(PRILLING SYSTEM FOR UREA PLANT PRILLING · PDF file3 | p a g e tender documents for one set...

43
1 | Page National Fertilizers Limited (A Govt. of India Undertaking) Panipat-132106, (Haryana) NOTICE INVITING TENDER Sealed Tenders are invited in Two Part Bid System for following item:- Sl. No Tender No. Description of Items Tender Cost Last date for tender submission 1 NFP/PUR/SI/1 40018/Prilling Device/June 2015 One set of Vibropriller or equivalent prilling device in place of existing prilling devices (TEC Acoustic Granulators), for urea prilling tower at NFL Panipat Unit. Rs 1000/- or USD 16.00 (equivalent currency) (non Refundable) 13 July 2015, 2.30 PM. For further details, visit website: http://www.nationalfertilizers.com or e mail at [email protected] . Any future amendment/modification to the NIT will be displayed only on our website. Dy. Gen. Manager (Materials)

Transcript of (PRILLING SYSTEM FOR UREA PLANT PRILLING · PDF file3 | p a g e tender documents for one set...

1 | P a g e

National Fertilizers Limited

(A Govt. of India Undertaking) Panipat-132106, (Haryana)

NOTICE INVITING TENDER

Sealed Tenders are invited in Two Part Bid System for following item:-

Sl.No

Tender No. Description of Items Tender Cost Last date for tender submission

1 NFP/PUR/SI/140018/Prilling Device/June

2015

One set of Vibropriller or equivalent prilling device in place of existing prilling devices (TEC Acoustic Granulators), for urea prilling tower at NFL Panipat Unit.

Rs 1000/- or USD 16.00 (equivalent

currency)

(non Refundable)

13 July 2015, 2.30 PM.

For further details, visit website: http://www.nationalfertilizers.com or e mail at [email protected] . Any future

amendment/modification to the NIT will be displayed only on our website.

Dy. Gen. Manager (Materials)

2 | P a g e

TENDER DOCUMENT No.

NFP/PUR/SI/140018/Prilling Device/June-2015 Date- 12.06.2015

FOR UREA PRILLING DEVICE

(PRILLING SYSTEM FOR UREA PLANT PRILLING TOWER)

AT NATIONAL FERTILIZERS LIMITED

PANIPAT UNIT

COMMERCIAL – SECTION

3 | P a g e

TENDER DOCUMENTS FOR ONE SET OF VIBROPRILLERS OR EQUIVALENT PRILLING DEVICE IN PLACE OF EXISTING PRILLING DEVICES (TEC ACOUSTIC GRANULATORS)

(COMMERCIAL SECTION) The Tender Particulars:-

1 i) Tender No. : NFP/PUR/SI/140018/Prilling Device/June-2015 dated 12.06.2015

ii) Requirement One set of Vibropriller or equivalent prilling device in place of existing prilling devices (TEC Acoustic Granulators) at NFL Panipat Unit as details specified in Technical Section.

iii) Scope of work

: As per clause no. 1.4 of Technical section.

iv) Type of Tender : Two stage bidding as per details given in Clause No. 14.

v) Earnest Money Deposit : Rs. 1.00 Lacs OR USD 1565.00 (Equivalent currency) as per clause No.12.

vi) Security deposit -cum-

Performance guarantee 10% of order value as per Clause No. 13

vii) Tender closing Date &

Time 13 July 2015, 2.30 PM (Details as per Clause No. 14.)

viii) Tender Opening Date & Time

13 July 2015, 2.30 PM (Details as per Clause No. 14.)

ix) Tender validity Must be initially valid for 120 days from date of opening of tender.

x) Delivery Please quote your earliest possible delivery schedule.

xi) Mode of dispatch By Road

xii) Tender shall be

addressed to Dy. Gen. Manager (Materials) NFL, Panipat.

xiii) In Technical Section, The scope of supply and responsibility of the supplier have been defined in detail. xiv) Eligibility Criterion:

Please refer to attached Annexure-II of Technical Section. Bids of only those bidders will be considered, who

fulfill the eligibility criteria.

xv) Firm Prices

Prices offered shall remain firm during the currency of the contract except variation of statutory levies. Vendor should confirm the same specifically in the offer.

xvi) Payment Terms

For Indian Suppliers: Performance Trial Run (PTR) & guarantee test run (GTR) shall be conducted as specified in the Technical Section. 100% Payment shall be released with in 30 days after successful acceptance of Performance Trial Run (PTR) & guarantee test run (GTR).

You have the option to receive payment through Electronics Fund Transfer (EFT) / RTGS Process. For this option, you may submit your bank particulars i.e. Name of the Party/Beneficiary, Partys Banker Name and

Address, Branch Name, City, Branch Code, IFSC Code of Bank, Bank Account No. (All digits in case of CBS Branches), E-Mail of Beneficiary, Type of Account, MICR No. to enable us to release payment accordingly. All bank charges will be to your account. For Foreign Suppliers: Please refer to clause no. 5 of annexure A.

4 | P a g e

xvii) Transportation

The responsibility of transportation of material along with other equipments from vendor's works to NFL site shall be entirely of the vendor. Supplier has to ensure that all statutory requirements are fulfilled which are needed for the transportation of material as per rules.

xviii) Maintenance of their own equipment supplied to NFL on loan basis, if any shall be done by the vendor and at the end of the contract; same shall be taken back by the vendor. The above will be at the risk and cost of the vendor.

2. Evaluation of bids shall be done with suitable loading, in case of any deviation to NFL terms & conditions. NFL at its sole discretion may reject offer in case of any deviation to NFL terms & conditions

3. Any deviation in Technical and Commercial terms of NIT should be highlighted separately in technical bid, marked as "Technical and Commercial un-priced Offer."

4. Tender must be submitted as per Clause No. 14.

5. Request for extension of time for submission of tender shall not be entertained.

6. NFL shall not accept postal delays in tender submission due to ant reason.

i No oral, telephonic or telegraphic tenders will be entertained. ii For tenders received in unsealed/ stapled/ open condition or without superscription, resulting in opening of tender

before due date, the risk and responsibility of losing confidentiality shall rest with the tenderer. iii In case tenders are delivered through personal/ private courier after tender opening, same shall be termed as LATE

OFFER and hence are liable to be REJECTED. iv In case, due to some unforeseen circumstances, the date of receiving/opening of the tender happens to be a

holiday/closed day, the tender will be received and opened on the next working day. v Incomplete tender submitted with qualifying conditions at variance with the Terms & Conditions of the tender, are

liable to be rejected summarily. Therefore, tenderers are advised to scrutinize the terms & conditions of this tender thoroughly.

vi Only one tender is to be submitted by one tenderer. vii NFL will have the right to issue addendum to tender documents to clarify, amend, modify, supplement or delete

any of the conditions, clauses or items stated. Addendum so issued will form part of original invitation to tender. vii

i

ANY EXCEPTIONS/DEVIATIONS TO THE NIT SHALL BE SPECIFICALLY STATED IN A

SEPARATE ANNEXURE TO QUOTATION TITLED “DEVIATIONS”.

7. EMD (DD or Bank Guarantee) and tender fees shall be submitted separately in sealed envelope. Cover should bear following information:

- Tender Number - Tender closing date & time - Tender opening date & time - Name & Address of tenderer.

8. If the tenders are opened before due date because of tenderer/failing to comply with Para 7 & 8 above

the risk & responsibilities for losing tender confidentially shall rest with tenderer. NFL shall have no obligation as consequences thereof.

9. Any clarifications on procedure, tender specifications both technical & commercial can be had from Dy. Gen. Manager(Materials) [e mail- [email protected] ] any time before due date and time either personally/ through e mail or by post. Postal delays shall not cause postponement of tender processing dates & tenderers in their own interest shall take all steps that are necessary for them to participate in tender well in time.

5 | P a g e

10. All information sought by NFL during tender evaluation shall be provided within the time set out in the communication on the subject. Failure of tenderer to comply with requirements of NFL within stipulated time shall entitle NFL to proceed with the tenders on the basis of information available. No responsibility for postal delays shall rest on NFL.

11. NFL shall reserve the right to postpone tender opening under intimation to the bidders without assigning any reason thereof.

12. Earnest Money Deposit (EMD)

a) Tenders must be accompanied by Earnest Money Deposit of Rs. 100000 (Rs. One Lac Only.) OR USD 1565.00 (Equivalent currency) in the form of a Crossed Demand Draft only in favour of National Fertilizers Limited on any Nationalized / scheduled bank payable at Panipat, preferably Bank of India, Ext. Counter, NFL Panipat OR Bank Guarantee from any of the Nationalized Bank or scheduled Bank except Rural/ Cooperative Banks, (& counter/Endorsed Guarantee from said Bank’s branch in India in case of Foreign suppliers) Earnest Money in the proforma specified by NFL for Bid Security/EMD. D.D. payable at locations other than Panipat will not be accepted. Cheques will not be accepted in any case. (as per ANNEXURE-B). Cheque would not be accepted in any case.

b) Earnest money deposit shall be forfeited at the sole discretion of NFL in case the tenderer, after intimation from NFL of the acceptance of his tender, either wholly or in part fails to enter into a contract with NFL and/ or changes any of price and terms & conditions of the tender within the validity period of the tender.

c) EMD shall be refunded to the unsuccessful tenderers after placement of order on successful bidder.

d) No interest will be paid on the E.M.D. of either the successful tenderer (s) or successful tenderer (s).

13. Security Deposit-cum- Performance Guarantee

a) Successful bidder shall submit a Security deposit -cum-Performance guarantee equivalent to 10% of the order value for faithful performance of the contract Terms & Conditions within 15 days from the date of issue of Order. The order value shall be the total basic value of material.

b) The Security Deposit cum Performance Guarantee should be initially valid for the period of 12 months from the date of commissioning or 18 months from the date of receipt of material at NFL site, which ever is earlier, plus 3 months claim period. Security Deposit cum Performance Guarantee can be furnished by either of following modes.

i) Crossed demand draft payable at BANK OF INDIA, NFL EXTN.COUNTER, PANIPAT.

ii) Bank Guarantees in prescribed form (as per ANNEXURE- C) from Nationalized Banks valid for 12 months from the date of commissioning or 18 months from the date of receipt of material at NFL site, which ever is earlier, with claim period of additional 3 months. (& counter/Endorsed Guarantee from said Bank’s branch in India in case of Foreign suppliers).

The Bank Guarantee to be submitted by you shall be sent to NFL directly by your banker under Regd.

Post A.D.

c) The Security-cum-Performance Guarantee shall be retained by NFL till successful completion of the contract.

d) IThe Security Deposit -cum- Performance Guarantee shall not bear any interest.

14. Tender shall be submitted in following manners

Tender fees of Rs. 1000.00 OR USD 16.00 (Equivalent currency)shall be submitted in advance only through DD in favour of NFL, payable at BOI Panipat. Without tender fees, bids will not be entertained of those vendors. In case the earnest money deposit is preferred to be deposited by way of demand draft, then the DD must reach us before the techno-commercial opening (as per tender schedule) though vendor is required to enter the DD no and other related details on line. In case vendor fails to submit the requisite EMD, prior to bid opening (as per tender schedule), the offer is liable to be rejected and may not be opened.

