24
Page 1 of 24 TENDER DOCUMENTS For Reconditioning/Repair along with high speed balancing Of MHI make steam Turbine rotor of cooling tower turbine (TK-1801) Ammonia-1 Plant of NFL, Vijaipur

TENDER DOCUMENTS For Reconditioning/Repair along with …

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 24

TENDER DOCUMENTS

For

Reconditioning/Repair along with high speed balancing

Of

MHI make steam Turbine rotor of cooling tower turbine

(TK-1801)

Ammonia-1 Plant of NFL, Vijaipur

Page 2 of 24

Technical Scope of Work

Sub: Reconditioning/Repair along with high speed balancing of MHI make steam Turbine rotor of

cooling tower turbine (TK-1801) Ammonia-1 Plant of NFL, Vijaipur

GENERAL DESCRIPTION:

Cooling tower turbine is installed in ammonia -1 plant to drive cooling tower pump. The detail of

turbine is given bellow and data sheet is attached as annexure-1

S.No Description Detail

1 Equipment Name Cooling tower pump turbine

2 Tag No. TK-1801

3 Supplier M/s Mitsubishi heavy industries Ltd.

4 Model No. MITSUBISHI CL-225AG

5 Inlet Steam pressure 41 kg/cm²

6 Exhaust Steam pressure 0.17 kg/cm²

7 Steam flow /consumption 6520 kg/h

8 Steam inlet temp 388 °C

9 Rated Speed 5938 rpm

10 TRIP Speed 6850 rpm

11 No of impellers wheel As per attached photograph

The subject rotor has following problems:

1. Rotor has run out of shaft.

2. Rotor have eroded first stage impulse blade.

3. Rotor does not have over-speed trip assembly.

Party has to replace the following parts by manufacturing new parts by reverse engineering

method

1. Turbine rotor shaft consist of Lube oil pump drive gear shaft and governor drive gear shaft

2. First stage impulse blade.

3. Over-speed trip assembly.

4. Any other parts required for assembly of Rotor

Page 3 of 24

After receipt of rotor at party’s work, party shall inspect the rotor and submit the procedure for

repair of rotor. The scope of work shall be as given below

1. Cleaning of rotor with grit blasting/high pressure water jet or equivalent method.

2. Developing drawing of the rotor by reverse engineering for comparison of actual dimensions

after final Assembly of the rotor.

3. Dismantling of rotor for removal of bladed disc assemblies, governor drive shaft, lube oil pump

drive shaft etc. from the rotor without causing any damage to disc assemblies.

4. Developing manufacturing drawing of the rotor and its shaft for manufacturing of shaft by

reverse engineering. The drawing of shaft shall consist of Lube oil pump drive gear shaft and

governor drive gear shaft. The drawing of shaft shall be shared with NFL.

5. Removal of first stage blade and development of drawing for blade with reverse engineering

method.

6. Manufacturing of New shaft with thrust collar along with Lube oil pump drive gear shaft and

governor drive gear shaft (the Lube oil pump drive gear shaft and governor drive gear shaft

shall consist of gears for Lube oil pump drive gear and governor drive) from forged AISI 4140

or AISI 4340 (EN24) material. Material shall be procured under third party inspection of M/s

TUV/BV/Lloyds. Party has to confirm that the shaft material is suitable for temp and pressure

specified above & suitable for manufacturing of shaft of steam turbine.

7. Party shall also manufacture over speed trip arrangement and test it as same is not available

with the rotor.

8. The following certificates from M/s TUV/BV/ Lloyds are to be submitted

(i) Verification of chemical composition and mechanical properties Certificates of the shaft-

material, blade material.

(ii) Witness UT and MPI testing of the new shaft.

(iii) Witness of the DP test, final shaft sizes measurement and run out checking of the complete

assembled rotor.

(iv) Witness of low speed and high speed dynamic balancing of the rotor.

9. Assembly of the rotor as per drawing Developed. NFL shall not approve any drawing and it will

be the responsibility of party to maintain the fitting size and its tolerances as per actual sizes

in the counter parts measured after dismantling of the rotor and cleaning of the parts. All

clearances shall be documented and submitted after repair of rotor.

10. Cleaning and DP checking of discs for any crack. DP checking of discs shall be witnesses by TPI

and certificate to be submitted.

11. Checking of squreness of ID of discs w.r.t. its face to avoid any wobbling after assembly. If

any polish cut required at ID of disc to achieve the squreness then size of the new shaft shall

be kept accordingly.

12. Manufacturing of other small components required for the rotor assembly. MOC of these

components shall be AISI 4140 or equivalent material commonly used for manufacturing of

steam turbine components to be fitted on the rotor.

13. Shrink fitting of Discs on the new shaft with new Keys. Suitable shrinkage allowance shall be

kept on the new shaft. The fitting of disc shall be as per standard engineering practice.

14. Assembly of the rotor as per original set up of the rotor. There should not be any wobbling on

any disc of the rotor and run out shall be within acceptable limits. The maximum radial run out

at any part of the rotor shall be 0.025mm and maximum axial run out on each bladed disc

shall be 0.06 mm near the blades. The party will submit radial and axial run out reports along

with repair report of the rotor.

15. Journal portions of the rotor shall be burnished and standard sizes shall be maintained as per

drawing. There should not be any ovality or taperness or scratches/roughness in the journal

portions of the rotor.

16. Demagnetization of the rotor to a value of less than 2 Gauss residual magnetism.

Page 4 of 24

17. Axial locations and all other sizes of each part shall be confirmed as per drawing developed by

the party before dismantling of the rotor. Final assembled rotor shall have all its dimensions

within tolerance as per approve drawing.

18. Multi-plane low speed dynamic balancing of the rotor conforming to ISO 1940 Gr. 2.5 followed

by high speed balancing of the rotor conforming to API612/ISO 11342 standard. During high

speed balancing over-speed trip bolt shall be adjusted for tripping of the machine at 6850

RPM. The temporary bearings required for high speed balancing shall be

arranged/manufactured by the party.

