TDR No 026-annual job contract for O&M of...

33
Tender No. 026, Date: 18.05.2018, Page 1 of 33 SIGNATURE OF THE TENDERER TDR No. NINL/CC/18-19/WM/TDR-026 Date: 18.05.2018 OPEN TENDER M/s. _________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL JOB CONTRACT OF OPERATION & MAINTENANCE OF CIRCULATING WATER SYSTEM OF NINL. Dear Sir, Please find herewith a set of tender document for the subject work consisting of the following: 1 BOQ - Annexure - I 2 Eligibility Criteria - Annexure - II 3 General Instructions to Tenderers - Annexure – III 4 Scope of Work - Annexure - IV 5 General Conditions of Contract(GCC) - Annexure - V 6 Special Conditions of Contract (SCC) - Annexure – VI 7 Declaration to be submitted by the contractors - Annexure – VII 8 Declaration to be submitted by the tenderer - Annexure – VIII for Reverse Auction You are requested to submit your completed tender so as to reach the undersigned at the following Address: Sr.Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: JAJPUR, Odisha, PIN - 755 026. Ph. No.- 06726-264068, 9238190140 E-mail: [email protected] Please acknowledge receipt of the tender documents. Thanking you, Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. K.Tadiboyina) Dy.Manager (WCC) Ph: 9338464705

Transcript of TDR No 026-annual job contract for O&M of...

Page 1: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 1 of 33 SIGNATURE OF THE TENDERER

TDR No. NINL/CC/18-19/WM/TDR-026 Date: 18.05.2018

OPEN TENDER

M/s. _________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL JOB CONTRACT OF

OPERATION & MAINTENANCE OF CIRCULATING WATER SYSTEM OF NINL.

Dear Sir,

Please find herewith a set of tender document for the subject work consisting of the following:

1 BOQ - Annexure - I 2 Eligibility Criteria - Annexure - II 3 General Instructions to Tenderers - Annexure – III 4 Scope of Work - Annexure - IV 5 General Conditions of Contract(GCC) - Annexure - V 6 Special Conditions of Contract (SCC) - Annexure – VI 7 Declaration to be submitted by the contractors - Annexure – VII 8 Declaration to be submitted by the tenderer - Annexure – VIII

for Reverse Auction

You are requested to submit your completed tender so as to reach the undersigned at the following Address:

Sr.Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: JAJPUR, Odisha, PIN - 755 026. Ph. No.- 06726-264068, 9238190140 E-mail: [email protected]

Please acknowledge receipt of the tender documents.

Thanking you,

Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. K.Tadiboyina) Dy.Manager (WCC) Ph: 9338464705

Page 2: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER

Annexure - I

BOQ

Sl. No.

Job Description Units Frequency (Units/ Year)

Rate (Rs) Amount (Rs)

OPERATION

1 Operation of BF CWPH as per the tender specifications & scope of work in Annexure–IV(A)

DAY 365

2 Operation of SGP CWPH as per the tender specifications & scope of work in Annexure – IV(A)

DAY 365

3 Operation of ETP CWPH as per the tender specifications & scope of work in Annexure – IV(A)

DAY 365

4 Operation of Sinter Plant CWPH as per the tender specifications and scope of work in Annexure – IV(A).

DAY 365

TOTAL (OPERATION)

MAINTENANCE (As per Annexure-IV(B)

1 Overhauling of BF cold pump Nos 4

2 Monthly prev maint of BF cold pump and allied

valves & fittings

Nos 48

3 Half Yearly Prev Maint of BF cold pump and allied

valves & fittings

Nos 8

4 Overhauling of BF hot pump Nos 4

5 Monthly prev maint of BF hot pump and allied

valves & fittings

Nos 48

6 Half Yearly Prev Maint of BF hot pump and allied

valves & fittings

Nos 8

7 Overhauling of GCP cold pump Nos 4

8 Monthly prev maint of GCP cold pump & allied

valves & fittings

Nos 48

9 Half Yearly Prev Maint of GCP cold pump & allied

valves & fittings

Nos 8

10 Overhauling of GCP hot pump Nos 4

11 Monthly prev maint of GCP hot pump & allied

valves & fittings

Nos 48

12 Half Yearly Prev Maint of GCP hot pump & allied

valves & fittings

Nos 8

13 Overhauling of SGP cold pump Nos 3

14 Monthly prev maint of SGP cold pump & allied

valves & fittings

Nos 36

15 Half Yearly Prev Maint of SGP cold pump & allied

valves & fittings

Nos 6

16 Overhauling of SGP hot pump Nos 2

17 Monthly prev maint of SGP hot pump & allied

valves & fittings

Nos 24

Page 3: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 3 of 33 SIGNATURE OF THE TENDERER

Sl. No.

Job Description Units Frequency (Units/ Year)

Rate (Rs) Amount (Rs)

18 Half Yearly Prev Maint of SGP hot pump & allied

valves & fittings

Nos 4

19 Overhauling of Sinter pumps Nos 3

20 Monthly prev maint of Sinter pumps and allied

valves & fittings

Nos 36

21 Half Yearly Prev Maint of Sinter pump and allied

valves & fittings

Nos 6

22 Overhauling of BF cooling tower fan Nos 3

23 Monthly prev maint of BF CT FANS and allied gear

box & fittings

Nos 36

24 Half Yearly Prev Maint of BF CT FAN and allied

gear box & fittings

Nos 6

25 Overhauling of SGP cooling tower fan Nos 1

26 Monthly prev maint of SGP CT FAN and allied

gear box & fittings

Nos 12

27 Half Yearly Prev Maint of SGP CT FAN and allied

gear box & fittings

Nos 2

28 Overhauling of GCP cooling tower fan Nos 2

29 Monthly prev maint of GCP CT FAN and allied

gear box & fittings

Nos 24

30 Half Yearly Prev Maint of GCP CT FAN and allied

gear box & fittings

Nos 4

31 Overhauling of Sinter cooling tower fan Nos 2

32 Monthly prev maint of Sinter CT FANS and allied

gear box & fittings

Nos 24

33 Half Yearly Prev Maint of Sinter CT FAN and allied

gear box & fittings

Nos 4

34 Monthly prev maint of All sluice gate of all cooling

towers &all grids/screens at the upstream of sluice

gates

Nos 12

35 Overhauling of Thickener drive mecha. & scrapper

accessories

Nos 2

36 Monthly prev maint of Thickner Drive & scraper

mechanisam.

Nos 24

37 Overhauling of TUF pumps Nos 4

38 Monthly prev maint of Underflow pumps of thikner

1 &2(four pumps)

Nos 12

39 Half Yearly Prev Maint of Underflow pump of

thikner 1 &2

Nos 8

40 Overhauling of Sealing water pumps

Nos 2

41 Monthly prev maint of Sealing water pumps for

TUFpump.

Nos 24

42 Monthly prev maint of All knife edge valve at ETP Nos 12

43 Overhauling of Drain / sump pumps Nos 7

44 Monthly prev maint of All drain/Sump pumps of all

five shops.

Nos 12

Page 4: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 4 of 33 SIGNATURE OF THE TENDERER

Sl. No.

Job Description Units Frequency (Units/ Year)

Rate (Rs) Amount (Rs)

45 Half Yearly Prev Maint of Drain/Sump pumps of all

five shops.

Nos 14

46 Monthly prev maint of All agitators/ Flash mixers at

ETP

Nos 12

47 Monthly prev maint of All make up water

valves,drain & overflow valves

Nos 12

48 Monthly prev maint of Duplex Filters in BFcold

header.

Nos 24

49 Monthly prev maint of SGP pit all Water & Air

valves

Nos 12

50 Monthly prev maint of Fabrication / repair of pipe

line & structure

Nos 24

51 Overhauling of GCP Slurry sump pump Nos 2

52 Monthly prev maint of GCP Slurry Sump Pump Nos 24

53 Half Yearly Prev Maint of GCP Slurry Sump Pump Nos 4

54 Overhauling of Top shell spray pump Nos 2

55 Monthly prev maint of Top shell spray pump Nos 24

56 Half Yearly Prev Maint of Top shell spray pump Nos 4

57 Monthly prev maint of Tuyer booster pump Nos 12

58 Overhauling of Tuyer booster pump Nos 1

59 Daily Inspection & Corrective Maintenance of

Equipments of Circulating Water Supply System.

DAY 365

60 Weekly lube oil check up & top up. Nos 48

TOTAL MAINTENANCE

TOTAL (OPERATION & MAINTENANCE)

TOTAL AMOUNT IN WORDS

(Rupees ………………………………………………………………………………… only)

Note: 1. Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding GST prevailing as on the date of submission of Bids.

2. The agency will be required to take Social Security coverage under Group Personal

Accidental Scheme for a minimum of Rs 5.0 Lakhs in addition to the ESI coverage for the contract period of their workmen.

3. The agency after making Full & Final Settlement shall be issued ‘Completion Certificate’ by the company (NINL).

Page 5: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 5 of 33 SIGNATURE OF THE TENDERER

ANNEXURE-II

ELIGIBILITY CRITERIA

(A) Financial Criteria: Average annual financial turnover of the bidder during the last 3 years, ending 31

st March 2017,

should be at least Rs12.85 lakhs. Necessary authorized Documentary evidence in support of the same has to be submitted. (B) Experience Criteria:

Experience of having successfully completed similar / closer to similar job contracts during last seven years ending the month previous to the one in which tenders are invited should be either of the following. a) Three similar / close to similar completed orders, average value not less than the amount equal to Rs 12.85 lakhs.