6 | P a g e

i Tender must be submitted in ‘Two Part Bid System’ Techno-Commercial Bid (Unpriced Bid) and Priced Bid will be submitted in separate envelopes as mentioned below. Both these envelopes will be put in a third envelope duly superscribed as “Tender No. NFP/PUR/SI/140018/Prilling Device/June-2015 dated 12.06.2015, Due on 13.07.2015, 14.30 Hrs .

ii In the first envelope marked as “TECHO COMMERCIAL BID”, tenderer will submit Techno-commercial Bid consisting of Eligibility criteria, Earnest Money Deposit, Technical Specifications, Commercial terms and conditions, incoterms, custom duties, Excise Duty, Sales Tax, Freight, Delivery Period etc. One set of these tender documents duly signed on each page, as token of acceptance of all terms & conditions shall also be submitted.

iii Second envelope marked as “PRICE BID” will contain the ‘Price Bid’ in duplicate on tenderer’s letterhead, duly filled in performa as per Annexure-H and duly signed. THE RATES QUOTED MUST BE ON F.O.R. NFL

STORES BASIS. iv The rates quoted should be written clearly in figures as well as in words, free from any cuttings, addition, erasing

or in different ink etc. Overwriting of the rates shall be avoided and the overwriting/cuttings etc., if any, must be signed by the tenderer.

v The total landed rate(s) including Transportation Charges will remain firm during the currency of the contract except for revision in rate(s) on account of revision in Excise Duty and/or Sales Tax, which shall be borne by NFL.

vi In case of non-compliance of Commercial Terms & Conditions of NIT, loading criteria as per Annexure-D of commercial section, shall be applicable.

vii Tender shall be submitted by 14.30 hrs. on 26th February 2015. No tender after the specified time and date will be accepted. NFL will not be responsible for any postal delays/loss.

vii

i

PART-I (Techno-Commercial Bid) shall be opened at 14.30 hrs on 26th February 2015 in the presence of tenderers or their accredited representatives, who wish to be present.

ix PART-II (Price Bid) shall be opened subsequently subject to acceptance of Techno-Commercial Bid and eligibility criteria. Opening date will be intimated to tenderers who are found technically & commercially acceptable to NFL.

15. Destination for Dispatch of Material Road Door delivery at PANIPAT Unit 16. Consignee: Sr. Manager (Materials-Stores) 17. Our Banker: BANK OF INDIA, NFL EXTN COUNTER, PANIPAT. 18. Transit Insurance will be arranged by Vendor.

19. Packing and Forwarding Charges These shall be included in the price which is on FOR destination basis.

20. Price The tenderer shall state item wise and total prices as under i) Ex-works price (Basic price) Exclusive of all taxes and duties/ freight/ insurance etc. ii) Packing & Forwarding charges, Excise duty, CST etc. iii) FOR station of dispatch. iv) Estimated freight by Road v) FOR destination price. The supply shall be made on FOR destination basis.

21. Taxes and Duties

Taxes and Duties shall be payable extra on actual. Documentary evidence wherever applicable shall be furnished. The rates as prevailing on the date of submitting tender shall be specified.

22. Quantity for all boilers shall be clubbed in a single package for the purpose of bid evaluation and subsequently placement of order. However NFL shall have right to vary quantities and split order, wherever considered necessary or as deemed fit, without any liability of any kind whatsoever.

23. Clear understanding

When a tenderer submits his tender in response to this tender document, he will be deemed to have understood fully about requirements, terms & conditions. No claim from tenderer shall be entertained whatsoever on the plea that the tenderer did not have a clear idea on any particular point and / or a clause of the tender.

7 | P a g e

24. Award of contract Award of contract will be made at the sole and absolute discretion of National Fertilizers Ltd., which shall not be

disputed. The terms & conditions as embodied in the purchase order shall be final and shall supersede any other terms & condition that might have been indicated in the tender submitted by the tenderers.

25. Subletting of contract:

The successful tender shall not sublet or assign the contract or any part of it without obtaining the written permission of NFL in advance. In the event of successful tender's subletting or assigning the contract or any part thereof without such permission, NFL shall be entitled to cancel the contract and to purchase the goods elsewhere and successful tenderer shall be liable to the National Fertilizers Ltd., for any loss or damage which NFL may sustain in consequence or arising out of such purchases. Even in case subletting is permitted by NFL, NFL shall not recognize any contractual obligation with the person or party to whom subletting is permitted and shall hold the successful tenderer responsible for satisfactory and due & proper fulfillment of the contract.

25. Force-Majeure

Neither party shall be liable for any claim on account of any loss, damage or compensation whatsoever arising out of any failure to carry out the terms of this contract where such failure is caused due to war, rebellion, mutiny, civil commotion, fire, riot , earthquake, draught, floods crop failure, strike or act of God or due to any restraint or regulation of the State of Central Government or a local authority/authorities. The party so affected shall give a notice of such occurrence to the other party in writing within 10 days from the date of occurrence of the force-majeure condition furnishing therewith a documentary evidence supporting the invoking of force-majeure On cessation of the force-majeure the party invoking force-majeure shall inform the other party of the period for which force condition continued and shall also give documentary evidence thereof to this effect. Should one or both the parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a period of 3 months, both the parties shall meet and decide about the future course of action for implementation of the contract.

26. Arbitration

Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever, which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to the arbitration of Designated Unit Head / Executive Director / Functional Director / Chairman & Managing Director, National Fertilizers Limited or his / her nominee. (Appropriate designated authority for arbitration 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/vendor 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.

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 SBI PLR / Base Rate as applicable to NFL on the date of award of contract.

27. JURISDICTION All clauses of action in relation to contract will be deemed to have arisen within the jurisdiction of the court of Panipat

(Haryana).

8 | P a g e

28. PENALTY FOR LATE DELIVERY

Time shall be deemed to be essence of the contract. Supplier should maintain minimum level of stock as per clause 1 (xv), In case of delay in supplies, unless extension of delivery has been granted, in writing by NFL on application by the supplier. NFL may at their option:-

i) recover from the supplier as penalty a sum of equal to half percent per week or part thereof the value of stores not delivered subject to a maximum of 5% of value of the order. OR

ii) Purchase elsewhere on account of and at the risk and cost of the supplier the stores not delivered. OR

iii) Cancel the order without prejudice to the rights of NFL under (i) and (ii) above.

29. SECRECY Any information delivered or otherwise communicated by NFL to supplier in connection with the contract shall be

regarded as and confidential and shall not without the written consent of NFL be published or disclosed to any third party or made use or by the supplier except for the purpose of implementing the contract.

32 A) The tenderer shall indemnify NFL with all Statutory requirements and laws in performing the contract. The responsibility for action / safety of his employees during the contract period shall be solely his. B) Compliance of Indian Labour Laws:- i) The Contractor shall be solely responsible for compliance of various Labour Laws as applicable in the State of Haryana, as amended from time to time, mentioned below in respect of employees deployed by him at NFL site:-

1. The Minimum Wages Act, 1948 2. The Employee’s Provident Fund & Miscellaneous Provisions Act, 1952 3. The Employees State Insurance Act, 1948/Workmen’s Compensation Act,1923 4. The Factories Act, 1948 5. The Punjab Labour Welfare Fund Act, 1965 6. The Payment of Wages Act, 1936 7. Any other Act formed by the State/Central Govt. from time to time and relevant to the above Contract.

ii) In support of proof of having complied with provisions of the aforesaid Acts, the Contractor will

be required to submit:- Copy of Wage Sheet/PF & ESI challans on monthly basis, Copy of ESI Return on Half yearly basis, Copy of P.F. Return in Form 6-A on yearly basis and proof of having deposited contribution under Labour Welfare Fund in respect of employees deputed/deployed for execution of the contract. The Contractor will be required to obtain Insurance cover under Workmen’s Compensation Act, where its employees are not covered under ESI Act and he will submit a copy of the same before start of work for entire period of Contract.

iii) Medical examination: As per provisions of Factories Act, 1948 the contract labour working are required to be medically examined in following manner;

I. One before employment to ascertain physical suitability of the person to do the particular job. II. Once in a period of six months, to ascertain the health status of the workers.

III. The details of medical examination shall be recorded in prescribed Form and no person shall be engaged to work without certificate of fitness granted by authorized Medical Officer.

9 | P a g e

iv) Employees Provident Fund & Miscellaneous Provisions Act, 1952.: The contract labour employed by Contractor in connection with the work of NFL is eligible for membership of Employees Provident Fund / Employees Pension Scheme from the date of joining. The Contractors’ workers shall subscribe to the Fund a sum equivalent to 12% of the wages including DA rounding to the nearest quarter of a rupee. The Contractors shall also contribute a sum equal to the total of each such compulsory subscription, every month plus allied charges like DLIS and administrative charges etc.

Contractor will deposit PF accumulations in respect of the contract labour employed by the Contractor in his own PF

Account Number. For this purpose the Contractor must have their own PF Account Numbers.

33. a) It shall be certified by the tenderer that none of the NFL employee is related to owners/directors. (In case any relative is working in NFL, furnish details separately).

b) It shall be certified by the tenderer that none of NFL’s ex-employee is employed with them. (In case any ex-employee of NFL is employed, furnish details separately).

c) It shall be certified by the tenderer that none of blood relation of the owners/directors is participating in this tender in the name of other firm.

d) It shall be certified by the tenderer that they have not been De-listed / Blacklisted by any Institutional Agency / Govt. department for participation in the tender & no other Firm / Sister Concern / Associate belongs to the same group in participating / submitting the tender for job.

34. Laws Governing Purchase Order

The purchase order shall be governed by the Laws or Union of India for the time being in force.

35. Contractor must confirm whether any ex-employee (s) of NFL, is/are employed with you, if so the name, designation, department and employee number of such employee(s) be indicated.

36. All Supplier/Service Providers/Contractors are requested to furnish the details regarding their status of Micro, Small and Medium Enterprise under the MSMED Act-2006. The same is toward compliance of the provision of the MSMED Act-2006 for identification of MSME Parties. Complete Small, Medium Enterprise Development Act-2006 can be downloaded from www.and.nic.in/C_charter/indust/msmeac.2006.fdf. In case no information is given by you, it will be presumed that you are not covered by the Act and consequently are not eligible to benefit admissible under the Act. All MSME vendors who apply for registration under SC/ST category , Should submit documentary evidence in support of the same.

37. Tenderers have to declare in their techno-commercial bid that: a No other Firm/Sister concern/Associate belonging to the same group of Vendor is participating/ submitting this

tender.

b The bidders, their associates, sister concerns etc. have not been black listed by any institutional agency/Govt.Deptt./PSU in last 2 years.

38. In case a supplier/ contractor is found guilty of bribery, corruption, dishonesty, malpractice, submission of forged documents, mis-representation, spurious supplies, fails to return the material issued for reprocessing/ manufacturing, such supplier / contractor will be blacklisted alongwith other penal actions.

39. NFL reserves the right to short close the contract in case of unsatisfactory performance, without any financial implication on NFL.

39. Please also submit the copy of PAN card. 40.

INTEGRITY PACT - Bidder will sign the Integrity Pact as per enclosed annexure-E, which is an integral part of the Tender of the Tender documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be rejected. Details regarding Integrity Pact can be viewed on our website viz.www.nationalfertilizers.com

For Dy. Gen. Manager (Matls.)

10 | P a g e

Annexure-A

Additional terms and conditions for Foreign bidders. 1. Quotation Should Be Valid For Our Acceptance For 120 Days.

2. Rates should be quoted in words & figures, with approximate weight, size of packages and minimum delivery period. Price Quoted Should Be Certified To Be The Most Competitive Prices As Applicable To Your Regular

Customers Like NFL. This Would Avoid Any Further Reference To You Regarding Prices. The rates quoted must be on FOR NFL Panipat on DDP basis (incoterms 2000).