19. Application of antirust compound and wrapping of journals to avoid any scratches.

20. Packing of the rotor for safe transportation.

OTHER TERMS & CONDITIONS

1. The party will record & submit sizes & axial distances maintained after final assembly of the

rotor along with dispatch documents.

2. The party will submit all test certificates against the test/inspection mentioned inthe scope of

work.

3. Party has to submit all drawings developed for assembly of rotor like drawing of shaft, .

4. General Engineering practice for repair of precision high speed machine rotors must be

followed w.r.t. ovality/runout/surface finish/tolerances/shrinkage etc.

TECHNICAL TERMS AND CONDITIONS:

Vendor has to confirm the following condition along with their technical offer:

1. If required, joint inspectioncan be carried out at any stage of work.

2. In case of any abnormality / defect is observed in Turbine rotorduring inspection and

repair/rectification to be done (if any) vendor shall intimate to NFL. Repair job shall be

commenced only after getting clearance from NFL. If required, NFL shall send its

representative for joint inspection before proceeding for repairs.

3. Vendor shall ensure that there is no overheating, distortion / change / degradation in

metallurgy of the rotor during any procedures adopted.

4. NFL may visit the vendor’s works at any stage of work.

5. Prior to submitting their offer, Vendor may visit NFLfor physical or any other inspection of the

rotor and any other clarifications required.

TIME SCHEDULE:

1. Completion period:TheBidder shall mention the minimum Time Period, required for Repair

and Delivery, from the date of receipt of material at their works. However, the same shall not

exceed 10 (Ten) weeksfrom the date of receipt of rotor at their works. The work shall be

completed within the agreed Time Period.

2. The contract shall remain valid for a period of 12 months reckoned from the date of its award.

The job can, therefore, be got done any time during the tenure of the contract.

3. The contract can further be extended for a period of 3 (Three) months at the discretion of NFL.

4. Agreement: The Contractor’s responsibility under this contract will commence from the date

of issue of the Letter of Intent / Work Order. The Tender Documents, Other Documents

exchanged between the Tenderer and NFL, the Letter of Acceptance and Work Order shall

constitute the Contract. The successful Tenderer shall have to execute an Agreement with

National Fertilizers Limited, on a non-judicial stamp paper of appropriate value i.e., Rs.1000.00

at Vijaypur, Guna in the state of Madhya Pradesh within 10 (Ten) days of date of issue of the

LOI/Work Order. The cost of stamp paper shall be borne by the Contractor. The Agreement

shall be executed in the Agreement Performa specified by NFL.

5. Indemnity Bond: You shall submit Indemnity Bond for a value of Rs. 10 Lakhs on non-judicial

stamp paper of value Rs.100.00 as per the prescribed Performa, against the value of Turbine

Rotor handed over to you against the Contract, within 15 days of receiving of the Letter of

Intent / Work Order. The cost of stamp paper shall be borne by the Contractor.

Page 5 of 24

SPECIAL TERMS & CONDITIONS:

1. Repair Place: The Bidder shall give complete Address of Works in the Tender, where

balancing will be carried out.

2. Packing, Dispatch, Freight and Insurance:

NFL shall dispatch the Turbine Rotor to Bidder’s works on Freight Paid based on door delivery.

Transit Insurance and any other taxes would be in NFL’s scope.

After repair, the Bidder shall dispatch the Turbine Rotor back to NFL on Freight To Pay

basis.The Bidder shall ensure suitable packing before dispatch so as to avoid any transit

damage.

3. Inspection and Reports:

The Bidder will carry out all necessary Pre/Post Inspectionsas mentioned in the scope of work

at each stage conformance to QAP, with Photograph at each stage, critical observation, initial

and final parameter and all relevant details. Bidder shall submit inspection reports at each

stage of checking / inspection to NFL.

4. Bidder Shall ensure:

Surface Finish, Dimensions and Tolerances etc. shall be as originally supplied,any change /

alteration is not allowed. High Speed Dynamic Balancing is as per ISO 11342.

Bidder will stand Guarantee for their work against bad workmanship for a period of 18 months

from the date of dispatchor 12 months from the date of commissioning, whichever is earlier.

5. Submission of Documents:Bidder shall submit the following Original documents, in

duplicate after completion of work, along beforedispatch of material:

a) Inspection reports as per clause No. IV Sr. No. 3 & 4 above in original, duplicate along with

dispatch documents.

b) Guarantee Certificate as per IV. Sr. No. 5 above.

6. Acceptance of NIT: Bidder shall confirm in their quotation, the acceptance of all the terms

and conditions of NIT, including scope of work, failing which the offer may not be considered.

Page 6 of 24

V. GENERAL TERMS & CONDITIONS:

1.Interested Bidder after studying the tender documents carefully, may obtain necessary

clarifications, if any in writing before tendering, Submitting of tender implies that the Bidder has

obtained all the clarifications required No claim on ground for want of knowledge in any respect

will be entertained. No claim for extra charge consequent on any misunderstanding or otherwise

will be allowed.

2.Bidder to acquaint himself fully: If required, the Bidder may visit the site to see the reformer

physically whose burner block assembly are to be replaced.

3.The Bidder shall give an undertaking that the terms and conditions of NIT and other aforesaid

conditions are acceptable to him without reservations and no deviations to NIT have been taken

while making the offer.

4.The company reserves the right to accept the lowest or any other tender in part or in full or

award parallel contracts or reject all or any of the tenders without assigning any reasons.

5.The following tenders will be liable to summary rejection:

Tenders submitted by Bidder who resort to canvassing.

Tenders, which do not fulfill any of the conditions, laid down in the Tender Documents or are

incomplete, in any respect.

Tenders not accompanying the required details/Tender Cost/ Earnest Money etc.

Tenders received late / delayed.

Tenders, who contain uncalled for remarks or any alternative additional conditions.

Bid received with offer for supply of refractory only and not for the application.

6.Quantum of Job and Rates: The estimated value of work has been given on the basis of

technical assessment and indicates approximate quantities. However, the Contractor shall have

to execute any or all the jobs depending upon the requirements of the Plant. The rates shall

remain firm for the increased or decreased quantities and will not be subjected to escalation

irrespective of any increase what so ever.

