 100% U tubes of 21-E5 Carbonates Condenser total 3112 nos.
tubes (Unplugged) up to a length of 10 meters in straight portion only, in absolute and
differential mode simultaneously. The inspection should be carried out with graphical
recording of thickness/corrosion etc. An interim report will have to be submitted after
completion of the work and final report within 30 days. Your final report should contain the
data of thickness reduction of each individual tube. As we do not have standard tube piece for
the eddy current inspection job of carbamate condenser (2Re69), you will have to arrange the
same. You Should bring sufficient no. of instruments and probes in order to complete
the total offered job within specified time. In case of necessity if personnel ((inspection
team) are required to continue the job after 5 Pm, no O.T. will be admissible. No extra
charges for idle time will be payable. If the total job cannot be handed over for inspection due
to some unavoidable circumstances of the plant then the scope of job will be treated partially
and payment will be made according.
2. The party should have credentials of experience of Eddy current inspection to be carried out
as per proforma-2, Eligibility Criteria of Parties W.R.T. Experience.
3. Mobilization period: You shall be informed regarding date and time for taking up the job
seven (7) days in advance during which you shall be mobilize your resources and intimate
NFL the date for your reporting to Engineer-in-charge.
4. Sub-contracting of the job will not be allowed
5. Penalty: If Contractor fails to complete within given time (i.e. 5 days) schedule or not in
accordance with the standard engineering practices, penalty @ 1% of the total value of the
work order per day or part there of subject to maximum of 10% of the value of the job shall be
levied.
6. Termination of contract: In case the performance of the contractor during the currency of the
contract is not found satisfactory and there is breach of any of the terms and condition of the
contract, NFL shall have the right to terminate the contract with forfeiting of EMD or getting
the job done at his risk and cost at its sole discretion.
7. It should be ensured by the bidder that the rates quoted by him are inclusive of all taxes
(Excluding GST) duties, royalties and other statutory levies leviable at present or which may
become leviable in future or from time to time unless specified to the contrary in the bid, all
the present, future taxes and statutory levies shall be borne & paid by the bidder. Payment of
the taxes & other statutory levies shall be the responsibility of the bidder and shall not be
payable by NFL.
3
8. Terms of payment:
a) 100% payment shall be released within 30 days from the date of submission of bill and
receipt of final report along with other documents required as per NIT.
b) The tenderer may clearly indicate in the quotation regarding the applicability of service
tax. if applicable, the same will be reimbursed only against submission of documentary
proof in original of having paid it to Government.
c) Bank Particulars of Tenderers: For release of payment by ECS/EFT following information
may be furnished by the Tenderers:
i) Tenderers A/C No. in any branch of SBI:
ii) Name and Address of the Branch:
iii) Branch Code:
iv) RTGS Code:
v) MICR No. of Tenderers Bank:
d) Travelling time will be excluded in the per diem rates
e) To and fro travelling expenses will be borne by the party
9. Contractor's Obligation:
9.1 To make arrangement for all instrument, accessories, consumables etc. required for the
inspections.
9.2 To provide 2 hard copies along with 2 soft copies of final report but preliminary report
shall be conveyed to the NFL on the spot.
9.3 All consumables like cleaner, cotton waste, cleaning agents, oil, grease and safety
equipments shall arranged by the contractor at his own cost for contractor‟s staff on the
job.
9.4 All such material required to be used by the contractor shall be brought in with proper gate
passes and such authentic documents with regards to that material shall be got inspected
by Engineer-in-charge along with materials as per security rules in force.
9.5 Supervision of entire job shall be in contractor‟s scope but under the instruction of
Engineer-in-charge.
9.6 Contractor shall arrange transport for his supervisor and staff at his own cost.
10. NFL's Obligations:
10.1 NFL shall handover the job with proper safety work permit after opening end cover and
providing scaffolding etc.