OR b) Two similar / close to similar completed orders, average value not less than the amount equal

to Rs 17.14 lakhs. OR

c) One similar / close to similar completed order, having value not less than the amount equal to

`Rs 21.42 lakhs

(C) SIMILAR / CLOSE TO SIMILAR JOB IS DEFINED AS OF THE FOLLOWING CRITERIA: Round the clock operation and mechanical maintenance jobs of any process industries of capacity 1.0 million ton per year of iron and steel plant or equivalent capacity of other process industries

Page 6: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 6 of 33 SIGNATURE OF THE TENDERER

Annexure - III GENERAL INSTRUCTIONS TO TENDERERS

(TWO PART BID)

1. Tender No. & Date NINL/CC/18-19/WM/TDR-026, Date: 18.05.2018

2. Name of Work Annual job contract for Operation and maintenance of circulating water system, inside NINL premises.

3. Completion Period 1 (one) year.

4. Last date & time of issue of Tender documents

Tender documents (hard copy) can be obtained from the Works Contract Cell, NINL by submitting the required tender fee up to 07.06.2018 at 16.00 Hrs. (4.00PM). It can also be downloaded from Website - www.ninl.in

5. Last date & time of closing & receipt of tender

08.06.2018 up to 15.00 Hrs.(3.00PM)

6. Date, Time and Place of Opening the Tender (Techno-commercial Bids)

08.06.2018 after 15.00 Hrs. (3.00PM) at Works Contract Cell, NINL, Kalinga Nagar Industrial Complex, At-Duburi, Dist-JAJPUR, Odisha.

7. Validity of Tender The validity of the tender must be for a period of 60 (sixty) days from the due date of opening of tender

8. Earnest Money Deposit (EMD) particulars

Rs 35,000/- (Rupees thirty five thousand only) shall be submitted in the form of Demand Draft(DD) /Banker’s Cheque from any scheduled commercial bank except Co-operative & Gramin Banks in favour of “Neelachal Ispat Nigam Limited” payable at Duburi / JAJPUR Road / Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date.

9. Tender Fee Rs 1,000/-(Rupees one thousand only) inclusive of GST shall be submitted in the form of Demand Draft(DD)/ Banker’s Cheque from any scheduled commercial bank except Co-operative & Gramin Banks in favour of “Neelachal Ispat Nigam Limited” payable at Duburi / JAJPUR Road / Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date.

Offer shall be prepared and submitted in 2 (two) separate sealed envelopes which shall be super scribed as stated under: (Note: These two parts shall be kept in one envelope duly sealed super scribing “Name of the tenderer, Tender no & Opening date. “) PART-I (Techno- Commercial Bid) : Envelope – 1 super scribed as PART-I (Techno- Commercial Bid) with Name of the work written on the envelope, Tender No., shall contain (a) tender fee (in case the tender is downloaded from the website), (b) EMD, (c) Pre-qualification documents (eligibility criteria / experience duly signed / attested by the authorized representative of the company and (d) Un-priced Techno-commercial Bid along with details of experience with supporting documents and terms and conditions duly signed by authorized signatory with attested copies of authorization.

Govt. Departments, Public Sector Units, SSI Units (only permanently registered) etc. are exempted from submitting EMD and tender fee. SSI Units who request for exemption from submission of EMD shall submit a notarized copy of their permanent registration in a separate sealed cover stapled or attached with their sealed tender. Only such SSI units registered for the same Trade / Item for which the tender is relevant will be exempted from submission of EMD.

Page 7: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 7 of 33 SIGNATURE OF THE TENDERER

The EMD of unsuccessful tenderers shall be returned within 30 days from the date of opening of price bid or placement of work order in favor of successful tenderer or signing of job contract, which ever is earlier. If the successful tenderer fails to do the job, their EMD will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement. It shall also contain valid contractor's license, financial status, Service Tax details and Income Tax Return, PF & ESI particulars etc. registration certificates with NINL/SAIL, other Govt. Departments as well as with Public Sector and reputed Private Sector organizations.

PART-II (Price Bid) : Envelope – 2 super-scribed as PART-II (Price Bid), Name of the Work, Tender No. and shall contain Price Bid part of the Tender Document as per Annexure - I. The above two sealed envelops shall be kept in one envelope duly sealed super scribing “Name of the party, Tender no & Opening date”.

However, techno commercially acceptable tenderers will be required to participate in on-line reverse auction over Internet on-line for price bidding and evaluation at M/s M-Junction Services Limited. The tenderers have to confirm their last bid price in by fax to the Service Provider i.e M/s Mjunction Services Ltd immediately, on the same day, on closure of Reverse Auction event. The schedule & details of the Reverse Auction event shall be communicated by the Service Provider (M/s Mjunction Services Ltd) to the Techno-commercially acceptable tenderers only.

The Tenderer must sign the declaration in Annexure- VII & VIII.

The price part of the tender shall also remain valid initially for two months (60 days) from the due date tender opening. Any suo-moto reduction offered by tenderer(s) after price reverse auction/ opening of price bids shall not be entertained for the purpose of evaluation and ranking for placement of order. In case the tenderer backs out at any stage of tendering process, the EMD shall be forfeited. NINL shall not be responsible for postal delay or any other delay whatsoever. The Tender received after due date and time of submission of tender shall be rejected. The contractor has to sign with date in each page of Tender Documents as a token of acceptance to the Terms & Condition of Tender If the date of receipt and opening of the bids happens to be a holiday, then the process of receipt and opening of the bids may be shifted to the next working day. The price bid shall be opened in the presence of the tenderers who may be present. The time date and venue for opening of the priced bids shall be intimated to the techno-commercially accepted tenderers. Please note that any deviation, in-complete, late tender, without proper supporting documents and EMD or not complying with the provisions of the invitations to tender shall be rejected without notice.

N.B. 1. The Part – I (Envelope-1) shall be opened initially and only on satisfying the eligibility criteria, EMD; techno-commercially accepted parties are to participate in reverse auction on-line. After this, if required, the Part – II (Envelope – 2) containing Price Bid shall be opened.

2. The tenderer shall mention the offered rates in words also. However in case of any discrepancy, the rates mentioned in words shall supersede the figures.

3. All the Labour related payments i.e. PF, ESI, Bonus etc. and any other statutory payments including taxes and duties shall be borne by the agency except service tax and the tenderers are requested to quote accordingly.

NINL reserves the right of rejecting any or all tenders in whole or part, increase or decrease the quantity without assigning any reason thereof and can impose such other conditions as deemed proper at any stage before finalization of tender.

Page 8: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 8 of 33 SIGNATURE OF THE TENDERER

Order on one or more than one parties will be placed on the basis of L-1 quotation and, if required, negotiations will be held with L-1 tenderer only. However, all the tenderers may be required to explain / justify the basis of their quoted price as and when asked for. In case, any tenderer fails to justify his quoted price or refuses to co-operate in this regard, may not be considered for next tender.

The Contract shall be treated as effective from the date of issue of the Letter of Acceptance/Work Order to the successful Tenderer, unless otherwise specified.

Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding GST prevailing as on the date of submission of Bids.

NINL reserves the right to accept or reject the lowest or any other Tender without assigning any reason.

DEFAULT BY TENDERERS: The Successful Tenderer may be debarred at the discretion of the Company, from issue of further Tender Documents, Work Orders etc., for a specified period to be decided by the Employer in case of: “Undue delay in starting and execution of work awarded, poor performance, backing out from the Tender, non accepting Work Order/LOA during the validity of Tender or non-observance of Safety Rules and Regulations, misappropriation of Company’s materials/property, non- payment of due wages to labour or such similar defaults”.

Tenderer quoting unworkable rates, will be asked to justify the rates quoted and will have to give guarantee for timely execution of the job at the quoted rates. EMD of the tenderers who refuse to give guarantee will be forfeited and will not be considered in re-tendering.

Successful Tenderer should be in a position to produce the Original Certificates in support of the attested copies of relevant documents enclosed along with techno-commercial documents or afterwards, after opening of the Price Bids.

Failure to produce the original documents on requirement for verification in support of the attested copies of PF Regn / Experience, any other documents etc., submitted in the tender would result in disqualification and forfeiture of EMD and also liable for debarring from participation in NINL Tenders.

Before quoting, the tenderer must visit NINL premises and shall necessarily contact the “Engineer” and fully understand the job, scope of work, unit of measurement, mode of measurement, scope of supply of materials by NINL if any, working conditions, shutdown arrangement, labour deployment requirements, risk contingencies and such other factors which may affect their tender. In case of any dispute, the decision of MD, NINL or an independent Arbitrator appointed by him will be treated as final and binding on the contractors / bidders. The contract is governed by the laws of India and shall be subject to the exclusive jurisdiction of the courts in Bhubaneswar.

Thanking you,

Yours faithfully, For Neelachal Ispat Nigam Limited.

(S. K.Tadiboyina) Dy.Manager (WCC)

Page 9: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 9 of 33 SIGNATURE OF THE TENDERER

Annexure: IV(A)

OPERATION OF CIRCULATING WATER SYSTEM (BF,GCP,ETP,SGP, & SINTER PLANT)

1.0.0 SYSTEM 1.0.1 System description

1.0.1 B.F-C.W.P.H ;-

Pumps installed in BF GCP CWPH supplies cooling water to the following consumers of Blast Furnace. a) Shell spray b) Stoves valves c) SGP Compressors d) SGP Pump Gland sealing e) Shell spray f) Stoves valves g) SGP Compressors h) SGP Pump Gland sealing. i) Under hearth Cooling j) Tuyere cooling k) Cooling boxes (Copper and Steel)

Also GCP pumps installed in this pump house, circulates cold water for gas cleaning in GCP plant for the Individual equipment namely Wet Scrubber, Venturi 1, Venturi 2. for this purpose there are four numbers cold water pumps & four nos hot water pumps( 02 nos. in operation & 02 Nos. in standby of each hot & cold).Hot water is being cooled at GCP cooling Tower of pump hose & being collected at cold sump for circulation.

1.0.2 SGP pump House:

SGP pumps installed in SGP pump house supplies cold water for granulation of slag in SGP plant & this water is being returned as hot water from slag granulation plant in hot water sump & being cooled at SGP cooling tower of pump house. After cooling being collected to cold water sump & again fed back to SGP Plant for slag granulation.