7.If the Bidder has relations whether by blood or otherwise with any of the employees of the NFL,

the Bidder must disclose the relation in the Form of Declaration attached, at the time of

submission of tender failing which NFL shall reserve the right to reject the tender or rescind the

Contract.

8. Security Deposit: @ 10.0% of the W.O value including E.M.D. shall be deposited by the

Contractor within 10 days from the date of LOI. E.M.D. shall be considered as part of the S.D.

Alternatively contractor can deposit Bank Guarantee of 10.0% of the W.O value.

The applicants (contractors/suppliers/service provider), required to furnish original bank

guarantee to National Fertilizers Limited in paper format as per the terms of NIT, shall approach

their bank (s) for issuance of bank guarantee in favour of National Fertilizers Limited alongwith a

request to confirm the same to State Bank of India, Corporate Accounts Group Branch,

4th& 5th Floor, Red Fort Capital, Parsvnath Towers, Bhai Veer Singh Marg, Gole Market,

New Delhi-110001 (Branch Code -17313) SBIN0017313 through swift about issuance

of such BG. (Refer National Fertilizers Limited, Account No. 10297944831.

The issuing bank shall send the Bank Guarantee directly to National Fertilizers Limited. However,

in case the bank guarantee is submitted directly by the contractor, the issuing branch should be

requested to immediately send by post (AD) an unstamped duplicate copy of the BG directly to

National Fertilizers Limited with a covering letter to compare with the original BG and confirm

that the same is in order.The tenderer shall furnish a Bank Guarantee from any of the Scheduled

Bank excluding Gramin/Cooperative Bank as per prescribed format. The Bank Guarantee should

be valid for a period of 12 months plus 3 months claim period. The Bank Guarantee should be

submitted by Bankers directly to National Fertilizers Limited in a sealed cover and not through

supplier. The party shall also arrange confirmation of Bank Guarantee (including all amendments)

by their issuing bank through SFMS (Structured Financial Messaging System) mode directly to

Page 7 of 24

State Bank of India, Corporate Accounts Group Branch, 4th& 5th Floor, Red Fort Capital,

Parsvnath Towers, Bhai Veer Singh Marg, Gole Market, New Delhi-110001 (Branch Code

-17313) SBIN0017313. (Refer National Fertilizers Limited, Account No.

10297944831Not required

9.Terms of Payment:

Payment shall be made through Electronic Mode after making necessary recoveries forIncome

Tax, GST etc. as applicable as per Terms & Conditions of NIT, after satisfactory completion of the

work as per scope and submission of bill. Such payments will be made in full within 30 days of

receipt of bill complete in all respects. The following information may be furnished along with the

Tender:

Acceptance for release of payment by ECS / EFT from our Bank, i.e., State Bank of India, Vijaipur

Branch, Branch Code: 30282, N.F.L. Complex, Vijaipur-473 111, Dist. Guna, M.P.

The details of Tenderer Account Number, Name, Address, Branch, Branch Code, RTGS Code &

MICR Number of the Tenderer Bank.

Income Tax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the new series

Permanent Account Number allotted by the Income Tax Authorities in his Tender.

10.GST:

GST, if applicable, shall be paid by NFL against GST Invoice. It may further be noted that prime

responsibility for assessment in respect of GST rests with the contractor. Therefore liability of NFL

is restricted to the extent of GST only i.e. excluding interest or penalty if any. It must therefore

be ensured by the contractor himself that GST is deposited with appropriate authority in time &

manner as prescribed by the law.

TDS will be deductedfrom GST payable from the bill in accordance with GST Act/Law. You

shall be required to accept the same on the GST portal within 3 days from due date of filling of

TDS return (GSTR7) by NFL to enable us to issue the TDS certificate to you in time. If you fail to

accept the same in the GST portal, penalty if any imposed by GST authority, will be recovered

from you.

11.Liquidated Damages: In the event of work is not completed according to the time schedule, the

contractor shall have to pay Penalty to the NFL at the rates of 1 % of the total value of work for

delay of every day or part thereof, subject to a ceiling of 10 % of the total value of the work.GST

will be applicable on LD/penalty recovered by NFL.

12.Sub-Contracting: Sub-Contracting of this contract is not allowed.

13.If the Contractor is unable to execute the work any loss incurred by the company in this respect,

will be, to the Contractor’s account. The company may also terminate the contract after giving a

three-day’s notice, if in its opinion; the work under the contract is not being done to its

satisfaction. The Company will also have right to get the job done by a third party at the risk and

cost of the Contractor till the expiry of the period of the contract and debit the cost plus 25% to

the Contractor..

14.Termination of Contract:Notwithstanding anything elsewhere herein provided and in addition

to any other right or remedy of NFL under the Contract or otherwise including right of NFL for

compensation for delay the Engineer-in-charge/officer-in-charge may, without prejudice to his

right against Consultant in respect of any delay, bad workmanship or otherwise or to any claims

for damage in respect of any breaches of the Contract and without prejudice to any rights or

remedies under any of the provisions of this Contract or otherwise and whether the date for

completion has or has not elapsed by intimation in writing, absolutely, determine the Contract:

Default or failure by Contract of any of his obligations under the Contract including but not

limited to the following, the Contract is liable to be terminated if the Consultant.

Page 8 of 24

Becomes bankrupt or insolvent or goes into liquidation or is ordered to be wound up or has a

receiver appointed on its assets or execution or distress is levied upon all or substantially all

of its assets.

If the Contractor abandons the work.

Persistently disregards the instructions of the NFL in contravention of any provision of the

CONTRACT, OR

persistently fails to adhere to the agreed program of work, OR

Sublets the work in whole or in part thereof without NFL’s consent in writing

Performance is not satisfactory or work is abnormally delayed.

Defaults in the performance of any material undertaking under this CONTRACT and fails to

correct such default to the reasonable satisfaction of the NFL within fifteen days after written

notice of such default is provided to the Contractor.