10.2 Water, Power, Air required for job shall be given free of cost.
10.3 NFL shall provide free of cost a small space for storing material near the work
site, however, safe custody of that material shall be in contractor's scope
10.4 NFL shall provide boarding and lodging in Company‟s Guest House for inspection team
on chargeable basis.
11. Insurance: The team and instruments will be insured by you for any eventuality at your cost
against any liability under Workmen Compensation Act along with medical insurance cover by
you.
4
Annexure for Rates
Job: Eddy Current testing of 21-E5
Carbamate Condenser tubes for straight
portion up to 10 meters length only in inlet
and outlet portion
Lump sum rate (Rs)
excluding GST ( in figures
& words)
100% i.e.3112 nos. of unplugged U tubes
(Three thousand one hundred twelve only)
Signature & seal of the Party
Name:
Address:
PAN :
GST No:
5
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.
6
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.
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.
7
Annexure-V
I. 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. If a tenderer resorts to any frivolous, malicious or baseless complaint/ 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 tenderer from participation in the present/ future tenders upto a period of TWO (2) years.
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
8
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:
7.1 The contract shall remain valid for a period of 12 (Twelve) months reckoned from the
date of its award. The job can, therefore, be got done any time during the tenure of the
contract. Normally, a Notice of 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.
7.2 The contract can further be extended for a period of three months on the same rates,
terms & Conditions, if mutually agreed.
9. Quantum of Job:
8.1 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 all the
jobs. 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.
8.2 The rate shall remain firm for any increased or decreased quantities.
8.3 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.
8.4 Contractor is supposed to quote for complete items of Schedule of Quantities and
Rates. NFL reserves the right to reject the incomplete tenders.
8.5 NFL reserves the right to interpolate the size of items of work that falls in between
items of lower and higher sizes.
8.6 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.
9. Escalation in Rates:
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. Earnest Money Deposit:
The Tenderer should make a deposit of Rs. 2,000/- (Rs. Two Thousand only) as Earnest
Money Deposit and Rs. 200 (Rs. Two Hundred 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. Earnest Money should accompany the tender in a separate envelope without
which tender will not be opened and it will be considered as rejected.
9
EMD 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.
No interest shall be paid on EMD.
Any amount recoverable from the contractor shall be deducted from EMD.
11. Security: NIL
12. Consequences of Termination: If the contract is terminated by NFL for the reason
detailed under clause 6 of STC or for any other reason whatsoever:
12.1. 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.
12.2. Security Deposit/Performance Bank Guarantee Bond submitted by the Contractor shall
stand forfeited.
12.3. 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.
12.4. All the dues payable to the Contractor for the work executed by him before and up to
termination shall only be released after making adjustments for the expenses, charges,
damages and expected losses etc. incurred by NFL as a consequence of the termination
of the contract.
13. Terms of Payment:
13.1. 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:
100% payment shall be made through Electronic mode after making necessary
recoveries for income tax, works tax etc. as applicable as per terms and condition
of the work order & NIT, after satisfactory completion of work as per scope and
submission of bill and required documents. Such payments will be made in full
within 30 days of receipt of bill complete in all respects. The following information
may be furnished along with the tender :
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.
13.1.1. 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.
10
13.1.2. The details of Tenderer's Account Number, Name, Address, Branch, Branch Code,
RTGS Code & MICR Number of the Tenderer's Bank in any Branch of State Bank of
India.