For this purpose three nos cold water pumps are installed (02 nos. in operation & 01nos. in standby mode) & two nos hot water pumps installed (01 nos. in operation & 01nos. in standby mode.)

1.0.3 ETP pump house:

Two nos thickeners are installed ETP pump House for clarification of contaminated water coming from GCP plant. Suspended solids are being separated at thickeners by means of chemical dosing, flocculation & sedimentation. The sedimented sludge is being removed from the bottom of the thickener & discharged to sludge pond with the help of thickener under flow pumps. For this purpose four nos TUF pumps are installed (02 nos. in operation & 02 nos. in standby mode)

1.0.4 Sinter plant pump house: This pump house circulates the water for cooling of exhauster fan, and auxiliaries. Returned hot water is being cooled in the cooling tower of the pump house & part of which filtered through side stream filter . For this purpose three nos pumps are installed (02 nos. in operation & 01 nos. in standby mode)

1.2.0 System Details: 1.2.1 SYSTEM DETAILS OF BF-GCP CWPH B.F. COLD PUMP: PUMP CAPACITY - 2600 M3/HR,

HEAD- - 6.5 KG/CM2

Page 10: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 10 of 33 SIGNATURE OF THE TENDERER

MOTOR RATING - 620 KW FULL LOAD CUR - 67.5 AMP, SPEED - 993 RPM, QTY - 04 NOS(2W + 2S)

B.F. HOT PUMP :

PUMP CAPACITY – 2600 M3/HR, PRESSURE HEAD - 2.2 KG/CM2, MOTOR RATING - 230 KW, FULL LOAD CUR - 26 AMP, SPEED - 991 RPM, QTY - 04 NOS(2W +2S)

DIESEL ENGINE (EMERGENCY PUMP):

CAPACITY – 500 M3/HR, PRESSURE HEAD – 6.8 KG/CM2, POWER RATING - 150HP ( 90 KW), SPEED - 1200 RPM, QTY - 02 NOS(BOTH WORKING)

EMERGENCY OVER HEAD TANK ---

CAPACITY - 1600 M3, HEAD - 45MWC,

B.F.HOT SUMP –

EFFECTIVE CAPACITY – 1000 M3,

B.F.COLD SUMP --- EFFECTIVE CAPACITY –750 M3,

B.F.COOLING SYSTEM HOLD UP VOLUME-- 4600 M3, B.F COOLING TOWER---

CIRCULATION RATE --- 5100 M3/HR; C. W. TEMP- 33º C; H.W. TEMP- 40º C,WET BULB TEMP – 28º C. COOLING TOWER FAN- QTY-03, MOTOR RATING –45 KW, FU. LD CUR-61.5AMP

BF-GCP CWPH DRAIN /SUMP PUMP

CAPACITY -- 50M3/HR, HEAD -- 14.5 MWC, MOTOR RATING -- 5.5 KW, FULL LOAD CUR -- 9 AMP, SPEED -- 1450 RPM, QTY -- 02 NOS( 1W+1S)

DUPLEX FILTERS CAPACITY -- 2600 M3/HR

QTY -- 02N0S SIDE STREAM FILTER

CAPACITY -- 100 M3/HR QTY -- 01N0

GCP COLD PUMP--- CAPACITY -- 470M3/HR, HEAD -- 5.5 KG/CM2, MOTOR RATING -- 125 KW, FULL LOAD CUR -- 195 AMP, SPEED -- 1482 RPM, QTY -- 04 NOS( 2W+2S)

GCP HOT PUMP -- CAPACITY -- 450 M3/HR,

Page 11: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 11 of 33 SIGNATURE OF THE TENDERER

HEAD -- 17MWC, MOTOR RATING -- 37 KW, FULL LOAD CUR -- 71AMP, SPEED -- 1485 RPM, QTY -- 04 NOS( 2W + 2S)

GCP COLD SUMP EFFECTIVE CAPACITY-- 220 M3;

GCP HOT SUMP EFFECTIVE CAPACITY -- 275 M3; GCP COOLING TOWER -----

CIRCULATION RATE-- 600 M3/HR; SYSTEM HOLD UP VOLUME—650 M3; C.W.TEMP -- 33º C; H.W.TEMP -- 53 º C; WET BULB TEMP -- 28º C; CT FAN QTY -- 02 N0.

VALVES, FITTINGS & PIPELINES FOR ALL EQUIPMENTS LISTED ABOVE

1.2.2 SYSTEM DETAILS FOR SGP PUMP HOUSE SGP COLD PUMP --- CAPACITY -- 850 M3/HR, HEAD -- 45 MWC,

MOTOR RATING -- 160 KW, FULL LOAD CUR --291 AMP, SPEED -- 1483 RPM, QTY -- 03 NOS ( 2W+ 1S)

SGP HOT PUMP— CAPACITY -- 850 M3/HR, HEAD -- 17 MWC, MOTOR RATING -- 75 KW, FULL LOAD CUR -- 147 AMP, SPEED -- 1475 AMP, QTY -- 02 NOS (1W + 1S)

SGP COMPRESSOR—

CAPACITY -- 3960 NM3/HR, HEAD -- 2.7 KG/CM2, MOTOR RATING -- 265 KW, FULL LOAD CUR-- 28 AMPS, SPEED -- 1488RPM, QTY -- 02 NOS(1W +1S)

SGP COOLING TOWER—

CIRCULATION RATE – 850 M3/HR, SYSTEM HOLD UP -- 500 M3, H.W TEMP -- 70 ºC, C.W. TEMP -- 40º C, WET BULB TEMP -- 28º C, CT FAN QTY -- 01 N0. FAN MOTOR RATING—37 KW, FULL LOAD CURRENT—68 AMP, S.G.P SUMPS –

COLD SUMP EFF. CAP-200 M3, HOT SUMP EFF. CAP – 90 M3,

SGP DRAIN PUMPS CAPACITY -- 50M3/HR,

HEAD -- 14.5 MWC, MOTOR RATING -- 5.5 KW,

Page 12: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 12 of 33 SIGNATURE OF THE TENDERER

FULL LOAD CUR -- 9 AMP, SPEED -- 1450 RPM, QTY -- 02 NOS( 1W+1S)

VALVES, FITTINGS & PIPELINES

FOR ALL EQUIPMENTS LISTED ABOVE

1.2.3 SYSTEM DETAILS OF ETP PUMP HOUSE

THICKENER CAPACITY -- 650 M3/HR EACH QTY -- 2NOS (BOTH WORKING) THICKENER DRIVE -- 2.2 KW(2NOS EACH) GEAR RATIO -- 30:1 THICKENER UNDER FLOW PUMPS CAPACITY -- 42 M3/HR HEAD -- 54 MWC

MOTOR RATING -- 22 KW, FULL LOAD CUR -- 35 AMP, SPEED -- 2500 RPM,

QTY -- 04 NOS( 2W+2S)

POLY ELECTROLYTE DOSING SYSTEM

CAPACITY OF DOSING TANK – 2400 LTRS DOSING TANK QTY -- 2NOS PE DOSING PUMP CAP(2NOS) -- 200 LTRS/HR OF EACH PUMP RATING -- 0.37 KW PE AGITATOR ( 2NOS) -- 0.75 KW

ALUM DOSING SYSTEM

CAPACITY OF DOSING TANK – 4400 LTRS DOSING TANK QTY -- 2NOS AGITATOR ( 2NOS) -- 0.75 KW

FLASH MIXERS QTY -- 02NOS RATING -- 1.5KW

SUMP PUMPS

CAPACITY -- 50M3/HR, HEAD -- 14.5 MWC, MOTOR RATING -- 5.5 KW & 18 KW FULL LOAD CUR -- 9 AMP & 25 AMP SPEED -- 1450 RPM, QTY -- 02 NOS( 1W+1S)

SEALING WATER PUMPS CAPACITY -- 15 M3/HR, HEAD -- 113 MWC, MOTOR RATING -- 9.3KW FULL LOAD CUR -- 9 AMP & 25 AMP

SPEED -- 2900 RPM,

QTY -- 02 NOS( 1W+1S) VALVES, FITTINGS & PIPELINES

FOR ALL EQUIPMENTS LISTED ABOVE

1.2.4 SYSTEM DETAILS OF SINTER PLANT PUMP HOUSE

Page 13: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 13 of 33 SIGNATURE OF THE TENDERER

SINTER WATER PUMPS CAPACITY -- 132 M3/HR, HEAD -- 54 MWC, MOTOR RATING -- KW FULL LOAD CUR -- AMP

SPEED -- RPM,

QTY -- 03 NOS( 2W+1S) SINTER COOLING TOWER— CIRCULATION RATE – 400 M3/HR, SYSTEM HOLD UP -- M3, H.W TEMP -- ºC, C.W. TEMP -- ºC WET BULB TEMP -- 28º C, CT FAN QTY -- 02 N0. FAN MOTOR RATING -- KW, FULL LOAD CURRENT- AMP SIDE STREAM FILTER CAPACITY -- 40 M3/HR QTY -- 01 NO VALVES, FITTINGS & PIPELINES FOR ALL EQUIPMENTS LISTED ABOVE

2.0.0 Scope of Work

Operation of Circulating water system is mainly consists of the following operations.

a) Round the clock operation of all pump houses as per standard operating procedures (SOP), which comprises, in brief, the operation of all pumps, valves, cooling towers, its fans , level monitoring of sumps & Emergency Over head tank of blast-furnace ,make up addition to maintain the required level of sumps & tanks, blow down of water to maintain water Quality parameters in limit , operation of emergency Diesel engine for blast furnace cooling, Equipment condition monitoring ,maintaining the logbooks provided by NINL, daily water sample collection & sending to laboratory for testing, keeping the record of daily lab test reports & following the day to day instructions of supervisory staff of M/s NINL regarding the operation of pump houses, also keeping a close co–ordination & co-operation with main production unit to whom the water services are being provided.

b) Operations to be carried out in three shifts(A,B,C ,eight hrs each) along with general shift assistance.

c) There will be Five duty posts ,namely 1) BF-GCP(CWPH), 2)GCP-ETP, 3)SGP , 4) SINTER CWPH.

d) Change over of equipments to be made as per the change over schedule of the equipment given by NINL. Change over to be done as per standard operating procedures(SOP) given to the contractor.

e) Operation crew has to co-ordinate & co-operate with maintenance crew for preventive ,corrective & breakdown maintenance, during the normal operation & in shutdowns.

f) Daily MIS report to be prepaired in given Format , which shall be submitted to water system In charge daily at sharp 8.30 a.m. in the morning.

g) Blast Furnace cooling system should be always in operation, In case of power failure, Immediately Emergency diesel engine driven pump to be started to support the cooling action from Emergency overhead tank.

h) Contractor to ensure minimum water losses ,by restricting un-necessary over- flows, leakages or drainage. Contractor to keep water consumption account in respective duty post of respective unit with available means of measurement , in case of excess consumption

Page 14: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 14 of 33 SIGNATURE OF THE TENDERER

justification will be sought by NINL, In case of un-justified consumption NINL will hold contractor Responsible & may penalize the contractor suitably.

i) Apart from the above listed jobs, activities, which are required to be performed, circulating water operation crew , for smooth & productive operation of the plant, need to be carried out by the contractor’s operation crew.