NFL may terminate the Contract due to any reason including reasons due to force majeure,

regulations or ordinance of any Government or any other reasons beyond the reasonable control

of the NFL

Such termination will be by 15 (fifteen) days’ notice in writing and no claim/compensation shall

be payable by the NFL as a result of such termination, excepting the fees and costs for the

meaningful services rendered by the CONSULTANT and acceptable to NFL, up to the date of

termination. In the event of termination of contract, Security Deposit-cum-PBG shall be

forfeited.

15.Validity of contract:

1. The contract shall remain valid for a period of 12 months reckoned from the date of its award.

The job can, therefore, be got done any time during the tenure of the contract.

2. The contract can further be extended for a period of 3 (Three) months at the discretion of NFL

16.Period of Liability: Tenderer will stand Guarantee for their work against bad workmanship for a

period of 18 months from the date of dispatch or 12 months from the date of commissioning,

whichever is earlier. Any damage or defect or other faults that may arise or lie undiscovered at

the time of issue of completion certificate, or appear within defect liability period after the virtual

completion of the work, arising in the opinion of the owner from material or workmanship not in

accordance with the contract, shall upon the directions in writing of the owner and within such

reasonable period specified therein, shall be rectified by the Tenderer at his cost, most

expeditiously or in case of default, NFL may cause the same to be made good by other workmen

and deduct expenses from any sums that may be there or at any time thereafter become due to

the Tenderer or from his security deposit. NFL shall be under no obligation to accept / entertain

any claim / demand whatsoever in this behalf. The workmanship guarantee for rectified portion

of work shall commence from the date of rectification for a subsequent period of 12 months of

the balance period as stated above.

The Contractor shall be responsible for the proper workmanship and shall not be relieved of his

obligation in this regard just because NFL raised no objection during the progress of work. The

decision of the Owner regarding bad workmanship shall be final, binding and conclusive.

Any defect noticed during the various stages of inspection during work under progress as per

scope shall be made good by the Contractor to the satisfaction of NFL before proceeding further.

Irrespective of the inspection, repair and approval at intermediate stages of work, the Contractor

shall be responsible for making good any defect found during final inspection and guarantee

period.

17.Tax Deduction at Source: Statutory deduction on account of Income Tax &TDS on GST on

Works Contracts shall be made from the bill of the Bidder at the prevailing rates, as per Income

Tax Act / GST act at the time of release of payment to the Bidder.

Page 9 of 24

18.Rights of NFL: A unilateral stoppage of work by the Contractor shall be considered a breach of

the CONTRACT and NFL reserves its right to take necessary and suitable action as it may deem

fit, to adequately protect his/its interest; at the risk and cost of the contractor. Any aforesaid

action shall be without prejudice to any other action, rights and remedies etc. that may also be

available.

In the event the Contractor fails to fulfill his obligations under the CONTRACT, the NFL shall have

the right to get the work done by any other agency/own resources at the risk and cost of the

Contractor and cost + 25 % shall be debited to the contractor

19.Continued Performance: The Contractor shall not stop work in case of any dispute pending

before arbitrator/court/Tribunal in relation to the contract or otherwise unless further progress of

works has been rendered impossible due to non-fulfillment of any reciprocal promise. Unilateral

stoppage of work by the Contractor shall be considered a breach of CONTRACT and the OWNER

shall be within its rights to take suitable and necessary action as it may deem fit to adequately

protect its own interests.

20.Engineer In-Charge: The Engineer-in-charge shall have general supervision and direction of the

work. He has authority to stop the work whenever such a stoppage may be necessary to ensure

the proper execution of the contract. He shall also have authority to reject all work which directs

the application of forces to any portion of the work as in his judgment is required and order force

increased or diminished and to decide disputes, which arise in the execution of the work. The

Engineer-in-charge reserves the right to suspend the work of the part thereof at any time and no

claim whatsoever on this account will be entertained. In case of any dispute the contractor

may appeal to the Engineer-in-charge whose decision shall be final and binding.

21.Contractor to Remove Unsuitable Employees: The Contractor shall, on instruction of the

Engineer In-Charge, immediately remove from the work any person employed thereon who

misbehaves or causes any nuisance or otherwise in the opinion of the Engineer In-Charge is not a

fit person to be retained on the work and such person shall not be again employed or allowed on

the works without the prior written permission of the Engineer In-Charge.

22.It is understood by the contract that in the event of any losses/damages caused to the NFL due

to the reasons whatsoever within his control and the same losses/damages are approved, the

contractor has to make good all the consequential damages/losses to the Owner without any

protest and demur. The damages/losses shall be apart from other claims/damages to which the

Owner is entitled under the contract or in the course of Law.

23.Loss to Plant during Execution: Any damage or loss caused to the plant equipment etc.,

during execution of this contract by the Contractor’s employees will be made good by the

Contractor at his own cost and risk.

24.Wages shall be paid by the Contractor to the workman directly without the intervention of any

Jamadars or Thekedars and contractor shall ensure that no amount by way of commission or

otherwise is deducted or recovered by Jamadars from the wages of workman.

25.The minimum wages for the labor will be paid as per latest central/State Government notification

(whichever is higher) issued time to time.

26.The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition) Act

1970 and rules framed there under & amended from time to time.

27.In case of non-compliance with any of the conditions / provisions contained in E.P.F. Act 1952 as

amended from time to time, NFL reserves the right to provisionally retain 24% of the Contractor's

payment towards employees’ and employer's contributions, which may be released only on

verification of Challan by Engineer In-Charge for deposit of PF Contribution.

28.The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays, Leaves,

and Overtime etc. The Contractor is required to comply with all statutory provisions, from time

to time, during the tenure of the contract.

29.The NFL will not be responsible for any injury sustained by the workers of the Contractor during

the performance of the above contract, any damage, compensation due to any dispute between

the Contractor and his workers. All liabilities arising out of any provision of Labour Acts /

Page 10 of 24

Enactments hereto in force shall be the responsibility of the Contractor. NFL under the Contract

will recover any other expenditure, incurred by NFL to face the situation arising out of the

negligence of the Contractor from his dues payable.