13.1.3. Copy of following documents related to compliance of statutory requirement shall be
submitted by the contractor with the invoice. Contractor shall submit an undertaking to
submit these documents before start of work :
a) Copy of Labour licence. If applicable
b) Copy of workman compensation policy with medical cover
c) Wage sheet of the workmen shall be through bank only, which is mandatory. Copy
of Bank deposit receipt shall have to be provided. No other mode of payment is
acceptable.
d) Self attested copy of PF Challan for the particular month in which the workmen
have worked at NFL Vijaipur site.
e) Self attested copy of ECR related to PF Challan.
f) To insure that after the completion of the job, the workmen are still on the party‟s
rolls, party has to submit the wage sheet, PF deposit challan and ECR copy of the
PF deposit on the workmen for next month to the month the workmen have worked
at NFL Vijaipur site.
g) In case workmen are not on the party‟s rolls, the party has to submit the copy of
Form-13/19 submitted to PF Office for the workmen duly stamped by the PF
Office.
h) Documentary proof of the deposition of the service tax.
i) Job completion certificate.
j) An undertaking for compliance to labour laws and regarding PF Dues as per NFL
prescribed format.
k) No claim certificate as per NFL prescribed format.
l) All documents to be duly signed and stamped by the party.
14. 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.
15. 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.
16. 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 MP State for 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.
11
17. Statutory deduction on account of Income Tax on works contract shall be made at rates, at
the time of release of payment to the party.
a. “GST shall be paid by party and submit the documentary evidence of the payment
thereof. The tenderer must mention GST No. the invoice/receipts. The tenderer shall
indicate the GST rate in this offer. Any variation in the rate shall be NFL‟s Account
during contractual period only.
The tender shall indicate separately the portion of the taxable services (Percentage of
Service Component in the quoted rates) on which GST shall be applicable and the
portion of the exempted services (Percentage of Material Component in the quoted rates)
representing value of goods sold to NFL for which necessary documentary proof shall be
available with the tender.
b. 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.
c. For the purpose of reimbursement of GST, contractor is required to submit in writing on
the letter head of their firm an undertaking and certificate in the prescribed format.
18. Engineer In-Charge: The Engineer In-Charge shall have general supervision and direction
of the work. He has authority to stop the work whenever such a stoppage may be necessary
to ensure the proper execution of the contract. He shall also have authority to reject all
work, direct the application of forces to any portion of the work as, in his judgment, is
required and order force increased or diminished and to decide disputes which arise in the
execution of the work. The Engineer In-Charge reserves the right to suspend the work or the
part thereof at any time and no claim whatsoever on this account will be entertained. In case
of any dispute the Contractor may appeal to the Engineer In-Charge whose decision shall be
final and binding. The decision of the Engineer In-Charge of National Fertilizers
Limited shall be final in regard to all matters relating to this Tender including for
determining the category of work with reference to material of an item not mentioned
in the Scope of Work.
19. The Contractor may employ such employees / labours, 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.
20. 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.
21. 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
12
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.
22. 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.
23. 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.
24. 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.
25. 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.
26. The contractor has to make the payment to his workmen on or before 7th day of the
following month. In case contractor fail to pay, 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.
27. 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.
28. In case of non compliance with any of the conditions / provisions contained in E.P.F. Act
1952 as amended from time to time, NFL reserves the right to provisionally retain 24% of
the Contractor's payment towards employees‟ and employer's contributions, which
may be released only on verification of Challan by Engineer In-Charge for deposit of PF
Contribution.
29. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the
Account Number allotted by the Provident Fund Authorities in his Tender as per statutory
requirements.
30. The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays,
Leaves, and Overtime etc. The Contractor is required to comply with all statutory
provisions, from time to time, during the tenure of the contract.
31. Workmen Compensation / Insurance
13
31.1 In every case in which by virtue of the provision of Section 12, sub-section I of the
Workmen Compensation Act 1923 or any other law for the time being in force, NFL is
obliged to pay compensation to a workman employed by the Contractor in execution of
the work, NFL will recover the amount of the compensation so paid from the
Contractor‟s bill.
31.2 The Contractor will be solely responsible for any liability to his workers in respect of
any accident, injury arising out of and in the course of Contractor‟s employment. To
meet his aforesaid obligations under the Workmen Compensation Act, the
Contractor will obtain Cover Note under Workmen Compensation Policy from 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.
31.3 Photocopy of Workmen Compensation Act 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.
32. 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.