J) Party shall visit the site , study the system in detail and understand the system in totality before Submitting the Tender.

k) Only the suitably qualified & experienced persons to be deployed for operation activities in case ,any person found less qualified or less experienced for the work assigned,it would be NINL`s right to remove such person and contractor has to deploy the another person having suitable qualification and experience to the satisfaction of NINL`s Enginner.

L) All operation assistance job in general shift, like chemical preparation, diesel filling in the tank of diesel engines, cooling tower deck cleaning & sluice gate grating cleaning to avoid overflows, water sample collection ,House keeping of pump houses & operating stations is the scope of contractor.

3.0.0 Operation Procedure

Standard operating practices (SOP) will be made available to the contractor ( the successful tenderer ). All operations to be carried out as per SOP / guidelines of water management department .

Only skilled operators are permitted to operate the pump houses.

4.0.0 Penalty Payment will be done on the basis of operation performance of the contractor, which will be judged on monthly basis by supervisory staff of NINL and section head on following criteria. 1) Shift attendance, 2) log book & record keeping, 3) shift co-ordination, 4) Following of standard operating procedure & practices 5) House keeping 6) Following of safety norms and safety procedure Decision of NINL regarding the performance of the contractor is final & binding for the application of penalty. In any of these above areas if the performance of contractor is not satisfactory or if there is any hindrance, loss in production of BF, SGP, Power plant, Sinter plant ,Auxiliaries, because of above or damage to the equipments because of above. In such instance

a) NINL will empower to deploy it`s man & material to carry out operation at the risk & cost of contractor.

b) A penalty of 2% of that particular month`s billing amount of that particular duty post may be levied for poor/non compliance of logbook & record keeping / poor house keeping.

c) penalty of 2% of that particular month`s billing amount of that particular duty post may be levied for non compliance standard operating procedures and practices / non compliance of safety norms and safety procedures.

d) penalty of 5% of that particular month`s billing amount of that particular duty

post may be levied for poor attendance ( absenteeism of worker on any duty post for any three days in month)

e) penalty of 10% of that particular month`s total billing amount may be levied for

loss of production or damage to the equipments for the non compliance of above any criteria .

f) Three such instance as mentioned in point –e , in any month will empower NINL to

cancel the contract with risk & cost consequences.

g) In case the cost of damage or production loss because of poor performance of contractor, at any instance becomes more than the annual contract value, then

Page 15: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 15 of 33 SIGNATURE OF THE TENDERER

NINL reserves the right to declare the contract cancelled with risk & cost consequences.

5.0.0 Safety & Statutory compliance a) The contractor need to make aware and educate the operation crew, about the dangers involved in the

operation of the assigned area and safety aspects. Operation Crew need to adhere to all safety norms.

The contractor need to provide safety shoe, Helmet, Goggles, Rain Coat to the crew at required

interval.

6.0.0 General a) The contractor’s operation crew has to maintain cordial relation with customers department like BF, Power Plant, & Sinter plant for trouble free operation.

b) Contractor’s G Shift I/C the overall co-ordinator need to be in regular touch with CWPH operation I/C for smooth operation.

Page 16: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 16 of 33 SIGNATURE OF THE TENDERER

Annexure- IV(B)

MAINTENANCE OF CIRCULATING WATER SYSTEM (BF, GCP, ETP, SGP, & SINTER PLANT)

1) Scope of Work:

Maintenance of circulating water system has mainly the following scope of work.

a) Maintenance of all pump houses namely 1) BF-GCP CWPH, 2)GCP-ETP CWPH, 3)SGP CWPH, 4) SINTER CWPH & their accessories, as per standard maintenance procedures (SMP), which comprises, in brief the maintenance of all pumps, valves, sluice gates, cooling towers fans , gear boxes, agitators, flash mixers, pipe lines, structural etc.

b) Three types of maintenance to be carried out namely preventive, corrective and break down maintenance.

1) Preventive/ routine maintenance of the equipments to be carried out on weekly and monthly, half yearly & annual basis as per the schedules & SMP given by NINL(equipments for preventive maint are listed in annexure-I). The Check sheets provided by NINL for preventive maintenance of every equipment are to be filled by concerned technician, immediately after the completion of maintenance and to be counter signed by contractors maintenance supervisor and NINL supervisory staff ,and to be submitted to CWPH In charge(I/C) for record & information.

2) Corrective /predictive maintenance to be carried out based on daily Inspection of equipment. Daily Inspection of equipments to be carried out as per check sheet given by NINL.

3) In case of any Break down, break down maintenance to be carried out as per standard maintenance procedures (SMP). In such case immediately required man power to be deployed , on as and when required basis and equipment to be set right and handed over to NINL at the earliest possible to minimize the production loss and to keep up the smooth functioning of the plant. Break downs shall be managed / attended with the help of preventive/routine job activities; there no additional man power is required to be deployed. But break downs where the activities involved are higher (quantum of job is more than pre estimated) and can not be managed with the help of a preventive & routine maintenance jobs mentioned in the billing schedule, required additional activities will be carried out with a separate approval for these activity, approval shall be obtained from NINL (Head of the department) on as and when required basis.

c) Maintenance Technician/ supervisor must obtain work permit from operation shift in charge before carrying out any preventive ,corrective & breakdown maintenance, during the normal operation & in shutdowns ,where ever electrical isolation required ,permit to be, get certified from electrical I/C for electrical isolation.

d) Apart from the above listed jobs, maintenance activities which are required to be performed, for smooth &

productive operation of circulating water system and in turn the plant, need to be carried out by the

contractor’s Maintenance crew without any extra cost.

e) Party shall visit the site , study the system in detail and understand the system in totality from maintenance point of view before Submitting the Tender.

f) The contractor has to deploy adequate manpower to meet the requirement of routine, preventive and

corrective maintenance apart from manpower required for break down maintenance of all five shops. The

qualification and experience of all the persons to be deployed by the contractor are to be certified by Water

system In charge (I/C). A list of all the persons being deployed by the contractor must be submitted for

approval to Water Management Department and only after approval of head of department these persons to

be deployed.

Page 17: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 17 of 33 SIGNATURE OF THE TENDERER

2) System Details

Same as mentioned in operation part, annexure –Va

3) Maintenance Procedures:

Standard maintenance procedures (SMP) will be made available to the contractor ( the successful tenderer ). All Maintenance to be carried out as per SMP / guidelines of water management department .

Only skilled technicians are permitted to maintain the Equipements.

Maintenance Technician/ supervisor must obtain work permit from operation shift incharge before carrying out any preventive ,corrective & breakdown maintenance, during the normal operation & in shutdowns. Where ever electrical isolation required, permit to be get certified from electrical I/C for electrical isolation. Also it is to be ensured personally by maintenance supervisor that power is made off ,emergency button is off & safety tag is attached ,before starting the job.

And after completion of work , permit to be surrendered to operation shift I/C, and equipment trial to be carried out with the help of operator / shift In Charge.

Before carrying out any maintenance job, in any shop , operator to be informed & also after completion of the job shop operator to be informed about it.

4) Tools, Tackles & Consumables :

a) Provision of required Tools & tackles is contractors responsibility however tools and tackles available with WMD, NINL will be issued to contractor on returnable basis where as required tools & tackles which are not available with NINL,are tobe provided by contractor.

b) Tools issued to the contractor are to be periodically returned to WMD NINL for accounting purpose, cost of the Short fall of the tools will be debited to contractor. Period of the reconciliation of tools will be maximum one year & may be reduced depending on the necessity.

c) Consumables like grease, lube oil, gas, welding electrodes etc will be provided by NINL depending on the requirements.

5) Penalty

Payment will be done on the basis of the maintenance performance of the contractor which will be evaluated on monthly basis by supervisory staff of NINL and section head on following criteria.

1)Completion of preventive maintenance as per the schedule given by NINL , 2) Daily Inspection of equipments and corrective maintenance accordingly. 2)Check sheet filling & submission. 3) Following of standard Maintenance procedure & practices 4) House keeping after completion of work 5) Following of safety norms and safety procedure.

Decision of NINL regarding the performance of the contractor is final & binding for the application of penalty.

In any of these above areas if the performance of contractor is not satisfactory or if there is any hindrance, loss in production of BF, SGP, Power plant, Sinter plant because of above or damage to the equipments because of above.

In such instance

a) NINL will empower to deploy it`s man & material to carry out maintenance at the risk & cost of contractor.

b) A penalty of 5% of that particular month`s billing amount may be levied for poor /non compliance of preventive maintenance as per the schedule given.