30.The Contractor shall indemnify and keep indemnified the NFL against all losses and claims for

injuries or damages to any person or property of NFL whatsoever which may arise out of the

consequence of the execution of works either negligently or otherwise and against all claims,

demands, proceeding damages, cost, charges and expenses thereto whatsoever in respect of or

in relation thereto.

31.The Contractor shall ensure that all the formalities, required to be completed under the existing

laws of India for and/or in connection with engaging/employment of labourers, have been

fulfilled. NFL shall be under no obligation to accept / admit any claim on this behalf.

32.Alterations, Omissions, Additions Or Substitutions of Work:

31.1 NFL shall have power to make any alteration in, omission from, addition to, or

substitutions for original specifications and instructions which may be considered necessary,

during the progress of work and the Contractor shall carry out the work in accordance with any

instruction which may be given to him in writing duly signed by the Engineer In-Charge. Such

alterations, omissions, additions, substitutions shall not invalidate the contract and any altered,

additional or substituted work, which the Contractor may be directed to do in the manner above

specified as a part of the work, shall be carried out by the Contractor on the same conditions in

all respects on which he has agreed to do the main work.

31.2 If the rates for additional, altered or substituted work are specified in the contract for the

work, the Contractor is bound to carry out the additional, altered or substituted work at the same

rates as per specifications in the rate contract for that work.

31.3 In the event the extra or substituted items of the work does not fall in the category as

above, the cost will be calculated on the basis of actual Labour and consumable material utilized

for the job. The quoted rates will be inclusive of Overheads and Profit. The Engineer In-

Charge will assess the quantum of Labour and consumable material used; whose

decision in this respect will be final and binding upon the Contractor.The Contractor

will be required to obtain prior approval of NFL for rates payable to him for such extra

items.

33.Force Majeure: The terms and conditions agreed upon under the contract shall be subject to

Force Majeure. Neither the contractor nor NFL shall be considered in default in the performance

of their obligation contained therein, if such performance is prevented or delayed or restricted or

interfered with by reason of War, Hostilities, Revolutions, Civil Commotion, Strike, Epidemics,

Accidents, Fires Flood, Earthquake, regulation or ordinance or requirement of any Government or

any sub-division thereof, or authority or representative of any such Govt. and/or due to technical

snag/reasons or any other Act whatsoever, whether similar or dissimilar to those enumerated

beyond the reasonable control of the parties hereto or because of any act of GOD. The party so

affected, upon giving prompt notice to the other party shall be excused from such performance to

the extent of such prevention, delay, restriction or interference for the period it persists provided

that the party so affected shall use its best efforts to avoid or remove such causes of

nonperformance if possible and shall continue performance hereunder with the utmost dispatch

whenever such causes are removed. Should one or both parties be prevented from fulfilling their

contractual obligations by a state of Force Majeure lasting continuously for a period of one week,

the two parties to the contract shall meet and decide about the future course of action for

implementation of the contract.

34.Conciliation & Arbitration:

A. For Indian Bidders:- “Except where otherwise provided in the contract all matters,

question, disputes or differences whatsoever, which shall at any time arise between the parties

hereto, touching the construction, meaning, operation or effect of the contract or out of matter

relating to the contract or the breach thereof or the respective rights or liabilities of the parties

during or after completion of the works or whether before or after termination, shall after written

notice by either party to the contract be referred to Designated Unit Head/ED/Functional

Director/Chairman & Managing Director, National Fertilizers Ltd. for appointment of Arbitrator.

Page 11 of 24

The arbitration proceedings shall be governed by the Arbitration & Conciliation Act, 1996. The

Arbitration & Conciliation (Amendment Act, 2015) or any further statutory modification or re-

enactment thereof and the rules made there under.

If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever

then the next arbitrator so appointed by the authority referred above may start the proceedings

from where his predecessor left or at any such stage he may deem fit.”

“It is agreed by and between the parties that in case a reference is made to the Arbitrator or the

Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of contract by

and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on

the awarded amount more than the rate of SBI PLR/ Base rate as applicable to NFL on date of

award of contract.

” Seat of Arbitration shall be at NFL, Vijaipur Guna (MP).

B. Arbitration Clause for PSEs and Government Department: - “In the event of any

dispute or difference relating to the interpretation and application of the provisions of the

contracts, such dispute or difference shall be referred by either party for Arbitration to the sole

Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the

Government of India in-charge of the DPE. The Arbitration & Conciliation Act, 1996 shall not be

applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the

parties to the dispute, provided, however, any party aggrieved by such award may make a

further reference for setting aside or revision of the award to the law Secretary, Department of

Legal Affairs, Ministry of Law 7 Justice, Government of India. Upon such reference the dispute

shall be decided by the Law Secretary or the special Secretary Additional Secretary, when so

authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively?

The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.”

35.Jurisdiction: For any disputes regarding this contract, the exclusive Jurisdiction shall lie in

courts situated at Guna (Madhya Pradesh) only.

36.Agreement: The Bidder’s responsibility under this contract will commence from the date of issue

of the Letter of Intent / Work Order. The Tender Documents, Other Documents exchanged

between the Bidder and NFL, the Letter of Acceptance and Work Order shall constitute the

Contract.

The successful Indian Bidder shall have to execute an Agreement (as per format enclosed)

with National Fertilizers Limited, on a non-judicial stamp paper of Appropriate value i.e. Rs.

1000.00 within 10 (Ten) days of date of receipt of LOI / Work Order or before start of

job whichever is earlier. The cost of stamp paper shall be borne by the bidder.The Agreement

to be executed shall be in the Agreement Performa to be specified by NFL on a non-judicial

stamp paper of Madhya Pradesh State.

Page 12 of 24

SCHEDULE OF RATES

Tender No.: NFVP/MECH/AMM-I/TK-1801/Cont-12/2019-20

Sl.

Description Quantity Unit rate (Rs)

IN FIGURE

Unit rate

(Rs)

IN WORD

TOTAL

Amount

(Rs.)