33. 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.
34. 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 Workmen‟s Compensation Act 1923 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.
14
35. 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
36. 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 labours, have
been fulfilled. NFL shall be under no obligation to accept / admit any claim on this behalf.
37. Alterations, Omissions, Additions Or Substitutions of Work:
38.1 NFL shall have power to make any alteration in, omission from, addition to, or
substitutions for original specifications and instructions which may be considered
necessary, during the progress of work and the Contractor shall carry out the work in
accordance with any instruction which may be given to him in writing duly signed by
the Engineer In-Charge. Such alterations, omissions, additions, substitutions shall not
invalidate the contract and any altered, additional or substituted work, which the
Contractor may be directed to do in the manner above specified as a part of the work,
shall be carried out by the Contractor on the same conditions in all respects on which
he has agreed to do the main work.
38.2 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.
38.3 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
38. 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.
39. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety
Regulations of the NFL. Before starting eddy current testing 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.
15
All the workmen deployed by the contractor must wear proper Personal Safety
Equipments 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”
40. Time Extension:
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.
41. 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 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.
42. 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
16
performance is prevented or delayed or restricted or interfered with by reason of War,
Hostilities, Revolution, Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone, Wind,
Flood, Earthquake, Regulation or Ordinance or Requirement of any Government or any Sub-
Division thereof, or Authority or Representative of any such Government and / or due to
Technical Snag/Reasons, or any other Act whatsoever, whether similar or dissimilar to those
enumerated, beyond reasonable control of the parties hereto, or because of any Act of God.
The party so affected, upon giving prompt notice to the other party, shall be excused from
such performance to the extent of such prevention, delay, restriction or interference for the
period it persists, provided that the party so affected shall use its best efforts to avoid or
remove such causes of non-performance, if possible, and shall continue performance
hereunder with the utmost dispatch whenever such causes are removed. Should one or both
parties be prevented from fulfilling their contractual obligations by a state of Force-Majeure
lasting continuously for a period of three months, the two parties to the contract shall meet
and decide about the future course of action for implementation of the contract.
43. 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.
44. Conciliation & Arbitration:
44.1. 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 contractor breach thereof, or the respective rights or liabilities
of the parties, whether during or after completion of works or whether before or after
termination shall after written notice by either party to the contract be referred to the
arbitration of Designated Unit Head / E.D / Functional Director / Chairman &
Managing Director, National Fertilizers Limited or his / her nominee (appropriate
designated authority may be inserted as per contract value).
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 hereby 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 the
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 or differences.
If the arbitrator, to whom 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
deem fit.”
17
44.2. 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 as applicable to NFL on the date of award of contract.
The venue of arbitration proceedings shall be at GUNA (M. P.).
45. 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.
18
Annexure-IX
AGREEMENT
This contract made at GUNA (M.P.) this ________________ day of __________ 2017 between
NATIONAL FERTILIZERS LIMITED (A Government of India Undertaking) registered in India
under the Indian Companies Act, 1956 having its registered office at Scope Complex, Core No. III. 7,
Institutional Area, Lodhi Road, New Delhi – 110003 (hereinafter referred to as the “OWNER” which
expression shall include its successors and assigns) of the one part.
AND
M/s _____________________________________________________________________ having its
registered office at ______________________________________________________ (hereinafter
referred to as the “CONTRACTOR” which expression shall include its executors, representatives and
permitted assigns/ successors) of the other part.
WHEREAS
The owner is desirous of executing certain works more specifically mentioned and described in the
Order No. ____________________________________dated ____________________ for
`______________________(`____________________________________________________) and
whereas the contractor has agreed to execute the work as specified in the Tender Document and in the
Order mentioned above and also in the Contract Documents.