Page 18: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 18 of 33 SIGNATURE OF THE TENDERER

c) Penalty of 5% of that particular month`s billing amount may be levied for poor/non compliance of daily inspection of equipments and corrective maintenance.

d) A penalty of 2% of that particular month`s billing amount may be levied for non compliance of safety norms and safety procedures / non compliance of good house keeping.

e)A penalty of 2% of that particular month`s billing amount may be levied for non compliance of standard maintenance procedures and practices / non compliance of check sheet feeling & submission.

f) penalty of 10% of that particular month`s billing amount may be levied for loss of production or damage to the equipments for the non compliance of above any criteria .

g) Three such instance as mentioned in point –(f) , in any month will empower NINL to cancel the contract with risk & cost consequences.

h)In case the cost of damage or production loss because of poor performance of contractor, at any instance becomes more than the annual contract value, then NINL reserves the right to declare the contract cancelled along with risk & cost consequences.

6)Safety & Statutory compliance

a) The contractor need to make aware and educate the maintenance crew, about the dangers involved in

the maintenance of the assigned area and safety aspects to be taken care. Maintenance Crew need to

adhere to all safety norms. The contractor need to provide safety shoe, Helmet, Goggles, Rain Coat

to the crew at required interval.

b) Contractor should comply with Insurance.

7) General

a) The contractor’s maintenance crew are advised to maintain cordial relation with operation group of each shop for trouble free operation.

b) Contractor’s G Shift I/C the overall co-ordinator need to be in regular touch with CWPH operation I/C for smooth operation.

Page 19: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 19 of 33 SIGNATURE OF THE TENDERER

ANNEXURE-V

GENERAL CONDITIONS OF CONTRACT (GCC)

SCHEDULE – I

1.1.0 DEFINITION

The following words and expressions as used hereinafter/defined, shall have the meaning hereof assigned to them except where the contract otherwise requires:

1.1.1 ‘NINL’ shall mean Neelachal Ispat Nigam Limited and its different functionaries entrusted with the responsibilities in relation to the contract in respect of the area of responsibilities of such functionaries.

1.1.2 “Contractor” shall mean the Tenderer whose tender has been accepted by the Company (NINL) and on whom the contract /work order is placed by NINL and shall include his heirs, legal representatives, successors and permitted assignees.

1.1.3 “Contract” shall mean and include the contract/Work order between NINL and the contractor duly signed by the parties thereto, for the execution of the works together with all documents annexed/attached therewith.

SCHEDULE – 2

2.1.0 SCOPE OF WORK :

2.1.1 The work shall be executed strictly in accordance with the specifications, Bill of items/ quantities/ rates/sketches/drawings and written and oral instruction (to be subsequently confirmed in writing) of NINL

2.1.2 In the event of any discrepancy between drawings and specifications, drawings will supersede the specifications. Description of relevant items of the schedule of quantities and rates will supersede the drawings, specifications and any other details.

2.2.0 FACILITIES TO BE PROVIDED BY NINL

2.2.1 Required free issue materials if any will be supplied free of cost by NINL at NINL’s store within plant premises. However the transportation of the same shall be arranged by agency at their cost.

2.2.2 No specific arrangement shall be made by NINL for supply of electricity for this work. However, contractor can tap electricity from any nearby available supply source with due permission of NINL.

2.2.3 No specific arrangement shall be made by NINL for supply of water for this work. However, contractor can tap water from any nearby available supply source with due permission of NINL.

2.2.4 Only layout / design drawings as applicable shall be issued by NINL. Contractor shall develop total working drawings as applicable for execution of the contract.

2.3.0 OBLIGATION OF THE CONTRACTOR:

2.3.1 The contractor will supply all materials except free issue material required if any for execution of this work.

2.3.2 The contractor shall make arrangements for all the equipments, machineries, batching/mixing plants, welding machines, gas cutting sets, and all other tools and tackles, cranes etc. required for satisfactory completion of the work.

2.3.3 The contractor shall prepare material indents, working drawings, as built drawings etc as per NINL’s requirements.

2.3.4 The contractor shall make own arrangements for transportation of free issue materials from NINL’s store to the place of work.

Page 20: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 20 of 33 SIGNATURE OF THE TENDERER

2.3.5 The contractor shall be fully responsible for custody of all free issue materials & shall use the materials economically, return the excess /scrap materials at NINL’s store & maintain stock register for the same.

2.3.6 The contractor shall depute experienced personnel for supervising the work.

2.3.7 The contractor shall take utmost care in protecting / safe-guarding the existing facilities of NINL.

2.3.8 The contractor shall follow all the statutory obligations and safety rules as applicable. A certificate regarding compliance of safety rules to be forwarded by the contractor along with RA bills.

2.3.9 The contractor shall defend / indemnity / keep NINL harmless of /from all claims of liabilities caused due to negligence of contractor during work.

2.3.10 The executing agency shall make necessary arrangements to test the materials & submit the test reports to NINL, as per NINL’s requirements without any extra cost to NINL.

2.3.11 The contractor shall execute the work strictly as per specification, drawings, IS CODES, other standards issued by NINL.

2.3.12 The contractor shall make own arrangements for approach roads / access etc. to the fabrication / erection sites.

2.3.13 The contractor shall handover the site in a neat and tidy condition as acceptable to NINL.

2.4.0 TECHNICAL SPECIFICATION:

2.4.1 Technical specification for this works prepared by NINL shall be followed and binding by the contractor.

2.4.2 Executing agency shall carry out all the works strictly as per the specification & instruction of the site Engineer.

SCHEDULE – 3

3.0 CONTRACT PRICE

3.1 BASIS OF CONTRACT PRICE

The contract price to be paid in consideration of the work and services to be executed/made/performed by the CONTRACTOR as per Bill of quantities and in accordance with all terms, conditions, stipulations, specifications and any other obligations to be met by the CONTRACTOR under the Contract will be arrived at based on the estimated quantities and rate as stated in Bill of Quantities and rates of this contract.

3.2 FIRM RATES

Unit rate of all the items shall remain firm, fixed and binding on the CONTRACTOR till the completion of entire scope of work and shall not be subjected to any variation except for the statutory variations in the taxes and duties as specified in schedules. Unit rates shall also remain firm irrespective of any variation in quantities stated therein.

Quantity variation in particular item of BOQ shall be allowed upto +/-5% with firm rate as above. However, total contract price shall remain same.

3.3 RATES FOR EXTRA ITEMS

Should it be found necessary to execute any item of work which is not included in the schedule of items and as such no contract rate is available, the rates for such items of work shall be fixed as per the following procedure.

i) Where the extra works are of similar nature as to any item of work appearing in “Bill of Quantities and Rates” then the rates for such extra items shall be derived from contract rates of similar / closest item of work.

Page 21: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 21 of 33 SIGNATURE OF THE TENDERER

ii) Where the nature of extra item is such that the rate for the same cannot be derived as per (i) above, then the rates for extra item of work shall be derived by rate analysis based on the market rates.

iii) Where rates for extra item of work can not be established by methods (i) or (ii) above, then the rate for such item shall be estimated and fixed by the ENGINEER based on the market rates & assessment for labour, materials & other factors.

SCHEDULE – 4

4.0 TIME SCHEDULE

4.1 TIME SCHEDULE / COMPLETION MILESTONE

4.1.1. The work shall be completed in all respects and handed over to NINL according to the stipulated time schedule.

4.2. EXTENSION OF TIME

4.2.1. The CONTRACTOR shall not be allowed any extension, of time for completion except in the following cases :

i) Force majeure – As per details stated in the clause 6.2.

ii) Major changes or substantial addition to work ordered by NINL adversely affecting the completion time.

iii) Any other circumstance of kind whatsoever which may occur making the CONTRACTOR entitled to an extension of time which, however, shall be in the absolute discretion of NINL.

4.2.2. The CONTRACTOR upon happening of any such event as stated above shall immediately give notice but nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of NINL to proceed with the work.

4.2.3. Request for extension of time shall be submitted by the CONTRACTOR in writing and NINL, based on the merit, shall consider the request and convey his decision to the CONTRACTOR in writing within a reasonable time.

4.2.4. The CONTRACTOR shall not be eligible for any extension of time on account of any delay in procurement of materials/equipments stipulated in scope of the contractor

4.2 COMPLETION.

The work shall be deemed to be completed when upon notice by the CONTRACTOR, NINL has inspected the works and satisfied himself that the works have been fully completed in accordance with the contract and necessary completion certificate have been issued to the CONTRACTOR subject to the provision made in clause 6.4.

4.2 PART OCCUPATION

NINL shall have the right to take possession of or use any completed or partially completed part of the work at any time. Such possession or use shall not be deemed to be completion or acceptance of any work not done in accordance with the contract subject to the provision made in clause 6.4.

SCHEDULE – 5

5.0 TAXES AND DUTIES

All taxes including Work Contract tax, duties, levies, fees or other charges legally leviable on the CONTRACTOR in connection with the contract shall be borne and paid by the CONTRACTOR.

5.1 NINL shall bear no liability in respect of any taxes, duties and levies, whatsoever.

Page 22: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 22 of 33 SIGNATURE OF THE TENDERER

5.2 INCOME TAX / Works contract Tax (sales tax) which NINL may be required to deduct by law/statute, shall be deducted at source and shall be paid to the Income Tax / Sales Tax / Statutory authorities on account of the contractor. NINL shall provide the contractor a certificate for such deduction and deposit thereof.

5.3 ROYALTIES

Royalties for construction materials wherever applicable may be deducted by NINL from Contractor’s bills for depositing with the concerned State Government authorities unless receipt in support of payment made to the concerned state Government authorities is provided by the CONTRACTOR.

5.4 The contractor shall produce necessary documentary evidence as may be called for by NINL in respect of the taxes, duties and levies paid by the CONTRACTOR.