1 Lump sum Charges

Reconditioning/Repair along

with high speed balancing of

MHI make steam Turbine rotor

of cooling tower turbine (TK-

1801) Ammonia-1 Plant of

NFL, Vijaipur

1 Nos.

A. Total: Rs. ---------------------------- (In Figures) + GST @ 18%

B. Total: Rs. --------------------------------------------------(In words) + GST @ 18%

Notes:

1. The Bidder shall quote Single Rate against offered item and not Multiple Rates in the

Schedule of Rates. Any bid with Multiple Rates quoted will be summarily rejected.

2. The Rates should be inclusive of all Duties, Royalties, statutory Leviesand applicable taxes

excluding GST. Unless specified to the contrary in the bid, all present taxes and statutory levies

shall be borne and paid for by the bidder. Payment of the taxes and other statutory levies shall

be the responsibility of the bidder and shall not be payable by NFL.

3. GST shall be paid against GST Invoice, as per clause 10 of this tender document

4. TDS shall be applicable as per Income Tax Rules.

5. BID shall be evaluated on over all L-1 bases.

(Signature of Bidder)

Place:

Date: Name __________________

(Seal to be affixed)

Page 13 of 24

DECLARATION FORM-I

Quotation No.:________________________ Date: ___/___/_____

M/s. National Fertilizers Limited

Vijaipur-473 111

District Guna, Madhya Pradesh

Sub:Tender for Reconditioning/Repair along with high speed balancing of MHI make

steam Turbine rotor of cooling tower turbine (TK-1801)of Ammonia-1 Plant of NFL,

Vijaipur

Sir,

I / We __________________________________ have read the conditions of the tender

attached here to and agree to abide by such conditions. I / We offer to do the

Reconditioning/Repair along with high speed balancing of MHI make steam Turbine

rotor of cooling tower turbine (TK-1801) Ammonia-1 Plant of NFL, Vijaipurat the rates

quoted in the attached Schedule of Rates and in accordance with the inspection, standards and

other terms & condition Tender of M/s. National Fertilizers Limited and hereby, bind myself /

ourselves to complete the work schedule and progress of work.

I / We further agree to abide by the conditions of contract and to carry out all works within the

specified time in accordance with applications, workmanship and instructions referred to in the

Notice Inviting Tender.

In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself /

ourselves to execute the contract as per the conditions mentioned in the tender document, failing

which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the

National Fertilizers Limited, Vijaipur.

(Signature of Bidder with Seal)

Place: Name: _______________________

Date: Address:______________________

Page 14 of 24

DECLARATION FORM- II

THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR

Sr. Description

1 If a Tenderer has relations whether by blood or

otherwise with any of employees of NFL

(Owner), the Tenderer must disclose the

relation at the time of submission of Tender,

failing which, NFL shall reserves the right to

reject the Tender or rescind the Contract.

YES / NO (If Yes, give the following details)

Name &

Designation of the

Employee

Place of

Posting Relation

with the

Employee

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

Documentary proof thereof.

P.F. Registration

Number

3 PAN No. of the Contractor to be intimated along with Documentary

Proof thereof.

PAN Number

4 GSTIN Registration No. (Documentary proof to be attached)

5

In case bidder is registered as Micro/Small/Medium Enterprises under

MSMED Act 2006 promulgated by Govt. of India Vide Notification

dated 16.06.2006, please indicate the relevant category and also enclose

scanned copy of the certificate issued by concerned authorities.

It may also be confirmed if the MSEs owned by SC/ST Entrepreneurs

and attach a copy of relevant certificates issued by authorities concerned

in support of your claim with the Un-priced Techno-Commercial bid.

The above documents submitted by the bidder shall be duly certified by

the Statutory Auditor of the bidder or a practicing Chartered

Accountant [not being an employee or a Director or not having any

interest in the bidder’s company/firm] where audited accounts are not

mandatory as per law. Otherwise, it will be construed that your organization is not a micro,

small or medium enterprises as per the provisions of MSMED Act

2006 and consequently you will not be eligible to the benefits

admissible under the MSMED Act 2006.

6

The bidder shall submit the name and address of the firm/company

along with its constitution giving status of the same such as sole

proprietorship/partnership or limited/private firm etc along with its

copies duly attested by Notary public as evidence

7 Account No. in any branch of State Bank of India A/C No & Branch

Code

(Signature of Tenderer with Seal)

Place: Name: __________________________

Date: Address: ________________________

Page 15 of 24

FOR Micro & Small EnterprisesPUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISES:

Government of India, vide Gazette of India No. 503 dated 26.03.2012 has proclaimed the Public

Procurement Policy on procurement of goods and services from Micro and Small Enterprises

(MSEs) by all central Ministries/Departments/PSUs for promotion and development of Micro and

Small Enterprises. Accordingly, following provisions are incorporated:

i) Issue of Tender Documents to MSEs free of cost.

ii) Exemption to MSEs from payment of EMD/Bid security.

iii) In Tender, participating Micro and Small Enterprise quoting price within price band of

L1+15% shall also be allowed to supply a portion of requirement by bringing down their prices to

L1 price in a situation where L1 price is from someone other than a micro and small enterprises

and such micro and small enterprises shall be allowed to supply up to 20% of the total tendered

value. In case of more than one such Micro and Small Enterprises, the supply shall be shared

proportionately (to tendered quantity). Further out of above 20%, 4% (20% of 20%) shall be

from MSEs owned by SC/ST Entrepreneurs. This quota is to be transferred to other MSEs in case

of non-availability of MSEs owned by SC/ST entrepreneurs.

iv) The quoted prices against various items shall remain valid in case of splitting of quantities

of the items as above.

v) In case bidder is a Micro or Small Enterprise under the Micro, Small and Medium

Enterprises Development Act, 2006, the bidder shall submit the following:

a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with

District Industries Centers or Khadi and Village Industries Commission or Khadi and Village

Industries Board or Coir Board or National Small Industries Corporation or Directorate of

Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium

Enterprises.