NOW, THEREFORE, THIS CONTRACT AGREEMENT WITNESSETH AS FOLLOWS:
ARTICLE _I
1.1 CONTRACT DOCUMENTS
The following documents shall constitute Contract Documents namely:
a) This Contract Agreement,
b) LOI/Work Order No.________________________________dated____________.
c) Our quotation No. ______________________________dated______________.
ARTICLE – II
2.1 WORK TO BE PERFORMED
In consideration of the payments to be made to the Contractor as hereinafter provided, he shall
with due care promptness, accuracy and workmanship execute the work in accordance with the
Approved Plans, Notice, General conditions and Directions of Contract, Technical
Specifications, Letter of Intent and Work Order.
2.2 Without prejudice to any other mode of service provided for in the contract documents or
otherwise available to the owner, any notice under or any other communication sought to be
served by the owner on the contractor with reference to the contract shall be deemed to have
been sufficiently served if delivered by hand or through Registered Post acknowledgement due
to the principal office of the contractor of Guna ( M.P.)
19
ARTICLE –III
3.1 WAIVER
No failure or delay by the owner in terms of the contract or any obligation or liability of the
contract in terms thereof shall be deemed to be waiver of such right, remedy obligation or liability
as the case may be, by the owner or notwithstanding such failure or delay, the owner shall be
entitled at any time to enforce such right, remedy obligation or liability, as the case may be.
ARTICLE – IV
4.1 NON ASSIGN ABILITY
The contract and benefits and obligations thereof shall be strictly personal to the contractor and
shall not on any account be assignable or transferable by the contactor.
IN WITNESS WHEREOF THE parties hereto have duly execute this contract in
DUPLICATE at the place, day and year first written / IN WITNESS WHEREOF the owner
has executed this contract in DUPLICATE at the place, day and year first above written while
the contractor has executed those presents the day and year hereunder written against the
Contractor(s).
SIGNED AND DELIVERED SIGNED AND DELIVERED
for and on behalf of for and on behalf of
National Fertilizers Limited
In the presence of In the presence of
1._________________ . 1. _____________________
2._________________ 2._____________________
20
Annexure-III
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 GSTIN. (Documentary proof to be attached)
5(a) If the party is registered as Micro/Small/Medium Enterprises as
per MSMED Act 2006 promulgated by Govt. of India vide
notification dated 16.06.2006, please indicate the relevant
category and also enclose scanned copy (self certified) of the
certificate issued by concerned authorities.
5(b) It may also be confirmed if the MSES owned by SC/ST
Entrepreneurs and attached a copy of relevant certificates issued
by authorities concerned in support of your claim with the un-
priced Tecno-Commercial bid.
5(c) The above documents submitted by the bidder shall be duly
certified by the Statutory Auditor of the bidder or a practicing
Charted 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,
21
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: ________________________________
22
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-splitable 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.
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.
23
Format F
„PROFORMA‟ FOR CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM
ENTERPRISES DEVELOPMENT ACT, 2006 [MSMED ACT 2006)”
NIT No.: _________________________________________________________________
Name of Contract: _________________________________________________________
1. You may aware that “Micro, Small and Medium Enterprises Development Act 2006” („MSMED‟) has been
come into force w.e.f. 2nd October 2006, which has repealed the provisions of the old Act regarding Small Scale
Industrial undertakings.
2. As per the MSMED Act, Enterprises engaged in the manufacture / production of goods or rendering / providing
of services are to be classified into Micro, Small and Medium enterprises based on the investment in plant and
machinery/equipment.
3. Such Enterprises are required to file a memorandum in the prescribed form to the appropriate authority as
mentioned in the MSMED Act.
4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu undivided family, Association
of persons, Cooperative Society, Partnership firms, undertaking or any other legal entity.