3. Please Intimate Name And Address Of Your Indian Agent And Agency Commission Included In The Prices

Quoted And Payable To Your Indian Agent In Indian Currency. This Will Be Paid After Satisfactory Receipt

And Inspection Of Items At Our Site. Please Enclose Copy Of The Agreement With Your Indian Agent.

4. Please Send Applicable Catalogue / Literature / Drawings, With Quotation.

5. Our standard Payment Terms for foreign suppliers are by irrevocable letter of credit. Letter of credit shall be

opened through a reputed INDIAN BANK in your country. 100% Payment shall be done through LC after successful acceptance of Performance Trial Run (PTR) & GTR. Successful completion certificate for

PTR & GTR from NFL, to be submitted by supplier in the bank alongwith other documents to encash LC. Please confirm your acceptance.

6. You will bear your Banker’s Charges including confirmation charges of LC. Banker’s charges in India shall be borne by N.F.L. if validity of the LC is required to be got extended for reasons for which NFL is not responsible, then the bank commission for such extensions of LC shall be borne by you.

7. Please confirm acceptance of submission of Phytosanitary Certificate as per details given on reverse.

8. Address, Telephone, E-Mail, Fax No of English knowing contact person may kindly be mentioned in the offer.

9. Please confirm acceptance to the enclosed ‘Instructions / Conditions For Shipment & Supply’.

10. Please intimate name & address of your Bankers.

11. Please intimate BTN Classification Number i.e. Item Heading Of Custom Tariff, enabling you to export this material.

12. Please Forward Copy Of Price list For Quoted Items Or Confirm Rates Quoted are same As Being Quoted To Other

Govt. Undertakings / Departments, in case P.O. for these items have been placed by any of our NFL Units, please provide copy or Ref. No. of said P.O.

13. Product Catalogue/Technical Details will be required alongwith quotation. 14. Please confirm that quoted rates shall be firm till the execution of order. 15. In case, supply shall be on FOB basis, the supplier have to submit a Bank Guarantee towards security of Custom

duties, statutory levies, freight and other miscellaneous expenses to be paid by NFL, at least one month before supply of material. Bank Guarantee shall be equivalent to 30% of the FOB value. This Bank Guarantee shall be forfeited by NFL, in case material fails to perform in PRT & GTR and rejection of material. This bank guarantee shall be retained by NFL till successful acceptance of material completely and successful competition of PTR and GTR. In case the bank guarantee is from a foreign bank, it should be got counter-guaranteed by an Indian international scheduled bank.

16. Calculation of Landed Price for Foreign Bidders:- To arrive at Landed prices of Foreign Bidders, FOB prices shall be loaded as under: Ocean freight @ 3.00 % of FOB value Marine Insurance @ 0.11% of FOB value Port Handling Charges @ 1.00 % of CIF value Custom duty @ Basic duty + Countervailing duty + Educational Cess + other applicable levies The inland insurance shall be calculated @ 0.15% of Ex Indian port price (i.e. CIF Price plus custom duties) for Foreign Bidders. Customs Duty/other levies - As per applicable rates .

11 | P a g e

17. However if there is any revision in the project status or in rate of Custom duty by GOI, the same shall be applicable.

18. Offers of Foreign Bidders shall be loaded with the L/C charges wherever applicable. However, forward cover charges on exchange rate variation shall not be considered for evaluation, as it is a contingency.

19. INTEGRITY PACT - Bidder will sign the Integrity Pact as per enclosed annexure-E, which is an integral part of the Tender of the Tender documents, failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of the bidder would be rejected. Details regarding Integrity Pact can be viewed on our website viz.www.nationalfertilizers.com

20. REQUIREMENT OF PHYTOSANITARY CERTIFICATE The Central Government vide Gazette Notification–Ministry of Agriculture Notification dtd.18.11.2003 and in exercise of the powers conferred on it by the Destructive Insects & Pests Act 1914 has by the order called the Plant Quarantine (Regulation of Import into India) Order 2003 with effect from 1st April, 2004 made it mandatory that all packing materials of any kind made of plant origin used for packing shall require treatment including Heat-Kiln treatment at 560 C for a minimum of 30 hours or Methyl Bromide fumigation at 48 g/cum for 32 hours of chemical impregnation of wood with wood Preservatives such as copper chrome arsenic or any other approved treatment as per international standards.

It is further stated in the Gazette of India that all shipments coming into India shall be packed in packaging material conforming to the above standard and shall carry a Phytosanitary certificate issued by an authorized officer at the Country of Origin of the consignment in the format prescribed under International Plant Protection Convention of the Food & Agricultural Organisation.

It may also be noted that consignments imported into the country without the aforesaid certificate can be detained by the concerned officers of the Customs unless clearance is obtained from the Plant Quarantine Authorities. Hence, you are requested to ensure compliance of above by forwarding the Phytosanitary certificate issued by an authorized officer at the Country of Origin of the consignment in the format prescribed under International Plant Protection Convention of the Food & Agricultural Organisation for the ordered despatches. The Above Conditions Shall Not Be Applicable To Wood Packing Material Wholly Made Of Processed Wood Products Such As Ply Wood, Particle Board,Orient Strand Or Veneer That Have Been Created Using Glue, Heat & Pressure Or Combination Thereof, Also The Above Conditions Shall Not Be Applicable To Wood Packing Material Such As Veneer Peeler Cores, Saw Dust, Wool Wood & Savings And Thin Wood Places ( Less Then 6 mm Thickness), Unless They Are Found To Be Harboring Any Regulated Pests Specified In This Order.

Phytosanitary Certificate shall not be required in case material is packed as per ISPN-15 For Dy. Gen. Manager (Matls.)

12 | P a g e

ANNEXURE –B

BANK GUARANTEE (FORMAT) FOR EMD

IN CONSIDERATION OF NATIONAL FERTILIZERS LIMITED (NFL), HAVING ITS REGISTERED OFFICE AT SCOPE COMPLEX, CORE-III,7 INSTITUTIONAL AREA,LODHI ROAD, NEW DELHI-110 003 (HEREINAFTER CALLED NFL WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES ITS SUCCESSORS AND ASSIGNS) HAVING AGREED TO EXEMPT ___________ (HEREINAFTER CALLED THE, THE SAID TENDERER(S ) ’ WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES HIS SUCCESSORS AND ASSIGNS) FROM THE DEMAND UNDER THE TERMS AND CONDITIONS OF TENDER NO ________________ _____ FOR ___________________HEREINAFTER CALLED “THE SAID TENDERER’OF SUCH BID SECURITY DEPOSIT FOR THE DUE FULFILMENT BY THE SAID TENDERER(S) OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER _________________FOR ____________ON PRODUCTION OF BANK GUARANTEE FOR RS.___________________ (RUPEES ________________________ONLY). 1. WE___________________BANK HEREINAFTER REFERRED TO AS ‘THE BANK’ DO HEREBY

UNDERTAKE TO PAY TO NFL AN AMOUNT NOT EXCEEDING RS.____________ (RUPEES____________________ONLY) AGAINST ANY LOSS OR DAMAGE CAUSED TO OR SUFFERED BY ‘NFL’ REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER (THE DECISION OF THE COMPANY AS TO ANY SUCH BREACH HAVING BEEN COMMITTED AND LOSS SUFFERED SHALL BE BINDING ON US.

2. WE _______________BANK DO HEREBY UNDERTAKE TO PAY THE AMOUNTS DUE AND PAYABLE

UNDER THIS GUARANTEE WITHOUT ANY DEMUR MERELY OR A DEMAND FROM ‘NFL' STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE CAUSED TO OR WOULD CAUSE TO OR SUFFERED BY ‘NFL’ BY REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE SAID TENDER OR BY REASON OF THE SAID TENDERER’S FAILURE TO KEEP THE TENDER OPEN. ANY SUCH DEMAND MADE ON THE BANK SHALL BE CONCLUSIVE AS REGARDS THE AMOUNT DUE AND PAYABLE BY THE BANK UNDER THIS GUARANTEE. HOWEVER, OUR LIABILITY UNDER THIS GUARANTEE SHALL BE RESTRICTED TO AN AMOUNT NOT EXCEEDING ________________(RS ____________________ONLY).

3. WE ____________________BANK FURTHER AGREE THAT THE GUARANTEE HEREIN CONTAINED

SHALL REMAIN IN FULL FORCE AND EFFECT DURING THE PERIOD THAT WOULD BE TAKEN FOR THE FINALISATION OF THE SAID TENDER AND THAT IT SHALL CONTINUE TO BE ENFORCEABLE TILL THE SAID TENDER IS FINALLY DECIDED AND ORDER PLACED ON THE SUCCESSFUL TENDERER AND/ OR TILL ALL THE DUES OF NFL UNDER/OR BY VIRTUE OF THE SAID TENDER HAVE BEEN FULLY PAID AND ITS CLAIMS SATISFIED OR DISCHARGED OR TILL A DULY AUTHORISED OFFICER OF NFL CERTIFIED THAT THE TERMS AND CONDITIONS OF THE SAID TENDER HAVE BEEN FULLY AND PROPERLY CARRIED OUT BY THE SAID TENDERER(S) AND ACCORDINGLY DISCHARGES THE GUARANTEE. UNLESS A DEMAND OR CLAIM UNDER THIS GUARANTEE IS MADE ON US IN WRITING ON OR BEFORE THE ___________TO INCLUDE 3 MONTHS CLAIM OVER AND ABOVE THE PERIOD MENTIONED IN THE PARAGRAPH FOR THE VALIDITY OF THE BANK GUARANTEE IN THE TENDER WE SHALL BE DISCHARGED FROM ALL LIABILITY UNDER THIS GUARANTEE THEREAFTER.

4. WE ______________________________BANK, LASTLY UNDERTAKE NOT TO REVOKE THIS

GUARANTEE DURING ITS CURRENCY EXCEPT WITH THE PREVIOUS CONSENT OF ‘NFL’ IN WRITING.