SCHEDULE – 6

6.0 OTHER TERMS AND CONDITIONS OF CONTRACT

6.1 TERMINATION AND SUSPENSION AND FORECLOSURE

6.1.1 NINL may at any time on breach of this Contract by the CONTRACTOR give him, a written notice of such breach. If the CONTRACTOR does not remedy this breach within a period of 7 days after receiving the notice, then NINL may terminate the contract at any time thereafter. The CONTRACTOR shall be liable to refund any money which he is obliged to do so under the Contract.

6.1.2 The CONTRACTOR shall stop the performance of the Contract from the effective date of termination and hand over all the drawings, documents, plant, equipments, supplied materials etc. including transfer of all the rights of work to NINL. No consequential damages shall be payable by NINL to the CONTRACTOR in the event of termination.

6.1.3 NINL may suspend the work in whole or in part at any time by giving CONTRACTOR a notice in writing of such effect stating the nature, the date and the anticipated duration of such suspension.

6.1.4 On receiving the notice of suspension as per Clause 6.1.3 from NINL, the contractor will suspend the work desired to be suspended, with immediate effect. The CONTRACTOR shall

continue to perform other work in terms of the Contract, which NINL has not suspended. CONTRACTOR shall protect and secure the suspended work as considered necessary in the opinion of the ENGINEER.

6.1.5 NINL may at any time cancel the suspension notice for all or any of suspended work by giving written notice to the CONTRACTOR specifying the part of work to be resumed and the effective date of withdrawal of suspension. The CONTRACTOR shall resume the suspended work as expeditiously as possible after receipt of such notice of suspension-withdrawal.

6.1.6 In the event of suspension of work, NINL will not be liable to pay to the CONTRACTOR for any damage or loss for idle labour caused by such period of suspension of work. NINL shall not be liable to Contractor for any payment towards watch and ward and other expenditures.

6.1.7 The contract shall be terminated if due to any unforeseen circumstances which may lead to the foreclosure of the works for reasons such as resource crunch, non-availability of funds, and for other administrative reasons etc.

6.1.8 Contractor will be compensated only for the quantum of work/services he has rendered till effective date of foreclosure. Any other claims like compensation for loss in profit, compensation for loss of reputation etc. or any other consequential damages claimed by the Contractor will not be given by NINL.

6.2 FORCE MAJEURE

6.2.1. Time being essence of the contract, if at any time during the continuance of the Contract, the performance in whole or in part by either party, or any obligations under the contract shall be prevented or delayed by reason of any war, hostilities, acts of public, enemy, civil commotion, sabotages, fire, floods, explosions, epidemics, quarantine restrictions, or other Acts of God, strikes and legal lockouts (hereinafter referred to as “Eventualities”) then provided notice to

Page 23: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 23 of 33 SIGNATURE OF THE TENDERER

the happening of any such eventualities is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reason of such eventualities be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such performance or delay in performance and deliveries under this contract shall be resumed as soon as practicable after such eventualities has come to an end or ceased to exist and the decision of NINL as to whether the deliveries / services have been so resumed shall be final and conclusive.

6.2.2. 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 at least three months, the two parties should consult each other provided always that if no mutually satisfactory arrangement is arrived at within a period of a month, from the expiry of three months referred above, the above mentioned expiry of the contract will imply that both the parties have obligation to reach an agreement regarding the winding up and final settlement of the Contract.

6.3 ARBITRATION

6.3.1 All disputes or differences, whatsoever, arising between the parties out of or in relation to the construction, meaning and operation or effect of this contract or breach thereof shall be settled amicably. If, however, the parties are not able to resolve them amicably, MD, NINL shall have exclusive right to appoint / nominate a Sole-Arbitrator who shall pass a reasoned Award in accordance with Arbitration & Conciliation Act 1996 and the said Award of the Sole-Arbitrator shall be final and binding on the parties. If due to any reason the Sole-Arbitrator fails to pass the Award or vacates his office then another Sole-Arbitrator shall be re-appointed / re-nominated by MD, NINL. Venue of Arbitration shall be at Bhubaneswar and the Courts at Bhubaneswar shall have exclusive jurisdiction to entertain any petition under the Arbitration & Conciliation Act 1996.

6.4 COMPLETION CERTIFICATE

6.4.1. After completion of the total work duly certified by NINL Engineer Within 10 days (ten) of the completion of the work, the CONTRACTOR shall give notice of such completion to NINL and NINL shall inspect the work and after satisfying himself with tests that may be prescribed in the contract, if there is no defect, imperfection or short fall in the work, shall issue a completion certificate to the CONTRACTOR.

6.4.2. No completion certificate or provisional completion certificate shall be issued nor shall the work be considered to be complete until the CONTRACTOR shall have removed from the site all scaffolding, surplus materials, rubbish, etc. and all temporary works and cleaned off the dirt from wood work, doors, windows, walls, floors, or other parts of the work.

6.5 RIGHTS OF NINL TO VARY OR CANCEL THE CONTRACT.

6.5.1 NINL shall have the right, during the performance of the contract, to make any addition to, alteration in and omission from the works or any alterations in the kind or quality of the materials to be used therein or change the levels, lines, position and dimension of any part of the work and shall give notice thereof in writing to the CONTRACTOR. The CONTRACTOR on receipt of such instruction in writing shall carry out the changes as desired. Such variations shall in no way vitiate or invalidate the contract.

6.5.2 The CONTRACTOR shall not change any works to be made pursuant to the contract except as may become obligations under the contract, provided however that such changes shall be subject to prior written approval of NINL.

6.5.3 The CONTRACTOR shall proceed with the changes as requested, as per Clause 6.5.1 pending settlement of rates for extra items, if such changes require execution of any items of work not included in the schedule of items.

6.5.4 NINL shall have further power to cancel the Contract if the CONTRACTOR fails to duly perform and complete the contract and if it appears for valid reasons that he will fail to fulfill his obligations under the Contract for reasons other than those relieving of his responsibility under any other provision of the Contract.

6.6 COMPLIANCE WITH STATUTORY LAWS AND OTHER REGULATIONS.

Page 24: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 24 of 33 SIGNATURE OF THE TENDERER

6.6.1 The CONTRACTOR shall throughout the performance of the Contract comply with all the laws, rules, regulations and statutory requirements/obligations of Government of India / State Government of Odisha and other statutory bodies applicable at site for the contract work and NINL shall not be liable for any action of the statute applicable due to non-fulfillment of the statutory obligations by the CONTRACTOR.

6.6.2 All contracts or terms thereof entered between NINL and the Contractor shall be governed and regulated by the relevant laws in force in the territory of India relating to contracts.

6.6.3 Explosives shall not be used on the work by the CONTRACTOR without the permission in writing of NINL. Where explosives are used, the same shall be stored in a special magazine to be provided by and at the cost of the CONTRACTOR, who shall be liable for all damages, loss or injury to any person or property and shall be responsible for complying with all statutory obligations in these respects.

6.6.4 The CONTRACTOR shall give all notices and pay all fee required to be given or paid under any Central or State statue, ordinance or other law or any regulation or bylaw of any local or other duly constituted authority in relation to the execution of the Contract work.

6.6.5 The CONTRACTOR shall conform in all respects with the provisions of any statute, ordinance or laws as aforesaid and the rules, regulations or by-laws of any local or other duly constituted authority which may be applicable to the works or to any temporary works and with such rules and works or to any temporary works and with such rules and regulations of Public bodies as aforesaid and shall keep NINL indemnified against all penalties and liabilities of every kind for breach of any such statute, ordinance, law, rule, regulation or by-law.

6.6.6 All operations necessary for the execution of the works and for construction of any temporary works shall be undertaken in such a way that same do not interfere unnecessarily or improperly with the public convenience or the access to use and occupation of public or private roads and footpaths or properties whether in the possession of NINL or any other person and the CONTRACTOR shall save harmless and indemnify NINL in respect of all claims, demands, proceedings, damages, costs, charges and expenses, whatsoever arising out of or in relation to any such matters.

6.6.7 The CONTRACTOR shall use every reasonable means to prevent any of the roads and bridges communicating with or on the routes to the SITE from being damaged or injured by any traffic of the CONTRACTOR or any of his Sub-Contractor. For any damage caused by the breach hereof, the CONTRACTOR shall be solely responsible.

6.6.8 The CONTRACTOR must take sufficient care in moving his construction plants and equipments from one place to another so that those may not cause any damage to the property of NINL, particularly to the overhead and underground services and in the event of his failure to do so, the cost of such damages including eventual loss of working hours in any plant/site as estimated by NINL is to be born by the CONTRACTOR.

6.6.9 The CONTRACTOR shall get himself registered with the concerned authorities as provided under various applicable Acts and shall be directly responsible to such authorities for compliance with the provisions thereof.

6.6.10 By way of illustration of various Acts as stated in the contract, the following Acts or any amendment therof shall be complied with by the CONTRACTOR.

i) Employee Provident Fund Act. 1952

ii) Contract Labour Act (Regulation and abolition Act., 1970)

iii) Minimum wages Act, 1948

iv) Payment of wages Act, 1936

v) Payment of Bonus Act., 1965

vi) ESI Act, 1948

vii) Factories Act., 1948

viii) Apprenticeship Act., 1961.

ix) Employees Provident Fund and family pension Act., 1952.

x) All other statutory provisions related to contract labour.

Page 25: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 25 of 33 SIGNATURE OF THE TENDERER

6.6.11 The CONTRACTOR’s establishment shall be subjected to inspection, investigation etc., by NINL for ensuring proper and faithful compliance of the provisions of this contract by the CONTRACTOR with regard to labour laws and matters stated in the contract.

6.6.12 The CONTRACTOR shall provide at his cost to all staff and workers directly or indirectly employed in the works, all amenities for securing proper working and living conditions at the site and at the labour camp. The CONTRACTOR shall also provide medical facilities at the site as per rules in force in relation to strength of their staff and workmen deployed at site.