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate

documentary evidence in this regard.

vi) In case tendered item is non-split able or non-dividable, MSE quoting price within price

band L1 (other than MSE) +15%, may be awarded for full / complete value of supplies / contract

subject to matching of L1 price.

vii) The MSEs owned by SC/ST entrepreneurs shall mean:

a) In case of Proprietary MSE, Proprietor(s) shall be SC/ST.

b) In case of Partnership MSE, the SC/ST partners shall be holding at least 51% share in the

unit.

c) In case of Private Limited Companies, at least 51% share is held by SC/ST. If the MSE is

owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this

regard.

viii) The Public Procurement Policy for MSEs is meant for procurement of only Goods produced

& Services rendered by MSE and hence shall not be applicable for works contracts.

The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of

the bidder or a practicing Chartered Accountant [not being an employee or a Director or not

having any interest in the bidder’s company/firm) where audited accounts are not mandatory as

per law.

Page 16 of 24

If the bidder does not provide the above confirmation or appropriate document or any evidence,

then it will be presumed that they do not qualify for any preference admissible in the Public

Procurement Policy (PPP), 2012.

Page 17 of 24

Format F

‘PROFORMA’ FOR CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM

ENTERPRISES DEVELOPMENT ACT, 2006 [MSMED ACT 2006)”

NIT No.: ______________________________________________

Name of Contract: ____________________________________

1. You may aware that “Micro, Small and Medium Enterprises Development Act 2006”

(‘MSMED’) has been come into force w.e.f. 2nd October 2006, which has repealed the provisions

of the old Act regarding Small Scale Industrial undertakings.

2. As per the MSMED Act, Enterprises engaged in the manufacture / production of goods or

rendering / providing of services are to be classified into Micro, Small and Medium enterprises

based on the investment in plant and machinery/equipment.

3. Such Enterprises are required to file a memorandum in the prescribed form to the

appropriate authority as mentioned in the MSMED Act.

4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu

undivided family, Association of persons, Cooperative Society, Partnership firms, undertaking or

any other legal entity.

5. For your ready reference, the definitions of Micro, Small and Medium enterprises are given

below:

Classification of enterprises engaged in:

(a) Manufacture or production of goods pertaining to any industry specified in the First

Schedule to the Industries (Development and Regulation) Act 1951 as:

Nature of Enterprise Investment in Plant & Machinery (#)

Micro Does not exceed Rs. 25 Lakh

Small More than Rs. 25 Lakh but does not exceed Rs. 5 Crores

Medium More than Rs. 5 Crores but does not exceed Rs. 10 Crores

(b) Providing or rendering services:

Nature of Enterprise Investment in Equipment

Micro Does not exceed Rs. 10 Lakh

Small More than Rs. 10 Lakh but does not exceed Rs. 2 Crores

Medium More than Rs. 2 Crores but does not exceed Rs. 5 Crores

(#) In calculating the investment in plant & machinery, the cost of pollution control, research and

development, industrial safety devices and such other items as may be specified will be excluded.

6. You are therefore requested to fill the “Format” [pro-forma attached] and submit the

same along with proof of valid document/ certificate [indicating registration no.] in your offer. In

case same is not submitted along with your offer, it will be presumed that your organization is

not a micro, small or medium enterprises as per the provisions of MSMED Act 2006 and

consequently you will not be eligible to the benefits admissible under the MSMED Act 2006.

Page 18 of 24

Format A

CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM ENTERPRISES

DEVELOPMENT ACT, 2006 (MSMED ACT 2006)

NIT No.: _______________________________________________

Name of Contract: ______________________________

1. We confirm that provisions of “Micro, Small and Medium Enterprises Development Act

2006” (‘MSMED’) are applicable to us and our organization falls under the definition of:

a. Micro Enterprise - [ ]

b. Small Enterprise - [ ]

c. Medium Enterprise - [ ]

(Please put a tick in the appropriate box)

2. Copy of proof of valid document/ certificate [indicating registration no.] of being a Micro/

Small/ Medium Enterprises is enclosed.

Place: ____________ Signature of Authorised Signatory

Date: ____________ Name: _____________________

Designation: ________________

Seal:

Note: In case above Format along with proof of valid document/ certificate [indicating

registration no.] is not submitted in offer, it will be presumed that your organization is not a

micro, small or medium enterprises as per the provisions of MSMED Act 2006 and consequently

you will not be eligible to the benefits admissible under the MSMED Act 2006.

Page 19 of 24

Annexure-I

AGREEMENT

This contract made at GUNA (M.P.) this ________________ day of __________ 2018 between

NATIONAL FERTILIZERS LIMITED (A Government of India Undertaking) registered in India under

the Indian Companies Act, 1956 having its registered office at Scope Complex, Core No. III. 7,

Institutional Area, Lodhi Road, New Delhi – 110003 (hereinafter referred to as the “OWNER”

which expression shall include its successors and assigns) of the one part.

AND

M/s _____________________________________________________ having its registered

office at __________________________________ (hereinafter referred to as the

“CONTRACTOR” which expression shall include its executors, representatives and permitted

assigns/ successors) of the other part.

WHEREAS

The owner is desirous of executing certain works more specifically mentioned and described in

the Order No. ______________________dated __________ for_____(_________) and whereas

the contractor has agreed to execute the work as specified in the Tender Document and in the

Order mentioned above and also in the Contract Documents.

NOW, THEREFORE, THIS CONTRACT AGREEMENT WITNESSETH AS FOLLOWS:

ARTICLE _I

1.1 CONTRACT DOCUMENTS

The following documents shall constitute Contract Documents namely:

a) This Contract Agreement,

b) LOI/Work Order No._______________dated____________.

c) Your quotation No. ________________dated______________.

ARTICLE – II

2.1 WORK TO BE PERFORMED

In consideration of the payments to be made to the Contractor as hereinafter provided, he shall

with due care promptness, accuracy and workmanship execute the work in accordance with the

Approved Plans, Notice, General conditions and Directions of Contract, Technical Specifications,

Letter of Intent and Work Order.