DATED________________DAY OF______________________2009

CORPORATE SEAL FOR BANK

13 | P a g e

ANNEXURE –C

SECURITY DEPOSIT-CUM-PERFORMANCE BANK GUARANTEE FORMAT

(To be prepared on Stamp paper issued in the name of Bank) This BANK GUARANTEE No. _____________________________ made this day of ____________________________ between _____________________________________________________ a bank incorporated and having its registered office at ______________________________ (hereinafter called BANK) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns on the one part and NATIONAL FERTILIZERS LIMITED, a Company registered in India under Companies Act, 1956 and having its registered office at Core - III, Scope Complex, 7, Institutional Area, Lodhi Road, New Delhi - 110 003, India to the context or contrary to the meaning thereof include its successors and assigns on the other part. WHEREAS in pursuance to the agreement dated ____________________(hereinafter called CONTRACT) entered into between National Fertilizers Limited (hereinafter called OWNER and __________________________________________ a Company incorporated in _______________________ (hereinafter called CONTRACTOR) which expression shall unless repugnant to the context or contrary to the meaning thereof include its successors and assigns, for supply of ____________________________________________ as envisaged in the Contract, Contractor has to submit a Security Deposit-cum-Performance Bank Guarantee for Rs._________. CONTRACTOR accordingly agrees to furnish the Security cum performance Bank Guarantee as hereinafter contained towards fulfillment of all of its obligations under the contract. NOW THIS DEED WITNESSES AS FOLLOWS : 1. In pursuance of the Contract, the Bank hereby guarantees as a direct responsibility to OWNER that the BANK is holding the amount of Rs.______________________________________at Owner's disposal and hereby promises and shall be bound to pay to OWNER, forthwith at Owner's written notice stating that the contractor has failed to fulfill its obligations under the contract for reasons for which contractor is liable and without any protest or demur and without recourse to contractor and without asking for any reasons as to whether the amount if lawfully asked for by Owner or not, the entire amount or the portion thereof as mentioned by Owner in the notice. The decision of the Owner as to whether the terms and conditions of this Security Depositcum- Performance Bank Guarantee have been observed or not shall be final and binding on the BANK. In any case, however the Bank's responsibility under this Security Deposit-cum- Performance Bank Guarantee is limited to Rs. _______________________________________. 2. This Security Deposit-cum-Performance Bank Guarantee shall be valid for an initial period of ____________________ months from the date of this Bank Guarantee No. ___________________ dated ______________ given by the Bank to Owner become effective. Upon issuance of Commissioning / Erection / Completion certificate according to terms of contract on expiry of _________________ months after the issuance of the above mentioned certificate of commissioning / erection / completion certificate, the Security Deposit-cum-Performance Bank Guarantee shall become null and void. 3. This Security Deposit-cum-Performance Bank Guarantee shall be in addition to and shall not affect or be affected by any other security now or hereafter held by Owner on account of money hereby intended to secure and Owner at its discretion and without any further consent from the Bank, and without affecting its rights against the Bank, may compound with, give time or other indulgence to or make any other arrangement with Contractor and nothing done or omitted to be done by Owner in pursuance of any authority or permission contained in this guarantee, shall effect discharge of the liability of the Bank. 4. UNLESS PREVIOUSLY CANCELLED BY THE OWNER, this Security Deposit-cum- Performance Bank Guarantee will remain in force initially upto __________________ months from the effective date of Bank Guarantee No. ________________ dated ____________ given by the Bank to the Owner and subject to provisions of paragraph 2 above will stand automatically cancelled on the expiry of the said period. Unless demand or claim under this Bank Guarantee is made on Bank in writing within three months from the date of expiry of this Bank Guarantee, all the rights of Owner against the Bank shall be forfeited and Bank shall be relieved and discharged from all the liabilities hereunder. 5. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank, addressed as aforesaid, and if sent by post, it shall be deemed to have been given at the time when it would be delivered in due course of post, and in proving such notice, when given by post, it shall be sufficient to prove that the envelope containing the notice was posted and a certificate, signed by an officer of the owners, to the effect that the envelope was so posted, shall be conclusive. 6. The Security Deposit-cum-Performance Bank Guarantee is to be returned to the Bank after its expiry in terms of Paragraph 4 above. 7. The Bank declares that it has the power to issue this guarantee and the undersigned have full power to do so. Dated _______________ this __________________ day of _____________.

(Indicate the name of the Bank with stamp)

14 | P a g e

Annexure - D

Loading Criterion

Whenever the bidder is silent about the acceptance of NIT conditions such as performance bank guarantee, warranty period, liquidated damages etc, it shall be presumed that the bidder has accepted these conditions and no loading shall be done while undertaking evaluation.

Sr.No Loading Criterion Description. 1 Offers received without EMD EMD amount (absolute value), as required in the NIT shall be loaded

on landed cost of total offer value. 2 Non-submission of SD cum PBG 2.1 Bank Guarantee Less than 10% (10%- (quoted percentage)) of basic price @PLR (SBI PLR + 1 %);

on short fall in Bank Guarantee value agreed by the bidder for delivery period with additional one month period

3 Loading on Account of discrepancy in Performance Bank Guarantee

3.1 Less than 10 % 10 % - quoted percentage of CIF/EX-works prices, for interest @PLR (SBI PLR + 1 %)

4 Loading on Account of discrepancy in the Warranty / Guarantee Period

[10% of CIF / Ex-Works Price * (no. of Months as per NIT - No. of Months Quoted)] / No. of Months as per NIT

5 Over-riding Conditions for 3 & 4 above If the Sum of 3 & 4 is more than 10 % of CIF / Ex-Works prices, then the loading shall be limited to 10 %

6 Payment Terms For interest @ PLR (SBI PLR + 1 %) as following 6.1 Interest Calculation against Mobilization Advance Advance against LoI / PO

Full Delivery Period + 30 Days 6.2 Interest Calculation on progressive payment 6.21 Against Submission of Drawing Full Delivery Period less one month 6.22 Against Drawing Approval Full Delivery Period less one month 6.23 Against placement of PO for Raw Material a. If delivery period < 8 months Full delivery period less two months

b. If delivery period > 8 months Full delivery perios less three months.

6.24 Against Shipment of raw materials Full Delivery Period less five month or five months whichever is more 6.25 Against Reciept of raw material Full Delivery Period less six month or four months whichever is more 6.26 Against payment for dispatch of materials /

through bank A. Foreighn Bidders = Three Months B. Indian Bidders = Depending on delivery conditions viz. Ex-works - one & half months months FOR Destination - One month

6.27 Against Payment within 30 days Nil 7 For Other Deviation like Packing & Forwarding

(P & F) 2 % of Basic Price if party has not quoted P & F charges

8 Loading of Freight in percentage terms 8.1 In case weights and distances are known for all

suplliers I. For Smalls : Inland transportation charges shall be calculated at the rate of Rs. 4.50 paer Km/MT II. For Truck Loads : @ Rs 3 Km/MT

8.2 While undertaking item wise evaluation where item wise weights are not available

8.3 Transportation from the vendors situated within a distance of 400 Kms

1 % CIF / Ex-works Prices

8.4 Transportation from the vendors situated within a distance of 401 Kms to 800 Kms

2 % CIF / Ex-works Prices

8.5 Transportation from the vendors situated within a distance of more than 800 Kms

3 % CIF / Ex-works Prices

9 Loading for discrepancy in acceptance of Liquidated damages Clause

9.1 0.5% per week subject to a ceiling of 5 % of total order value

No Loading

9.2 0.5% per week subject to a ceiling of 2.5 % of total order value

2.5 % Loading

9.3 Damages accepted on undelivered value instead of Total Order Value

2.5 % Loading

9.4 Non-acceptance of Damages 5 % Loading

15 | P a g e

Annexure-E (To be executed on plain paper and submitted along with technical bid/tender documents for

tenders having a value of Rs.1 crore or more. To be signed by the bidder and NFL.)

National Fertilizers Limited (NFL) hereinafter referred to as “The Principal”. AND ____________________________hereinafter referred to as “The Bidder/Contractor” PREAMBLE The Principal intends to award, under laid down organizational procedures, contract/s for ___________________________. The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of and of fairness/transparency in its relations with its Bidder(s) and/or Contractor(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Action 1 – Commitments of the Principal.

1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles :-

a) No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the personal is not legally entitled to.

b) The Principal will during the tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the process or the contract execution.

c) The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/Contractor(s)

1. The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. a. The Bidder(s)/contractor(s) will not, directly or through any other persons or firm, offer promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage or during the execution of the contract.

16 | P a g e

b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/Contractors will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or documents provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, Including information contained or transmitted electronically.

d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly, the bidder(s)/contractor(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any. All the payments made to the India agent/representative have to be in Indian Rupees only.

e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

3. The Bidder(s)/Contractor(s) will not instigate third persons to commit

offences outlined above or be an accessory to such offences.

Section 3: Disqualification from tender process and exclusion from

future contract

If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through a violation of Section 2 above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or to terminate the contract, if already signed, for such reasons.

Section 4 : Compensation for Damages

i. If the Principal has disqualified the Bidder(s) from the tender process prior to

the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/Bid Security.

ii. If the Principal has terminated the contract according to Section3, or if the

Principal is entitled to terminate the contract according to Section3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee.

Section 5 : Previous Transgression

1. The Bidder declares that no previous transgressions occurred in the last three

years with any other company in any country conforming to the TII’s anti corruption approach or with any other public sector enterprise in India that could justify his exclusion from the tender process.

17 | P a g e

2. If the bidder makes incorrect statement on this subject, he can be disqualified from the tender process and appropriate action can be

taken including termination of the contract, if already awarded, for such reason. Section 6 : Equal treatment of all Bidders/Contractors/Subcontractors. 1. The Principal will enter into agreements with the identical conditions as this one with all bidders, contractors and sub-contractors. 2. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7: Criminal charges against violation Bidder(s)/Contractor(s)/Sub- contractors(s).

If the Principal obtains knowledge of conduct of a Bidder(s)/ Contractor(s) which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8 : Independent External Monitor/Monitors

1. The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the

parties and performs his functions neutrally and independently. It will be obligatory for him to treat the information and documents of bidders /contractors as confidential. He reports to the Chairman & Managing Director, NFL.

3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, restricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s)/ Sub-contractor(s) with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of

this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

18 | P a g e

6.. The Monitor will submit a written report to the Chairman & Managing Director, NFL within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should be occasion arise, submit proposals for correcting problematic situations.

7-Monitor shall be entitled to compensation on the same terms as being extended to/provided to Independent Directors on NFL Board. 8- If the Monitor has reported to the Chairman & Managing Director,

National Fertilizers Limited, a substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman & Managing Director, NFL has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

9. The word “Monitor” word include both singular and plural. Section 9 : Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the contract and for all other Bidder 6 months after the contract has been awarded. If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by Chairman & Managing Director of NFL.

Section 10 : Other Provisions • This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal i.e. New Delhi. • Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. • If the contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members. • Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions. (For & on behalf of the Principal) (For & on behalf of Bidder/Contractor) (Office Seal) (Office Seal) Place_________________ Date_________________ Witness 1 : Witness 1 : (Name & Address) (Name & Address) _____________________________ _____________________________ _____________________________ _ _____________________________ ______________________________ _____________________________ Witness 2 : Witness 2 : (Name & Address) (Name & Address) _____________________________ _____________________________ _____________________________ _ _____________________________

______________________________ ___________________________

19 | P a g e

TECHNICAL SECTION

OF

TENDER DOCUMENT

FOR

VIBROPRILLER OR EQUIVALENT PRILLING SYSTEM

(PRILLING SYSTEM FOR UREA PLANT PRILLING TOWER)

AT

NATIONAL FERTILIZERS LIMITED

PANIPAT UNIT

TENDER DOCUMENT No. NFP/PUR/SI/140018/Prilling Device/June-2015

20 | P a g e

NIT FOR VIBROPRILLING SYSTEM(TECH. SECTION)

National Fertilizers Limited Panipat Unit

1.0 Introduction National Fertilizer Limited (NFL) is one of the leading producers of nitrogenous fertilizers in India. NFL is operating five gas based inland Ammonia-Urea plants in India. Panipat Unit of National Fertilizers limited is situated in HaryanaState at a distance of about 90 Km from New Delhi, capital city of India. It is well connected with Rail and road network. The open global tender enquiry is called for Supply, delivery, installation, commissioning and successful trial of vibroprillers system in place of existing Prilling devices (TEC Acoustic Granulators). The Vibroprillers or any other new generation prilling devices based on electromagnetic vibration technique shall be installed in existing PrillingTower for reducing dust generation and improving Urea prill quality as defined in Scope of Work and Performance guarantees. The job comprises of comprehensive study of existing urea plant and Prilling section, design of vibroprilling system or equivalent prilling device, complete supply of material, erection, installation, commissioning and supervision during trial period and realization of guarantees in 20 operational days ‘Performance Trial Run’ (PTR) & Guarantee test run (GTR).