6.7 SAFETY AND SECURITY:

6.7.1 The contractors shall take all safety precautions and provide adequate supervision in order to do the job safely and without damage to equipment.

6.7.2 The contractor is not permitted to start the job without reporting to the Safety Engineering & obtaining safety clearance.

6.7.3 The execution department would take necessary shut-downs wherever there are hazards of gases, electricity, moving machinery etc. The contractor shall ensure that the shut-down I clearance are taken before sending workers to such locations.

6.7.4 In case of accidents occurred and injury to the persons, the contractor shall first take the injured person to Plant Medical Unit with the I.O.W Forms and the contractor should inform it to the Engineer-in-charge of the shop immediately.

6.7.5 The contractor shall abide by the provisions of Factories Act, Odisha Factories Rules.

6.7.6 Whenever work at height is involved, contractor must obtain height passes from Safety Engineering Dept. for those persons required to do work at height.

6.7.7 The concerned officer of the department awarding the contract or the Safety Engg. Department upon his satisfaction that the stoppage of work and require the contractor to remedy the defects or supply the commissions as the case may be. The contractor shall not proceed with the work until he has complied with such directions to the satisfactions of such head of the department.

6.7.8 The contractor shall be fully responsible for accidents caused due to his or his agent's or workmen1s negligence or carelessness In regard to the observance of the safety requirements and shall be liable to pay compensation for Injuries.

6.7.9 Without prejudice to the right conferred by the clause 6.7.7 above for stoppages of work for violating of. safety requirements, the contractor shall be liable for a penalty up to Rs. 500/-(Rupees five hundred only) for the first. violation up to Rs.10,000/-(Rupees ten thousand only) for the second violation. For the 3rd violation, he shall be liable to be debarred from further contracts. The penalty amount shall be recoverable from any bill and/ or EMD I SD or the contractor without any further reference to him. The CONTRACTOR shall adopt adequate safety measures and ensure use of protective clothing by all the workmen at site whether or not engaged in actual execution of work or supervision thereof as per requirement.

6.7.10 The CONTRACTOR shall ensure that the workmen at work use safety belts, gloves, helmets, masks, etc. necessary for their safety. The CONTRACTOR shall be responsible for safety arrangements of all equipments used in connection with execution of the work and shall ensure employment of only trained operators to man the equipments. Only tested equipments, tools, wires, ropes, etc. shall be used and shall periodically be tested to the satisfaction of the Company. All test certificate shall be made available to the Company at site as and when required by him.

6.7.11 The CONTRACTOR shall, in connection with the execution of the work, ensure provision and maintenance at his own cost all lights, guards, fencing with gates and watching when and where necessary or required by the client or by any duly constituted authority for the protection of work and/or for the safety and convenience of the public or others.

6.7.12 The CONTRACTOR shall take adequate safety precautions for prevention of accidents at site. The CONTRACTOR shall also ensure that their employees / workmen observe the statutory safety rules and regulations as also those laid down by the Company from time to time.

6.7.13 The CONTRACTOR shall provide at his cost necessary watch and ward force as may be approved by the company to ensure security and safety of all buildings, structures, equipments and materials under their custody at the site of work.

Page 26: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 26 of 33 SIGNATURE OF THE TENDERER

6.7.14 The CONTRACTOR shall abide by all security regulations at site promulgated by the Company from time to time. If required the CONTRACTOR shall provide identity badges to their personnel and workmen which must be properly displayed by them at site.

6.7.15 In order to facilitate issue of gate passes by NINL for materials and equipments either during execution or the maintenance period, the CONTRACTOR shall submit to the Company list of construction / erection equipments etc. and / or other materials that shall be taken inside the site from time to time. Such movement of materials, equipment, tools, tackles, etc. shall be subject to permission of the company.

6.7.16 The CONTRACTOR and his personnel and workmen shall be subjected to security check by Company’s own security force for the over-all protection of the site.

6.7.17 If the contractor fails to provide necessary safety items to their workmen, NINL may provide the safety items to the workmen and deduct the actual expenses from the contractor’s bill.

6.8 If offloading is required, the same shall be done on request of the Contractor provided that NINL approves the suggested agency subject to no extra cost to NINL. Any extra expenses shall only be borne by the Contractor.

Page 27: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 27 of 33 SIGNATURE OF THE TENDERER

ANNEXURE-VI

SPECIAL CONDITIONS OF CONTRACT (SCC)

1 GENERAL :

1.1 The Special Conditions of the Contract (SCC) are complementary to and shall be read in conjunction with General Conditions of Contract (GCC) of NINL for Works Contracts. Scope of work, Bill of Quantities and other Documents forming part of the Tender Document. In case of any conflict of meaning between SCC & GCC, Provisions of SCC shall over ride the Provisions of GCC.

1.2 During the operation of the Contract if any new Taxes/Duties/Levies etc are imposed or rates undergo changes, as notified by the Government and become applicable to the subject works, the same shall be reimbursed by NINL on production of documentary evidence in respect of the payment of the same. Similarly benefits accruing to Agency on account of withdrawal / reduction in any existing Taxes and Duties shall be passed on to NINL.

2 SCOPE OF WORK: as given in BOQ and Annexure V.

2.1 The execution and certification for payment of entire work shall be done by the Engineer In-Charge, AGM (WSS) or his authorized representative.

3 MEASUREMENTS; The Contractor shall take measurements jointly with the Engineer I/C or his representative and keep joint records for the same. Bills shall be prepared and submitted by the Contractor basing on agreed measurements.

4 ADVANCE: No advance of any sort will be given by NINL.

5. SECURITY DEPOSIT (SD):

5.1 10% of contract price shall be deposited by the successful tenderer/contractor towards security deposit within 10 days after acceptance of work order in the form of Bank Guarantee (in NINL’s format which is available on NINL website www.ninl.in) for time bound, due and faithful performance of the contract.

5.2 NINL will not be liable for payment of any interest on Security Deposit.

5.3 The Security Deposit shall be released on application by the contractor, supported by

5.4 COMPLETION CERTIFICATE, after completion and acceptance of the contract works.

6. PAYMENT TERMS:

6.1 100% of executed price shall be released on monthly basis against submission of Running Account Bills duly certified by authorized Engineer / Manager of NINL

6.2 The agency has to submit bills in two copies. Prior to certification by Site Engineer the bill must be enclosed with safety clearance by the safety officer, statutory compliances by Zonal Personnel Executive.

7 Recovery of Income Tax at source will be made from Contractor’s bill and deposited with Income Tax Department as per Rules. Recovery of Sales Tax applicable shall be made from the Contractor’s Bills.

8 PENALTY

8.1 If the agency fails to complete any of jobs to be carried out these above areas, Penalty @ as per scope of work at annexure-IV the rates of normal rates shall be imposed on the contractor.

8.2 In case of any failure to the contractor for completion of necessary work, NINL will complete the above work at the risk and cost of that agency.

8.3 The purchaser may without prejudice to any other method of recovery deduct the amount of penalty from any money due in his hands or will become due to the CONTRACTOR.

Page 28: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 28 of 33 SIGNATURE OF THE TENDERER

8.4 The payment or deduction of such penalty shall not relieve the CONTRACTOR from his obligation to complete the works or from any other obligations and liabilities under the contract.

9 LABOUR DEPLOYMENT:

9.1 The Contractor shall deploy his Labour as per requirement and as instructed by the Engineer. It may be necessary to carry out the work round the clock based on requirement and shutdown provided. The Contractors rate shall cover such eventualities.

9.2 Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this work. Work shall be executed as per specifications to the satisfaction of the Engineer.

10 If the contractor fails to execute the job, their EMD (if any)/ SDBG will be forfeited / encashed and NINL reserves the right to do the job at his risk and cost by alternate arrangement.

11 SECURITY REGULATIONS: The Contractor shall abide by and also observe all Security Regulations promulgated from time to time by the Employer.

12 STORING/STACKING OF MATERIALS: Storing / Stacking / Placing of materials shall be only at the places designated by the Engineer I/C.

13 The Contractor, his Supervisors and Workmen shall observe entry and exit timings strictly.

14 After completion of work activity, the site has to be cleared of all debris, construction material and the like.

15 The contractor shall start the work immediately after obtaining gate passes and safety induction training and clearance from the Employer.

16 NOTICES: Any notice to be given to the Contractor under Terms of the Contract shall be considered duly served, if the same has been delivered to or posted by Registered Post to the Contractor’s principal place of business (or in the event of the Contractor being a Company, its Registered Office), at the site or to their last known address including thru’ e-mail also.

17 If it comes to the notice of NINL at any stage right from request for Registration / Tender Document that any of the Certificates / Documents submitted by the Applicant for Registration or by Bidders are found to be false / fake / doctored, the Party will be debarred from participation in all NINL Tenders for a period of 2 (Two) years including Termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited / encashed. The Contracting Agency in such cases shall make good to NINL any loss or damage resulting from such termination by recovery of risk and cost charges for completion of the job. Other contracts in operation in NINL by the said agency may also be considered for termination apart from forfeiture of EMD and encashment of SDBG. Decision of NINL Management will be final and binding.

18 Failure to execute the work after LOA/WORK ORDER is issued will make the party liable to be debarred for a period of 2 (TWO) YEARS from participating in NINL Tender in future in addition to forfeiture of EMD and / or encashment of SDBG and execution of the job through any other agency at his risk and cost.

19 Clandestine applications in any form and / or any capacity of a tenderer shall be liable to be cancelled / rejected which consequentially shall attract forfeiture of EMD and to be debarred from participating in future NINL tender for two years.

20 All the payments (Labour related) i.e. PF, ESI, Bonus and any other statutory payments shall be borne by the agency.

21 The unit rates are firm through out the contract period. Any escalations arise out of any variations (except statutory variation) is attributable to the agency. These rates will be changed if there is any change in the rates arrived by way of bipartite / tripartite settlement and having the concurrence of the management of NINL.