5. For your ready reference, the definitions of Micro, Small and Medium enterprises are given below:
Classification of enterprises engaged in: (a) Manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries
(Development and Regulation) Act 1951 as:
Nature of Enterprise Investment in Plant & Machinery (#)
Micro Does not exceed Rs. 25 Lakh
Small More than Rs. 25 Lakh but does not exceed Rs. 5 Crores
Medium More than Rs. 5 Crores but does not exceed Rs. 10 Crores
(b) Providing or rendering services:
Nature of Enterprise Investment in Equipment
Micro Does not exceed Rs. 10 Lakh
Small More than Rs. 10 Lakh but does not exceed Rs. 2 Crores
Medium More than Rs. 2 Crores but does not exceed Rs. 5 Crores
(#) In calculating the investment in plant & machinery, the cost of pollution control, research and development,
industrial safety devices and such other items as may be specified will be excluded.
6. You are therefore requested to fill the “Format” [proforma attached] and submit the same along with proof of
valid document/ certificate [indicating registration no.] in your offer. In case same is not submitted along with
your offer, it will be presumed that your organization is not a micro, small or medium enterprises as per the
provisions of MSMED Act 2006 and consequently you will not be eligible to the benefits admissible under the
MSMED Act 2006.
24
Format - __ (A)
CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM ENTERPRISES
DEVELOPMENT ACT, 2006 (MSMED ACT 2006)
NIT No.: _________________________________________________________________
Name of Contract: _________________________________________________________
1. We confirm that provisions of “Micro, Small and Medium Enterprises Development Act 2006” („MSMED‟) are
applicable to us and our organization falls under the definition of:
a. Micro Enterprise - [ ]
b. Small Enterprise - [ ]
c. Medium Enterprise - [ ] (Please put a tick in the appropriate box)
2. Copy of proof of valid document/ certificate [indicating registration no.] of being a Micro/ Small/ Medium
Enterprises is enclosed.
Place: ____________ Signature of Authorised Signatory
Date: ____________ Name: _____________________
Designation: ________________
Seal:
Note: In case above Format along with proof of valid document/ certificate [indicating registration no.] is not submitted in
offer, it will be presumed that your organization is not a micro, small or medium enterprises as per the provisions
of MSMED Act 2006 and consequently you will not be eligible to the benefits admissible under the MSMED Act
2006.
25
`
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 GST No. (duly certified copy to be enclosed)
5 Details of Labour Licence (duly certified copy to be
enclosed.)
6 Income Tax Permanent Account Number (PAN) (duly
certified copy to be enclosed.)
7 Annual Turnover during the last three financial years (Certified
copy of P&L Account and Balance Sheet etc. to be
enclosed.).
8 List of works executed (Details to be provided as per
attached Performa-2)
9 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.
10 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
26
such persons at later date).
11 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
27
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 GST 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
28
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
29
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 in Rs. ………………
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 :
30
PROFORMA NO. –2
Eligibility Criteria of Parties W.R.T. Experience:
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.
2014-15
2015-16
2016-17
2 Experience of having successfully completed similar works during last five years ending
the day of month previous to the one in which applications are invited (i.e. xx.xx.2016 )
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 (Estimated cost: Rs.
1.24 Lacs) plus GST.
(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
OR
b. . Two similar completed work
costing each not less than the
amount equal to 50% of the
estimated cost (Estimated cost: Rs.
1.24 Lacs) plus GST.
(Please attach copies of the work
1 Work Order Ref. No
Name of Company
Contract Value
Contract Period
31
orders along with the Performance
/ Completion Certificate))
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 (Estimated cost: Rs.
1.24 Lacs) plus GST.
(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
NOTE:
1. Similar Work means Eddy Current Inspection as per scope of work, experience as per
Tender Documents and SOR but quantities can vary.
2. Self attested documentary evidences to be enclosed.
3. Self attested documentary evidences for executed Work Orders given above to be enclosed.
4. Self attested documentary evidences for Performance/Completion Certificate of above given
Work Orders to be enclosed.
5. Experience relevant documents are to be taken for one year. If the period is more than one
year then the Contract value should be intra-polated for one year.
Signature of the Party/ Contractor with seal