1.1 Description of Urea Plant

Urea Plant at NFL Panipat Unit is a 1550 MTPD urea production facility designed by Toyo Engineering Corporation (TEC) with MITSUI-TOATSU Total Solution Recycle Improved-C process. Urea Plant comprises of Synthesis Section, Decomposition Section, Recovery Section, Crystallization and Prilling section. Urea synthesis is achieved in titanium lined vertical high pressure reactor. The product from Urea Reactor is processed in decomposition section to separate Urea from reaction products. The Urea solution leaving the carbamate decomposers is vacuum crystallized and urea crystal are separated in five number centrifuge machines. The crystals formed are dried to less than 0.3 % moisture and conveyed to top of prilling tower and melted in a steam melter. The molten urea then flows through twelve number Acoustic granulators (prilling devices) and droplets are solidified by cooling air in the prilling tower. The prilled urea falling on bottom fluidized cooler is over flown to belt conveyor carrying product urea prills to Urea Silo for storage and bagging.

1.2 Definitions/Technical terms

1. Vibroprillers or equivalent prilling device: The prilling devices to be used in place of existing Prilling Devices (TEC Acoustic granulators). Vibrations are generated into the prilling device to control the prill size distribution, fines generation and dust emission. For vibration generation and control electro-magnetic device shall be used.

2. Vibroprilling system or equivalent prilling device: It comprises of vibroprillers or equivalent prilling device with automatic control system and additional equipments/piping, electrical and instrumentation items etc to provide guaranteed performance.

3. Emission Particulate Matter (EPM): EPM denotes the urea dust emission and ammonia emission from Top of Prilling Tower. EPM is reported in mg/Nm3 by NFL Laboratory.

21 | P a g e

4. Operational Day: One operational day constitutes time span from 0500 hrs on a day to 0500 hrs following day during which minimum daily production of 1628 MT (105 % Plant Load) is achieved. It includes periods of load reduction ascribing to small time prilling interruptions or prilling load reduction ascribing to problems internal or external to Urea Plant. Plant load during an operational day can reach maximum up to 110 % on hourly and daily basis.

5. Plant Load: Production is derived on the basis of daily Ammonia consumption indicated by

Mass flow meter installed at Urea Plant battery Limit. The daily Ammonia Consumption shall be divided by factor of 0.583 to calculate daily Urea production. Urea production @1550 MTPD will constitute 100 % Plant load.

1.3 Bidder Eligibility Criterion: Please refer to attached Annexure-II

1.4 Scope of Work

1. Bidder to provide vibroprilling or equivalent prilling device system having:

a. One set of vibroprillers or equivalent prilling device in place of existing prilling devices (TEC Acoustic Granulators) equipped with electromagnetic vibrating device and suitable sized buckets/baskets to meet performance guarantees. Operation of Vibroprillers or equivalent prilling device shall be fully controllable from Urea Plant Central Control Room. The automatic control system includes melt level control and vibration control.

b. Complete supply of material like equipments, mechanical, electric and instrument items for ensuring vibroprillers functionality for conducting Performance Trial Run (PTR) & guarantee test run (GTR).

c. Supply of services like design, site visits, study of Urea Plant and prilling system,

inspection, engineering, manufacture, erection, testing, commissioning, executing Performance Trial Run (PTR) & Gurantee test run (GTR) and submission of reports.

d. One spare set of vibropriller, bucket and electromagnetic vibrating device.

e. Two years Spares for trouble free operation of vibroprilling system or equivalent

prilling device are to be provided. One set of special Tool & Tackles is also to be provided. Bidder to submit separate detailed spare part price list of vibroprilling system. or equivalent prilling device Bidder to also submit price list of each component of vibropriller or equivalent prilling device including bucket, vibrators, O rings etc.

2. Vibroprillers or equivalent prilling device system design basis is attached as Annexure-I.

Bidder must check on site operating parameters, laboratory sampling, analysis techniques and reporting methodologies with help of instruments and other verifiable methods to their full satisfaction.

3. The offer must indicate total number of vibroprillers or equivalent prilling device working

methodology and Technology principles.

4. New Prilling devices should be installed and fixed in the existing openings through which acoustic granulators are fixed without any major modification. Accordingly Bidder to study

22 | P a g e

the detailed mechanical drawings of existing system and must check on-site prilling system and piping dimensions etc. Bidder must certify that entire Prilling system has been checked in totality for purpose of offering guarantees.

5. Bidder to certify that selected turn down ration of prilling device shall ensure satisfactory

operation of Prilling tower during Plant start-up conditions with respect to prill size distribution, dust emission and other quality parameters.

6. Design of Prilling device to ensure full load operation of Plant even when one or more of the prilling devices are non-functional on account of cleaning or repairs/replacement. Limitations if any are to be stated clearly.

1.5: Special Terms and Conditions

1. Bidder must confirm that it is fully aware of the operation of Toyo Engineering Corporation (TEC) designed Urea plants and various Technical terms associated with Urea Plant operation.

2. Vendor shall be providing Vibroprilling system or equivalent prilling device on temporary

free loan basis (without any cost implications to NFL) at NFL Panipat plant site including services for installation, operation and testing for trial run purposes. NFL will not pay any advance as loan (refundable amount) for the trial run of vibroprilling system.

3. Vibroprillers or equivalent prilling device design must prevent urea melt from sticking the walls of PrillingTower. This is an important condition for acceptance of system.

4. No Major modification shall be permitted in existing prilling system. The existing melt distribution header is of 2.5 inches. Minor alteration shall be permitted in the existing system provided modification proposed by bidder does not pose any limitation in reinstating the original system. NFL decision shall be final in all respects.

5. No opening should be left in the prilling tower acoustic granulator distribution deck after installation of vibroprilling system.

6. The offered system may be installed part wise without affecting normal plant operation. The

time for change over from acoustic granulators to vibroprilling system shall be minimum possible / mutually agreed upon to avoid load reduction / shutdown of urea plant. The Prilling load shall be reduced or stopped as per requirement.

7. After ensuring full functionality of vibroprilling system, or equivalent prilling device owner

shall permit vendor to conduct the performance trial Run for a period of three weeks to demonstrate the continuous workability of installed system and to achieve guarantees. After completion of PTR, Report shall be submitted by vendor to owner. After acceptance of the report by the owner guarantee test run (GTR) to be conducted for 5 days in the month of June, July and August at 105% plant load . The best 72 hrs (out of five days) in continuation will be considered for evaluation.

8. For Performance Test Run (PTR) and guarantee test run (GTR), results of NFL laboratory shall be final and acceptable to the vendor/parties involved in the supply of new system. Lab procedures are attached as Annexure-V-1, 2& 3 along with relevant prill quality analysis for last one year of operation. Existing sampling location/points shall be used for sample collection.

23 | P a g e

9. After successful completion of Gurantee Test Run (GTR), owner shall accept the GTR Report and purchase vibroprilling system or equivalent prilling device from Vendor as per terms and conditions of NIT.

10. Under conditions listed below, Owner shall direct vendor to make functional original system of acoustic granulators immediately. Owner decision shall be final and irrevocable.

a. Non-acceptance of Performance Test Run (PTR) and Gurantee test run (GTR) results by Owner

b. In case, owner perceive risk observes in continuation of urea plant operations or unusual wastage of resources or unacceptable EPM level (ammonia mg/Nm3, Urea mg/Nm3) or high vibropriller cleaning frequency or complaints from customers or mechanical limitations with fluidized cooler blower or prilling system during PTR or functional test.

c. In case, Prill quality is not in conformity with Fertilizer Control Order (FCO) latest

revision.

d. After vibropriller installation, Urea prill Temperature (at measuring point on PJD-302) shall reduce by about 5-10 0C and crushing strength values shall be better than existing values with acoustic granulators. As Crushing strength values and prilling temperature cannot be compared precisely with present values, Owner at its sole discretion can terminate the Performance trial run on observing low crushing strength, insufficient prill cooling and related problems with bagging and storage of prilled product or on receiving complaints from customers or observed mechanical limitations with fluidized cooler blower or prilling system.The average crushing strength of the prill should be more than 550 gm/prill.

e. In case, urea melt/prills is found sticking the walls of Prilling Tower ascribing to vibropriller operation.

Accordingly under direction from owner, vendor shall restore original system in totality and newly installed system shall be removed by vendor immediately without any financial

encumbrance to NFL. The dismantling of most of vibroprilling system or equivalent prilling device shall be carried out without affecting normal plant operation. The time for change over from vibroprilling system or equivalent prilling device to acoustic granulators shall be minimum possible/mutually agreed upon to avoid load reduction / shutdown of urea plant. The Prilling load shall be reduced or stopped for as per requirement. However owner may permit vendor to conduct retrial as per clause 1.12.

11. Owner after receiving written request from vendor shall permit vendor to conduct PTR at the earliest. However for reasons beyond control of owner especially long plant outage or continued operation at load less than 105% of plant load, Owner and vendor shall decide future course of action. Owner at its sole discretion may permit vendor to conduct PTR at operating plant load not less than 100% equivalent to 1550 MTPD prilled Urea. After acceptance of report of PTR by the owner GTR to be conducted at 105% plant load for 5 days in the month of June,July & August. Bidder shall also show performance of prilling device at 110% load for 24 hrs although it will not be a part of PTR & GTR., The

vibropriller or equivalent prilling device should be designed to cater plant load of 115%.

24 | P a g e

12. Time period between prilling devices cleaning shall be defined during trial run. However, the expected prilling device cleaning frequency should be not more than one time per five days.

1.6 Other Requirements

1. Material of construction of complete vibroprilling system or equivalent prilling device (package) shall be suitable for Urea service considering the Urea Plant Process and environmental conditions (applicable for both indoor and outdoor installations). MOC of vibroprillers, melt pots and any new equipment should be urea grade steel of equivalent MOC should be SS316L urea grade. It should pass through tests as per ASTM A262 practice –A and ASTM A262 practice-C.

2. Prilling devices should be easily mounted and dismantled for service and repair works. Bidder to mention total weight of prilling device to be lifted by maximum 1 meter for cleaning. Two persons may easily handle it and no additional lifting-aid is required to ensure simplicity of assembly and disassembly of priller unit during service and repair work.

3. Bidder to submit load of 110 V AC/DC supplies. In central control room (CCR), 110 VAC supply will be provided at one point by Owner. Suitable connecting cables from CCR to Field or vice versa will be in vendor's scope of supply. Cable lying will be in owner scope. Inter connection and panel wiring / erection (Rest of the jobs) will be in vendor's scope. Vendor to ensure that electrical wires and cables are routed in a way ensuring protection from damage. The Material of Panel cabinet shall be of stainless steel.

4. Bidder to note that distance between CCR, Urea Plant and existing location of acoustic granulators shall be about 300 meters for calculating cable requirements.

5. PLC shall be of reputed make. After sales services support shall be easily available in India.

6. PLC Programming software (licensed) installed on notebook computer shall be included in supply.

7. For electrical circuit intended for power supply of control panel instruments, dust proof configuration not less than IP-54 is to be considered.

8. Instrument Air will be provided by owner with 1/2 inch NPT (Female) isolation valves. From 1/2 inch NPT (F) further connections will be in vendor's scope of supply.

9. Bidder to provide detailed specifications, interconnection wiring diagram, PLC I/O details, and Instruments specifications of all the items.