22 In case of any statutory revision in the minimum wages payable to contract workmen, by the Government of Odisha, Escalation shall be paid as per the following Formula:

V = L x W x (X-Xo) / Xo

Page 29: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 29 of 33 SIGNATURE OF THE TENDERER

WHERE:

V = Escalation Payable

L = Labour component as Percentage of the Work is: 80%

W = Gross value of work done on the basis of Contract Rates for the period for which variation is applicable.

X = Revised Average Wages for Unskilled, Semi-skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Odisha, published in the Odisha Gazette for the period under consideration.

Xo = Average Wage of Un-skilled, Semi Skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Odisha, Published in the Odisha Gazette as on Reverse Auction / Final Price Negotiation date.

23 PAYMENT OF MINIMUM WAGES: Wages paid to the Workmen by the Contractor should not be less than the rates notified by the Commissioner of Labour, Odisha published in the Odisha Gazette from time to time with regard to the minimum wages applicable to the respective category of workmen.

24 MODE OF PAYMENT

The contractor has to submit their bank account details in NINL format duly certified by concerned bank manager for the purpose of making electronic payment, before submission of first running account bill, failing which the bill will not be processed.

The contractor is required to give an undertaking to the Finance Dept of NINL that the payment made by NINL of any sum due to him by directly remitting the same in his Bank, the address and the number of which is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in respect of the same.

In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the Supplier’s / Contractor’s Bank Account, the Supplier / Contractor / receiver should intimate discrepancies, if any, within 10 days from the date of despatch of intimation letter of payment to them to Finance Dept of NINL failing which it shall be presumed that the funds have reached their Bank Account and no claims will be entertained after the said 10 days.

Page 30: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 30 of 33 SIGNATURE OF THE TENDERER

Annexure - VII

DECLARATION TO BE SUBMITTED BY THE CONTRACTORS

(WITHOUT THIS DECLARATION TENDERS WILL NOT BE ACCEPTED)

REF TENDER NO. NINL/CC/18-19/WM/TDR-026, Date:18.05.2018

NAME OF WORK: Annual job contract for Operation & maintenance of circulating water system of NINL.

NAME OF AGENCY: M/s.________________________________________ The In charge, Works Contracts Cell, Neelachal Ispat Nigam Ltd, Duburi-755026. Sir, With reference to the notice Inviting Tender, I/We have gone through the tender documents issued to us. I/We have also gone through the general conditions of the contract of NINL. I/We here by confirm that I/We shall abide by terms and conditions of General Conditions of the Contract (GCC) and Special Conditions of Contract (SCC) including form of tender, Invitation to Tender etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and well aware about the prevailing site conditions. I / we have satisfied ourselves before submitting this tender; obtained information about the nature of work, facilities that may be required and obtained necessary information about working conditions, risk contingencies etc., which may influence this tender. We hereby offer to execute & maintain the work during the defect liability period in conformity with the tender conditions at the respective rates quoted by us. I/We shall also comply to all applicable statutory requirements i.e. PF, ESI, Bonus, Minimum Wages, labour license & insurance, Sales Tax, Income Tax, Works Contract Tax etc. The quoted unit rates are firm and are inclusive of all taxes, duties, levies, statutory payments, royalties etc. (except specifically mentioned in our offer) and will not claim any extra during the execution of contract. The payment of bonus if any will also be attributed to me/us. I/We also declare that the deposited EMD amount (if applicable as per provisions of tender) will not bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our Tender or if I/We vary any terms in our tender during the validity period of the tender without your written consent and/or if in the event of Neelachal Ispat Nigam Limited accepting my/our Tender and I / We fail to deposit the required security money, execute the agreement and/start the work within reasonable time (to be determined by the engineer) after written acceptance of my/our Tender. I/We declare that separate application(s)/tender(s) have not been submitted by the undersigned in any form and / or capacity and if such applications come to the knowledge of NINL, during Tender Process, the tenderer shall be debarred from

Page 31: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 31 of 33 SIGNATURE OF THE TENDERER

participating in any of NINL’s tender for two years and my/our tender shall be cancelled attracting forfeiture of EMD etc. Status of the Firm (mark) : Proprietary/Partnership/Others (Specify) Authority to Sign a) Proprietor

b) Managing Partner

c) Power of Attorney holder Names of partners 1) 2) 3)

Following Details are to be furnished by the Tenderer compulsorily (neat & legible) while submitting the Tender schedule. Income Tax PAN No.

Status/Reason for not having PAN No.

GST No.

OFFICIAL ADDRESS

Phone & Fax No:

Cell No:

E-mail ID:

Yours faithfully, For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...

Page 32: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 32 of 33 SIGNATURE OF THE TENDERER

ANNEXURE - VIII DECLARATION TO BE SUBMITTED BY THE TENDERERS FOR REVERSE AUCTION

REF TENDER NO. NINL/CC/18-19/WM/TDR-026, Date: 18.05.2018

NAME OF WORK: Annual job contract for Operation & Maintenance of circulating water system of NINL

NAME OF AGENCY: M/s.________________________________________

I /We agree as below: 1. I/We hereby understand and agree that the responsibility of preserving and maintaining the

confidentiality and secrecy and security of my/our Login ID and transaction password solely rests upon me/us and I/We shall be solely responsible for any breach/loss in this respect to the total exclusion of mjunction. I/We also understand and agree that without authorized written instructions from me/us, new password shall not be re-issued by Mjunction Services Limited. I / We are aware that multi log in using the same User ID & Password is not permitted.

2. I/We confirm to have read the specific terms and conditions that are displayed on mjunction website regarding the auction event. I/We agree to strictly abide by any and all the Terms and Conditions displayed on the mjunction website.

3. I/We understand and agree that Mjunction/Client will forfeit my/our security deposit/Bank guarantee on infringement/breach of any Terms and conditions as prescribed from time to time by mjunction and its Client (NINL). I /We agree that Mjunction/Client will be well within its right to take any punitive measure against me/us including permanently debarring/blacklisting from participating in any and all mjunction’s event.

4. I/We understand and agree that all voice communications made by me/us with the auction room of mjunction are recorded and kept for future reference and action, if necessary. I/We further agree and confirm that any and all such verbal communication and instructions passed by me/us shall constitute a valid communication and shall be treated as valid contractual obligation casts on me/us to ratify such communication/instruction in writing as and when required by mjunction.

5. In no event, mjunction shall be liable to the customer for any loss or damage whatsoever or howsoever caused arising directly or indirectly in connection with the Services and/or this Agreement, including without limitation any:

(i) Loss of data; (ii) Interruption or stoppage to the Customer’s access to and/or use of the online

market/exchange (website portal); arising out of the performance of the Services or otherwise.

6. Mjunction expressly excludes liability for consequential loss or damage or loss of profit, business, revenue, goodwill or anticipated savings, which may arise in respect of the Services.

7. I/We understand and agree that mjunction makes no warranty, representation or promise not expressly set forth in this agreement. Mjunction disclaims and excludes any and all implied warranties of merchantability, fitness for a particular purpose and non-infringement, except as expressly set forth herein, mjunction makes no warranty with respect to any software, product, configuration or system tested, analyzed or reviewed by mjunction and does not warrant that they are without defect or error, except as expressly set forth herein, the results, data, performance, and information reported or disclosed by mjunction in connection with the services or this agreement are not warranted and client bears all risks of reliance thereon. Mjunction does not warrant that any results, data, performance or information can be reproduced, repeated or verified (i.e., they may vary). Except as expressly set forth herein,

Page 33: TDR No 026-annual job contract for O&M of …ninl.in/tender/TDR_No_026-annual_job_contract_for_O_M_of...Tender No. 026, Date: 18.05.2018, Page 2 of 33 SIGNATURE OF THE TENDERER Annexure

Tender No. 026, Date: 18.05.2018, Page 33 of 33 SIGNATURE OF THE TENDERER

the methodologies, equipment, software, practices, procedures, and technology used by mjunction in connection with the services are not warranted and except as expressly set forth herein there shall be no claim against mjunction based on any of the foregoing or any alleged or actual inadequacy, malfunction, defect, or incompleteness of or in the foregoing.

8. I/we agree to ratify the acts of mjunction carried out in good faith.

9. I/We agree and undertake not to resort to any activity (ies) having the impact or causing interference to the system (hardware, software, internet related application, servers etc.) I/We understand that mjunction strictly forbids me/us from indulging in any of the cybercrime activities including(a) unauthorized access(b) e-mail bombing (c) data diddling(c) Salami attack (d) internet time theft (e) logic bomb (f) virus/worm attack (g) Trojan attack (h) distributed denial of service attack (i) denial of service attack(j) email spoofing (k) cyber pornography(l) intellectual property crime (m) cyber stalking.

10. I/We agree to submit ourselves for resolution of any disputes with mjunction in the manner as prescribed hereinafter. Dispute or differences arising out or relating to this undertaking/Agreement shall be resolved amicably by the parties. Failing such amicable resolution of dispute / differences either tenderer may refer the matter to arbitration of a Sole Arbitrator to be appointed by the Managing Director of Mjunction Services Limited. The Arbitration proceedings shall be governed and regulated by the provisions of Indian Arbitration and conciliation Act, 1996 and the rules framed there under along with amendment made thereto-up-to-date. The award of the Arbitrator shall be final, binding and conclusive on the parties. The venue for arbitration shall be at Kolkata. Governing Law: Law of India without giving effect to any principle of conflict of law. Jurisdiction: The Court at Calcutta shall have exclusive jurisdiction.

N.B.: 1. Mjunction reserves the right to vary the auction duration from the pre specified duration, in case of receipt of no bid , single bid or in case of any infrastructure problem effecting majority of the participants.

2. In case of e-auction, you have any complaint / suggestion kindly log into https://auction.buyjunction.in and use the feedback link given on the top left hand side of the page. Complaints/Suggestions received through any other mode will not be treated as formal.

For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...