10. Bidder must ensure continuation of sales and service support along with spares availability for 15 years. Bidder to also submit list of spare parts required for two years uninterrupted operation of complete vibroprilling system or equivalent prilling device along with Price list. Bidder to submit separate Price-List of all parts of one vibropriller set complete with vibrators, O rings, buckets (basket) etc. Detail of O-ring (MOC, size and hardness etc.) should be furnished by bidder.

11. The bidder’s quoted Price of vibropriller or equivalent prilling device, electro-magnetic vibrator and bucket shall remain fixed for 2 years after completion of successful PTR and GTR. After successful conduct of GTR, owner may ask vendor to provide basket for relatively

25 | P a g e

large size prills or improved design basket. Owner may place order for additional baskets with same size or different size within two years.

12. Bidder to confirm vibropriller or equivalent prilling device cage life expectancy to be ten years minimum and for basket life expectancy of three years (min.).

13. GUARANTEE: For complete vibroprilling system or equivalent prilling device, bidder have to provide material guarantee as well as performance guarantee (as specified in technical section of NIT) 12 months from the date of commissioning or 18 months from the date of receipt of material at NFL site, whichever is earlier.

14. Vendor to provide Six sets of mechanical, electrical and Instrumentation drawings and (O&M) manual and Trouble-shooting chart and other system documentation. Soft copies in PFD format are also to be provided.

15. Vendor shall provide training the NFL multidisciplinary group for operation and maintenance of vibroprilling system or equivalent prilling device

1.7 Completion Period:

1. Bidders to quote their best completion period effective from date of issuance of LOI

(Notification of Award). For successful bidder maximum time permitted will be four months from issue of LOI to make ready vibroprilling system or equivalent prilling device for functional checking.

1.8 Owner Obligations

1. Steam (4 kg/cm2g, -- 0C and 7 kg/cm2g ---0C), Instrument air (6 kg/cm2g) connections are available at top of Prilling tower. Bidder shall indicate the quantity of steam and Instrument air required for normal functioning of Vibroprilling system or equivalent prilling device. Material supply as per code requirement is fully in scope of vendor.

2. Primary mounting of Prilling system or equivalent prilling device is executed by NFL with assistance of vendor specialist.

3. Connections of external electrical circuits to Instruments of control panel shall be executed by NFL through terminal boxes. Cable lying will be in NFL scope

4. For new system, NFL shall provide fabrication & erection facility but Material shall be supplied by vendor. In case of fabrication of piping is involved, Layout drawing and piping isometrics shall be submitted to NFL in advance.

5. All jobs shall be executed in coordination with bidder; NFL shall not be responsible for delays in supplies and consumables or lack of supervision by bidder experts

1.9 Performance guarantee guidelines

1. Five operational days shall be allowed to vendor for ensuring full functionality/stablisation of vibroprilling system or equivalent prilling device. During functionality testing period, Owner is free to act in accordance with clause 1.5-(10).The PTR will be conducted for three weeks after stabilisation of installed prilling device .Bidder to show performance of prilling

26 | P a g e

device at 110% load for 24 hrs although it will not be a part of PTR & GTR.

2. After ensuring full functionality of vibroprilling system or equivalent prilling device, owner shall permit contractor to conduct the performance Test Run (PTR) for a period of three weeks to demonstrate the continuous and reliable workability of installed system and to achieve the guarantees. During PTR, Owner is free to act in accordance with clause 1.5-

(10).The prill sample will be collected from the Product belt number PJD-302 near product temperature measuring point for Prill quality analysis (strength, sieve analysis etc).

3. For sampling purpose one sample from each of the sampling points located at suction of ID

fan shall be taken as per existing practice. EPM level at four sampling points must indicate values less than 50 mg/Nm3.

4. After successful completion of PTR bidder to submit report as per clause no 1.10

5. After acceptance of PTR report by the owner gurantee test run (GTR) to be conducted for five days in the month of June, July and August. The best 72 hrs (out of five days) in continution will be taken for eveluation purpose. After successful completion of GTR bidder to submit report as per clause no 1.10

1.10 Performance Guarantees in PTR & GTR

1. Urea emission in PrillingTower effluent to be less than 50 mg/Nm³ with conditions stipulated at Clause no. 1.9 (4). The sampling frequency will be minimum six set of samples from all the four points during the entire PTR duration of three weeks. During GTR average of minimum two samples will be considered for evaluation.

2. Fines (less than 1 mm size) in the prilled product will be 1.5% maximum by weight. The sampling frequency will be three samples per operational day. Average value of three samples shall form performance evaluation criterion.(preferably one sample in each shift).

3. For urea prill sample collected from the Product belt number UJD-302 below CFD (near

product temperature measuring point), the expected prill size distribution is Prill Size range 1.46-2.8 mm : 85 (+/-) 5 wt %.(Minimum)

The sampling frequency will be three samples per operational day. Average value of three samples shall form performance evaluation criterion.(preferably one sample in each shift).

Bidder may note that the GTR of the plant will be conducted at 105% of plant load. Accordingly performance guarantees are applicable at 105% of plant load. Non-compliance to any of above implies rejection of PTR & GTR Report. Owner is free to exercise its discretion under clause 1.5

(10). However Owner may permit Performance retrial ( PTR & GTR) at later date solely at its own discretion.

27 | P a g e

1.11 Performance Retrial

1. NFL at its own discretion may permit vendor to carry out suitable modifications/design changes in vendor supplied system for retrial at later date under same terms and conditions. Vendor after restoration of original system shall request owner in writing for conducting retrial at later date. Vendor shall submit also details of proposed changes. Owner decision to continue with retrial/retrials or abandon ongoing trial at any stage shall be final and binding to vendor. However original system using acoustic granulators as prilling device has to be restored back immediately by contractor

1.12 Time Schedule and Progress Reporting

1. Bidder to submit time schedule regarding documentation, supply and manufacture of equipment and material. The time schedule will be in form of bar chart indicating all key events like manufacturing, testing, delivery, installation, commissioning, guarantee test and hand over and de installation if guarantee test report is not accepted.

2. Owner representative shall have right to inspect contractor premises to evaluate actual progress of work on basis of contractor time schedule documents. Irrespective of such inspection, contractor shall advice owner at earliest possible date of any anticipated delay in schedule indicating the reasons thereof and corrective measures.

3. Vendor to submit test reports conducted for vibroprilling system at their manufacturing facilities.

1.13 Bid Evaluation criterion

1. Bidder should agree to Terms listed in Annexure–III (PTR undertaking).

2. Bidder who quoted lowest lump sum rate as per Price bid Format (Annexure-IV) shall be considered for award of contract.

1.14 Vendor Manpower

1. Vendorwill arrange lodging, boarding & transportation facility for experts/personnel visiting Panipat Site for study, installation, commissioning or related purposes. However, NFL will provide accommodation in guest house on chargeable basis for the entire duration subject to availability of rooms.

2. Any equipment, manpower or material required for satisfactory execution of work, even not specified in tender document, shall be arranged by the bidder without anyextra cost.

1.15 Price reduction in case of minor deviation in guarantees The acceptance limits for minor deviations in guaranteed parameters as per clause no 1.10 with price reduction on rates of purchase order for the prilling device supplied will be as below

1. Urea emissions : In case the values of emissions exceeding 50mg/Nm3 the prilling device can be accepted upto 60mg/Nm3 with a price reduction of 0.5% on rates of Purchase order for every increase of 2mg/Nm3 above 50gm/m3 upto 60mg/Nm. If the emission level

28 | P a g e

exceeds 60mg/Nm3 prilling device will be rejected. 2. Fines(less than 1mm size) in the prilled product : In case the values of fines exceding

1.5% by weight the prilling device can be accepted upto 2.0%by weight of fines with a price reduction of 0.5% on rates of Purchase order for every increase of 0.1% above 1.5% upto 2.0%. If the fines exceeds 2.0% by weight the prilling device will be rejected.

3. The prill size distribution : Prill size range 1.46 - 2.8mm 85%(+/-) 5% minimum No deviation upto 80% in the range of 1.46-2.8mm. Price reduction of 0.5% on rates of purchase order for every 1% reduction below 80%

upto 75%. If the size range 1.46 – 2.8mm is below 75% prilling device will be rejected.

__________________________________________________________________________

29 | P a g e

Annexure-I

DESIGN BASIS

1. Urea Plant Prill Tower Capacity Range

The vibroprillers or equivalent device working capacity range for continuous operation shall be considered as Design urea prill tower capacity : 64.58 MT/hr Normal urea prill tower operating capacity : 68.0 MT/hr Minimum urea prill tower operating capacity : 32.5 MT/hr Maximum urea prill tower operating capacity : 71Mt/hr The vibropriller or equivalent device to be designed to work at 115% plant load i.e. 74 MT/hr

Vibro Priller should operate efficiently in the above capacity range using existing mounting facilities/ infrastructure provided on our Prill Tower.

2. Urea Melt temperature to be considered in range 1380C- 1460C. Continuous operation at 146 0C is to be considered for vibroprillers or equivalent device design.

3. Air flow through Prilling tower to be considered as 5, 50000 Nm³/hr. The bidder may verify the air flow during actual operation of Urea Plant and Prilling system.

4. Ambient temperature to be considered for peak summer operation as 46 0C (occasionally up to 470C)

5. Vibroprilling system to cater Plant load in excess of 71 MT/hr and there has to be one standby priller so that plant load does not suffer on account of outage of one vibroprillers for long duration.

6. Prill temperature during peak summer season reach 650C. Reduction of 5-10 °C of Urea prills temperature at Product belt to be achieved during trial run of Vibro Priller with respect to similar plant load and operating conditions. Product Temperature (at measuring point on UJD-302) shall reduce by about 5-10 0C and crushing strength values shall be better than existing values with acoustic granulators

7. The prill size distribution considering the peak summer conditions is given below: 8. For urea prill sample collected from the Product belt number PJD-302 near product

temperature measuring point ,the expected prill size distribution is Prill Size range 1.46-2.8 mm : 85 (+/-) 5 wt %.(Minimum)

Less than 1mm: 1.5% by weight(Maximum)

9.Urea Emission from prill tower with Vibro-priller shall be less than 50 mg/Nm3 10. The average crushing strength of the prill should be more than 550 gm/prill

Signature of Tenderer or their Authorized Representative

:

____________________

Name & Address of Tenderer

: ____________________

30 | P a g e

Annexure-II

ELIGIBILITY CRITERIA FOR PROCUREMENT OF VIBROPRILLER SYSTEM/PRILLING DEVICE

Sr. No.

Conditions Documents Required

1)

I. The bidder should be manufacturer

or authorized representative of

manufacturer.

II. Manufacturer should have supplied/

commissioned, by self or through

authorized dealer, at least two

similar Vibroprillers or equivalent

urea prilling devices in the last 10

years as on previous to the month in

which NIT is published.

III. Atleast one of the two referred

system, should be operational as

on date

I. Valid authority letter from manufacturer in case of bidder is authorized representative.

.

II. The copies of purchase Orders for supply of atleast two similar systems in the past 10 years as on previous to the month in which NIT is published. Detailed address and contact No. of the user

companies and concerned person to whom this equipment has been supplied

.

III. Copy of satisfactory performance certificate for atleast one of the above two systems for a minimum period of last 2 years on continuous basis as on previous to the month in which NIT is published.

2) Bidder to conduct three weeks performance

trial run (PTR) without any cost

encumbrance to NFL after stabilization of

their system.

After successful PTR, GTR to be conducted

for 5 days at 105% plant load. Out of which

best 72 hrs in continuation will be

considered for evaluation purpose.

Bidder to submit the undertaking on official Letter Head as per format given at annexure –III of technical section of NIT.

3) Manufacturer or authorized representative

of manufacturer should confirm in the form

of undertaking on official Letter Head, for

technical support and spare part supply at

short notice i.e. One month and should be

capable to provide spare & service support

for a period of at least 15 years from the

date of supply of equipment at NFL

Panipat.

I. Confirmation in the form of undertaking on official Letter Head of manufacturer.

II. Detail indicating complete address of their establishments in India (if any) along with their contact person name, address and phone numbers etc on its letter head pad.

4) Vibro prilling system/ equivalent urea

prilling device, offered by bidder shall

conform to the following:

1. Urea emission in prilling tower

effluent less than 50 mg/Nm3 .

2. Prill size in the range:

1.46 - 2.8 mm : 85(+/-) 5 %

Confirmation certificate on official Letter Head of manufacturer or bidder.

31 | P a g e

(Minimum) by weight.

Less than 1mm: 1.5% by weight

(Maximum)

3. The average crushing strength of

the prill shall be more than 550

gm/prill.

Note: However the acceptance of prilling

device will be as clause No 1.10 & 1.15 of

STC of technical section of NIT.

5)

Technical Suitability of accessories like

piping /valves etc, which may be used for

commissioning of the system.

Technical specification of any accessories which is not supplied by manufacturer, shall be got certified from manufacturer for its suitability. A certificate shall be submitted in case bidder is not a mannufacturer.

6) The average minimum audited annual

financial turnover of the bidder should be

minimum Rs. 45.00 lakhs during the last

three years ending 31.03.2014.

Bidder shall submit financial standing through Audited Balance sheet / Profit & Loss account for the last three years (for the year 2011-12, 2012-13 & 2013-14).

32 | P a g e

Annexure-III

Performance Test Run (PTR) & Gurantee test run (GTR)Undertaking

We agree:

1. ThatVibroprilling system or equivalent device shall be provided to NFL on temporary free loan basis (without any cost implications to NFL) at NFL Panipat plant site including services for installation, operation and testing for Performance Trial run and guarantee test run purposes. NFL will not pay any advance as loan (refundable amount) for the trial run of vibroprilling system or equivalent device.

2. That all costs associated with preparation and submission of bids, visit to site, supply and installation of system, commissioning and three weeks performance test Run and five days guarantee test run shall be borne out by party. NFL (hereafter referred to as purchaser/Owner), in no case be responsible or liable for these costs. NFL shall make contracted lump sum payments only after acceptance of successful GTR. Further if the desired performances are not met with the Vibro Prilling system or equivalent device, Vendor has to take back the Vibro Prilling system or equivalent device without any cost implications to NFL.Retrial after suitable improvements/modifications shall be permitted at sole discretion of NFL.

3. That design basis mentioned in Annexure-I is acceptable.

4. That new Prilling devices will be installed and fixed in the existing openings through which acoustic granulators are fixed. The detailed mechanical drawings and piping dimensions etc has been checked to our full satisfaction.

5. That offered system may be installed part wise without affecting normal plant operation. Similarly dismantling of installed system in case of non-fulfillment of guarantee clauses

shall be carried out without affecting normal plant operation. The time for change over from acoustic granulators to vibroprilling system shall be minimum possible/mutually agreed upon to avoid load reduction / shutdown of urea plant. The Prilling load shall be reduced or stopped for as per requirement. Similarly for original system restoration, minimum possible/mutually agreed upon such time will be allowed.

6. That For Performance trial run and gurantee test run, results of NFL laboratory shall be final

and acceptable to us.

Dated : ______________ Signature of Tenderer or their Authorized Representative

:

____________________

Place : ______________ Name & Address of Tenderer

: ____________________

Phone No. : ____________________ Fax No./email : ____________________

33 | P a g e

ANNEXURE-IV

PRICE BID FORMAT - PART-I (for Indian Bidders)

DESCRIPTION OF WORK: “Supply and installation of Vibro prilling system or equivalent device” at N F L ,

Panipat unit as detailed in Technical Section.

S. No.

Description of Work Quantity UOM Basic Unit price

(Rs.per No.)

Total delivered

Amount

(`Rs.)

(inclusive of

all taxes

duties and

freight)

1.0

Supply and installation of Vibro prilling system or equivalent device comprising of

A. One set of prilling system or equivalent device including static Vibropriller, magneto restrictive vibrators, baskets, additional equipments, control system and required material for ensuring prilling device functionality for conducting Performance Trial Run (PTR) and Guaranteed test run (GTR). It also includes PLC based automatic control system(one set) including pneumatic control panel for melt level control in priller, control cabinet and services like design, site visits, Comprehensive study of Urea Plant and prilling system, inspection, engineering, manufacture, documentation, drawings, erection, commissioning, executing the Performance Trial Run (PTR) and Gurantee test run (GTR) and submission of performance reports. Two years maintenance spares, special tool and tackles.

Essential spares as per Annexure-VII

B. One spare set of

I. Vibropriller or equivalent prilling device II. Magneto restrictive Vibrator or equivalent

III. Bucket/basket or equivalent

The bidder shall quote a single price for the material mentioned above. Price break up for other taxes and duties

and Transportation shall be shown separately. NOTE : 1. No other cost shall be admissible other than stated here. 2. Transit Insurance shall be arranged by the supplier at their cost.

3. Vendor should intimate following considered for arriving ‘LANDED PRICE’

A) Excise duty rate (if any) payable extra ………………………… = ______ % B) Education Cess on Excise duty (if any) payable extra………… = ______ % C) Central /Sales Tax rate (if any) payable extra Or Local VAT rate (if any) against VAT D-1 Form ……… = ______ %

34 | P a g e

D) Freight inclusive of Service Tax upto NFL Stores Panipat payable extra (if any) against vendor bill for supply = ______

E) Transit Insurance : To be arranged by supplier.

4. The ‘LANDED PRICE’ for above price bid format must be calculated as per following on NFL Stores basis: LANDED PRICE = (BASIC RATE ) + (EXCISE DUTY) + (EDUCATION CESS ON EXCISE DUTY) +

SALES TAX + FREIGHT INCLUSIVE OF SERVICE TAX UPTO NFL STORES PANIPAT + TRANSIT

INSURANCE.

5. Any Material not attracting ‘Excise Duty & Education Cess’ must be clearly confirmed in the quotation &

accordingly landed price for said Material must be calculated without (excise duty + cess) in the price bid format.

6. TDS will be deducted as per prevailing Govt. rules, if applicable.

7. Basic rates must be exclusive from freight charges. These charges if any can be mentioned separately (Per unit).

8. Freight charges must be quoted separately and should not be included in the basic price.

9. The quoted rates shall be firm and valid till execution of whole contract.

Dated : ______________ Signature of Tenderer or their Authorised Representative

:

____________________

Place : ______________ Name & Address of Tenderer : ____________________

Phone No. : ____________________

Fax No. : ____________________

E.Mail Address : ____________________

35 | P a g e

PRICE BID FORMAT - PART-II (for Foreign Bidders)

DESCRIPTION OF WORK: “Supply and installation of Vibro prilling system or equivalent device” at N F L ,

Panipat ( India ) unit as detailed in Technical Section.

S.

No. Description of Work Quantity UOM Basic Unit

price

(Foreign

currency/

per No.)

Total FOB

price

(inclusive of

Packing

freight and

FOB

charges) (`Foreign

currency)

Total

delivered

Amount

(inclusive of

all taxes

duties and

freight)

1.0

Supply and installation of Vibro prilling system or equivalent device comprising of

C. One set of prilling system or equivalent device including static Vibropriller, magneto restrictive vibrators, baskets, additional equipments, control system and required material for ensuring prilling device functionality for conducting Performance Trial Run (PTR) and Guaranteed test run (GTR). It also includes PLC based automatic control system(one set) including pneumatic control panel for melt level control in priller, control cabinet and services like design, site visits, Comprehensive study of Urea Plant and prilling system, inspection, engineering, manufacture, documentation, drawings, erection, commissioning, executing the Performance Trial Run (PTR) and Gurantee test run (GTR) and submission of performance reports. Two years maintenance spares, special tool and tackles.

Essential spares as per Annexure-VII

D. One spare set of IV. Vibropriller or equivalent prilling device V. Magneto restrictive Vibrator or equivalent

VI. Bucket/basket or equivalent

The bidder shall quote a single price for the material mentioned above. Price break up for other taxes and duties and Transportation shall be shown separately. NOTE : 1. No other cost shall be admissible other than stated here. 2. Transit Insurance /Marine Insurance shall be arranged by the supplier at their cost.

3. Vendor should intimate following considered for arriving ‘DELIVERED PRICE’

a. Export Packing Charges = ______ b. In land transportation charges (if any) payable extra ………………………… = ______ c. FOB / Documentation Charges (if any) payable extra………… = ______ d. All charges on arrival at Indian Port (if any) payable extra = ______ %

36 | P a g e

e. All Taxes and duties in India and freight charges upto NFL Stores Panipat payable extra (if any) against vendor bill for supply = ______

f. Transit Insurance : To be arranged by supplier.

4. TDS if any will be deducted as per prevailing Govt. rules, if applicable.

5. Freight charges must be quoted separately and should not be included in the basic price.

6. Landed cost shall be calculated as per clause no. 16 of annexure- A.

7. The quoted rates shall be firm and valid till execution of whole contract.

Dated : ______________ Signature of Tenderer or their Authorised Representative

:

____________________

Place : ______________ Name & Address of Tenderer : ____________________

Phone No. : ____________________

Fax No. : ____________________

E.Mail Address : ____________________

37 | P a g e

Annexure- V

Ammonia and Urea emission from Prilling Tower

Date

ID Fan A ID Fan B ID Fan C ID Fan D Average

Urea mg/N

M3

NH3 mg/N

M3

Urea mg/N

M3

NH3 mg/N

M3

Urea mg/N

M3

NH3 mg/N

M3

Urea mg/N

M3

NH3 mg/N

M3

Urea mg/N

M3

NH3 mg/N

M3

28.03 14

188 - 876 - 305 - 1749 - 779.5 -

05.04.14

760 - 1646 - 653 - 3481 - 1635.

0 -

19.04.14

195 - 315 - 621 - 239 - 342.5 -

14.05.14

41 - 854 - 49 - 134 - 269.5 -

07.06.14

95 100 289 8 429 105 2223 31 759.0 61.0

20.06.14

191 293 281 116 125 174 299 58.6 224.0 160.4

02.07.14

225 4.5 680 22 99 13 196 58 300.0 24.4

08.0714

1804.2

48.5 905.5 22.6 83.2 14.8 120.5 28.6 428.4 28.6

21.07.14

136 28 68 27 250 40 214 74 167.0 42.2

19.08.14

1268 56 50 32 1119 62 1186 41 905.8 47.8

30.08.14

85 24 98.3 117 76.7 52 32.3 42 73.1 58.8

11.09.14

232.8 42 67.9 26.0 564.1 52 95.5 44 240.2 41.0

Sampling Procedure of Emission FromPrilling Tower

Emission from I. D. Fan/Cyclone is drawn with the help of vacuum pump through previously dried glass fibre/ cellulose thimble at a calculated rate of LPM for twenty minutes. The rate of flow is calculated considering emission velocity,ambient&stack temperature,stack pressure and the diameter of sampling tube . The thimble is then dried at 740C over night and weighed. The increase in weight is used for calculation of SPM (Urea) in mg/NM3 .

SPM(Urea) = Wt. increase of thimble X 1000 Time (min.) X Rate of Sampling X Day factor

38 | P a g e

Annexure-VI

Mechanical Specifications of Existing system 1. Prilling Tower Dimensions

Diameter of Prilling Tower: 13.5 meter Distance of granule falling: 40 meters Thickness of Prilling deck: 0.1-0.5 meters

2. List of Drawings

The relevant drawings of prilling tower can be obtained during the site visit at at plant.

_______________________________________________________________________________

39 | P a g e

Annexure-VII

1. Instrumentation Spares

1. Pre-programmed CPU 1 (One) Number

2. Power Supply 1 (One) Number

3. Input/ Output cards 20% of installed (minimum one Number)

4. Keypads /Display Unit (HMI) 1 (One) Number

5. Any other Card/Module Min. one number

6. Pressure regulator filter Min. one number

2. Essential Supplies

Bidder to note that distance between CCR, Urea Plant and existing location of acoustic granulators shall be about 300 meters for calculating cable requirements.

3. Mechanical Spares

1. Vendor should include in his offer ‘Spares for 2 year operation’

4.Electrical Spares:

1. Vender should include in his offer spares for 2 years operation.List of spare should be

provided.

2. Power Supply to field units: 415V 3ØAC or 230V single phase AC (Non –critical) shall be

provided by the NFL at one point. Suitable transformation equipment will be provided by the

vendor to meet specific power requirement of installed equipment.Cable shall be provided by

the vendor.Cable laying will be in the scope of vendor.

3. Power supply to control unit in CCR,110VAC / DC will be provided to only control units

installed at CCR at one point by the owner from Instrument control panel.Cables for

Instrumentation and laying shall be in the scope of vendor.

4. All junction boxes installed in field should be of stainless steel/IP65.

________________________________________________________________________

40 | P a g e

Annexure-VIII TEST Method Of Urea Product

( as per FCO -1985)

Sieve Analysis Principle:

Known quantity of urea prill is sieved through 2.8mm and 1.0mm aperture sieves and weighed.

Apparatus: Standard I.S Sieve 2.8mm and 1.0mm aperture as per FCO. Balance up to 0.1gm. Procedure :

1. Take 100gms of composite urea sample on 2.8mm and 1.0mmSieve. Shake till the

material retained on 2.8mm sieve has constant weight. 2. Take similarly 100gms of composite urea sample on 1.0mmm sieve . shake til the

material retained has constant weight. Results ; Material passing through 2.8mm I.S. Sieve i.e . -2.8mm= %wt. Material retained on 1.0mm I.S.Sieve i.e. +1.0mm = %wt. Under size i.e. -1.0mm = %wt _____________________________________________________________________________

41 | P a g e

PRILL STRENGTH Annexure-IX

PRINCIPLE : Known amount of Urea is sieved through different I.S. sieve. Fractions retained on them are weighed. Crushing strength is determined separately for each fraction and weighed average crushing strength is calculated. Apparatus : Crushing strength machine , Analytic balance I.S. Sieve aperture 2.8mm,2.4mm.1.9mm,1.4mm,1.18mm and 1.0mm. Procedure : Place sieve one above the other in the rising order of aperture . Take 100 gms of composite Urea sample on 2.8mm sieve. Shake the set of sieves till different fractions have the constant weight. Different fractions retained on each sieve is weighed separately. Find out the Crushing strength of prills from all fraction except +2.8mm and-1.0mm fractions. Calculate the average of each fractions. Standard Sieve

Weight % No. of prills taken for strength

Average crushing strength in gms

Fraction Avg. crushing strength

+2.8mm I.S.Sieve

- - - -

+2.4mm I.S. Sieve

A1

10

B1

A1xB1 /100

+1.9 mm I.S. Sieve A2 10

B2 A2xB2 /100

+1.46mm I.S. Sieve

A3 20 B3 A3xB3 /100

+1.18mm I.S. Sieve

A4 10 B4 A4xB4 /100

+1.0mm I.S. Sieve A5 10

B5 A5xB5 /100

-1.00 I.S.Sieve

- - - -

Calculations: Weighed Average Strength = A1xB1/100+A2xB2/100+A3xB3/100+ A4 x B4/100 +A5xB5/100.

Results : = …………..gms/prill ________________________________________________________________________

42 | P a g e

Annexure-X

Sieve Analysis and average Strength Data.( Oct.2013 to Sep.2014)

Date & Month

+2.8mm %

+2.4mm %

1.9mm %

1.46mm %

1.18mm %

+1.0mm %

-1.0mm %

Average Strength

01.10.13 0.5 2.0 11.6 38.8 24.2 20.1 2.8 478

07.10.13 0.2 2.0 9.7 41.2 24.4 19.7 2.8 482

10.10.13 0.5 1.2 10.0 40.5 23.8 20.4 3.6 486 16.10.13 0.2 2.1 9.8 38.4 24.2 21.9 3.4 480 21.10.13 0.4 2.0 11.2 39.8 23.0 20.2 3.4 480 26.10.13 0.5 1.6 9.4 40.1 23.8 23.2 3.6 468 30.10.13 0.4 0.7 10.2 39.4 22.3 23.2 3.8 486

Nov.2013

04.11.13 0.8 1.8 11.8 40.8 23.2 17.8 3.8 468 09.11.13 0.4 1.0 10.2 39.8 22.6 21.6 4.4 472 14.11.13 0.2 2.1 10.4 39.6 22.8 19.3 3.2 464 18.11.13 0.3 1.7 11.2 39.8 21.6 20.7 3.7 476 23.11.13 0.4 1.8 9.8 40.5 22.5 20.2 4.8 458 26.11.13 0.2 1.1 8.9 40.1 24.1 20.6 5.0 476 30.11.13 0.2 1.4 9.6 38.2 23.8 21.8 5.0 470

Dec.2013 02.12.13 0.5 2.1 9.6 40.1 22.3 21.1 4.3 468 0.6.12.13 0.6 1.6 11.8 40.3 22.7 19.8 3.2 482 10.12.13 0.5 1.0 10.4 41.6 22.3 19.8 4.4 488 15.12.13 0.6 1.8 11.2 39.2 22.6 19.8 4.8 492 20.12.13 0.8 2.0 11.2 40.0 23.5 18.3 4.2 492

24.12.13 0.4 2.1 9.6 39.7 23.6 20.3 4.3 490

30.12.13 0.2 1.4 9.8 40.7 23.6 21.9 3.4 494

Jan.2014 02.01.14 0.4 1.2 9.2 40.5 24.4 20.1 4.2 496 0.5.01.14 0.6 1.4 9.8 41.1 23.2 19.4 4.5 504 10.01.14 0.2 2.6 11.2 41.2 24.1 16.9 3.8 502 15.01.14 1.0 2.4 11.2 40.3 23.8 17.3 4.0 508

20.01.14 0.3 1.4 9.4 39.6 22.4 21.8 5.1 498 25.01.14 0.4 2.0 9.7 39.4 22.4 20.58 4.2 514 31.01.14 0.8 1.8 9.6 39.6 23.4 20.8 4.2 524

Feb.2014 01.02.14 0.4 2.0 7.4 39.6 23.8 19.7 5.1 501 06.02.14 0.5 1.0 10.9 40.3 22.9 19.2 5.2 510

10.02.14 0.2 1.4 10.3 40.3 22.8 20.8 4.2 508 15.02.14 0.4 1.2 10.6 39.8 22.6 20.4 5.0 506 20.02.14 0.2 1.4 10.3 40.3 22.8 20.8 4.2 510 25.02.14 0.5 2.0 10.7 39.3 21.4 22.4 3.7 492 28.02.14 0.6 1.3 9.3 39.5 23.6 22.8 3.2 486

March2014

01.03.14 0.4 1.3 11.5 40.3 22.0 21.3 3.8 492

43 | P a g e

05.02.14 0.4 1.2 9.8 39.6 22.4 21.4 5.2 462 10.03.14 0.8 1.0 8.8 38.6 23.8 20.2 6.8 456 15.03.14 1.0 1.4 9.9 38.8 22.4 19.5 7.0 452

21.03.14 0.2 1.3 8.9 39.0 20.9 22.9 6.8 470

28.03.14 1.3 2.0 9.3 38.6 21.6 21.3 5.9 478 31.03.14 0.8 1.4 10.5 40.8 20.0 22.5 4.0 478

April 2014

02.04.14 0.4 1.9 8.7 40.7 23.2 21.5 3.6 481 07.04.14 0.4 1.7 11.0 40.8 21.4 20.6 4.1 476

12.04.14 0.3 1.6 10.2 39.4 22.8 21.9 3.8 474 16.04.14 0.2 1.4 10.4 42.0 23.2 19.2 3.6 480 22.04.14 0.5 1.0 10.4 38.8 23.2 22.5 3.6 475 26.04.14 0.9 1.1 9.8 41.1 23.2 19.9 4.0 480 30.04.14 0.5 1.4 10.2 40.6 23.3 21.0 3.9 470

May 2014

02.05.14 0.8 1.2 10.5 41.4 23.4 18.9 3.8 462 06.05.14 0.7 1.4 11.1 42.0 23.7 17.9 3.2 467 12.05.14 1.0 1.5 11.0 40.9 23.1 19.1 3.4 465

16.05.14 0.6 1.8 10.2 39.4 23.4 21.0 3.6 474 21.05.14 1.1 1.9 10.2 41.0 22.8 19.4 3.6 462 28.05.14 0.4 0.8 9.7 40.9 22.3 22.0 3.9 458

June 2014

02.06.14 0.4 0.8 9.0 39.7 24.7 21.1 4.3 471 07.06.14 0.7 1.3 10.3 39.3 24.1 20.2 3.1 468 12.06.14 1.2 1.7 10.1 40.0 23.4 23.6 3.9 454 16.06.14 0.4 0.8 8.9 38.8 24.6 22.7 3.8 468 21.06.14 0.8 1.3 10.2 39.2 24.2 20.5 3.8 463 27.06.14 0.5 1.1 8.6 39.6 23.1 23.4 4.7 470

July2014 01.07.14 0.4 2.0 11.6 41.4 22.6 18.6 3.2 476 04.07.14 0.6 1.0 8.8 39.2 22.2 23.3 4.9 470 12.07.14 0.4 2.0 10.2 40.2 23.4 19.3 4.2 473 17.07.14 0.8 1.0 9.58 39.4 23.2 22.0 3.8 466 23.07.14 0.3 1.1 10.6 40.8 22.7 20.5 4.0 462 30.07.14 0.4 1.2 9.2 39.4 23.8 21.2 4.6 472

Aug.2014 02.08.14 1.2 1.3 9.8 38.4 24.3 22.0 3.0 471 07.08.14 0.8 1.4 9.6 39.8 23.3 21.6 3.5 468

12.08.14 0.5 1.0 9.4 38.4 23.7 21.8 5.2 476 19.08.14 0.3 1.1 8.8 39.6 23.4 21.6 5.0 466 23.08.14 0.6 1.2 10.2 39.5 23.7 21.0 3.8 468

26.08.14 1.8 2.4 10.5 39.8 22.3 20.7 3.0 472 30.08.14 0.8 1.7 9.9 38.6 23.1 21.0 4.9 474

Sep.2014 01.09.14 0.8 1.5 10.8 40.1 22.0 20.8 4.0 465 06.09.14 0.6 1.8 10.2 38.7 22.5 22.1 4.1 470 11.09.14 0.6 1.0 9.2 39.7 23.8 21.5 4.2 452

17.09.11 0.5 0.9 8.7 38.4 23.8 23.0 4.7 462