2.2 Without prejudice to any other mode of service provided for in the contract

documents or otherwise available to the owner, any notice under or any other communication

sought to be served by the owner on the contractor with reference to the contract shall be

deemed to have been sufficiently served if delivered by hand or through Registered Post

acknowledgement due to the principal office of the contractor of Guna ( M.P.)

ARTICLE –III

3.1 WAIVER

No failure or delay by the owner in terms of the contract or any obligation or liability of the

contract in terms thereof shall be deemed to be waiver of such right, remedy obligation or

liability as the case may be, by the owner or notwithstanding such failure or delay, the owner

shall be entitled at any time to enforce such right, remedy obligation or liability, as the case may

be.

ARTICLE – IV

4.1 NON ASSIGN ABILITY

Page 20 of 24

The contract and benefits and obligations thereof shall be strictly personal to the contractor and

shall not on any account be assignable or transferable by the contactor.

IN WITNESS WHEREOF THE parties hereto have duly execute this contract in DUPLICATE at the

place, day and year first written / IN WITNESS WHEREOF the owner has executed this contract in

DUPLICATE at the place, day and year first above written while the contractor has executed those

presents the day and year hereunder written against the Contractor(s).

SIGNED AND DELIVERED SIGNED AND DELIVERED

for and on behalf of for and on behalf of

National Fertilizers Limited

In the presence of In the presence of

1._________________

1. _____________________

2._________________ 2.____________________

Page 21 of 24

Annexure-II

INDEMNITY BOND

In consideration of your agreeing to get ------------------------------------------------------------------------------------------------ against your work order No. ------------------------------------------------------- in the name of M/s -----------------------------------------------------. And we M/s-------------------------------------------------------------------- do hereby for ourselves and our heirs, legal representatives, executors and administrators, jointly and severally undertake and agree to indemnify you and your successors and assign against all Claims, demands, proceeding, losses, damages, charges and expenses to the extent of Rs. --------------------- ( Rupees-----------------------------------------------only ) which may be raised against or incurred by you by reason or in consequence of your having agreed to supply the above referred ----------------------------------------------------. And it is also indemnified that notwithstanding anything herein before contained our liabilities under the Indemnity is restricted to Rs. ------------------------- ( Rupees -------------- only ). Our Indemnity shall remain in force for-------------- from the date of its issuance i.e. upto----------------- unless a demand or claim under the indemnity is made on us in writing on or before ------------------ we shall be discharged from all liabilities under this Indemnity. In witness whereof, we have hereunto set our hand at ----------------- in presence of me ( undersigned ) on this day of ---------------------------------. Signed and delivered by the above named. Name and Address of witness. (Signature with seal) 1. 2.

Page 22 of 24

Annexure-III

NATIONAL FERTILIZERS LIMITED

DEFINITIONS OF TERMS

In the contract documents herein defined where the context so admits, the following words and

expression will have the meanings assigned to them respectively:

1. "The OWNER" means the NATIONAL FERTILIZERS LTD., incorporated in India, having its

registered office at SCOPE COMPLEX, Core No-III, 7, Institutional Area, Lodhi Road, New Delhi-

110003.

2. The "ENGINEER-IN-CHARGE" shall mean the person designated as such by NFL and shall

include those who are expressly authorized by him to act for and on his behalf for operation of

this contract.

3. The "WORK" shall mean the works to be executed in accordance with the contract or part

thereof as the case may be and shall include all extra, additional, altered or substituted works as

required for purpose of the contract.

4. "CONSTRUCTION EQUIPMENT" means all appliances and equipment of whatsoever

nature for the use in or for the execution, completion operation or maintenance of the work

unless intended to form part of permanent work.

5. "SITE" means the areas in which the work is to be performed by the Contractor and shall

include a part or portion of the site on which the permanent work is proposed to be

constructed.

6. The "TENDER DOCUMENTS" shall consist of Short Tender Notice, General Instructions to

the Tender, General Conditions of Contract, Special Conditions of Contract, Specifications,

Drawings, Time Schedule Tender Form, Performa or Agreement Form Schedule of Rates, and

Addendum/Addenda to Tender Documents.

7. "THE CONTRACTOR” means may person or persons or firm or company whose Tender has

been accepted by NFL with the concurrence of the Owner, and the legal personal

representatives, successors and permitted assigns of such person, persons firm or company.

8. The "CONTRACT" shall mean the Agreement between NFL and the Contractor for the

execution of the works including therein all contract documents.

9. The "SPECIFICATIONS” shall mean the various Technical specifications attached and

referred to in the Tender documents. It shall also include the latest addition of relevant Indian

Standard Specifications published before entering into contract.

10. "The DRAWINGS” shall include Maps, Plans and Tracings OR Prints thereof with any

modifications approved, in writing by the Engineer-in-charge and such other drawings as may,

from time to time, be furnished or approved in writing by the Engineer-in-charge.

11. The "CONTRACT DOCUMENTS" shall consist of Agreement, Tender documents as defined

in Clause 6, 7 & 8 above, Acceptance of Tender and further amendments.

12. The "ALTERATION ORDER" means an order given in writing by the Engineer-in-charge to

affect additions to or deletion from and alterations in the works.

13. The "COMPLETION CERTIFICATE" shall mean the Certificate to be issued by the Engineer-

in-charge when the works have been completed to his satisfaction.

Page 23 of 24

14. The “FINAL CERTIFICATE” in relation to a work means the Certificate issued by the Owner

after the period of liability is over.

15. The “PERIOD OF LIABILITY” in relation to work means the specified period from the date

of issue of Completion Certificate upto the date of issue of Final Certificate during which the

Contractor stand responsible for rectifying all defects that may appear in the works.

16. ‘ZERO DATE’ shall mean the date of issue of LETTER OF INTENT (LOI) or issue of WORK

ORDER, whichever is earlier.

17. "GTC" means General Terms & Conditions of Contract.

Technical Terms and Conditions & Special Terms and conditions are succeeding to GTC. Any

clause under different head shall be succeeded by clause in the succeeding head

Page 24 of 24

Following information shall be filled by party

Tender No.: NFVP/MECH/AMM-I/TK-1801/Cont-12/2019-20

Name of Company Detail to be provided by party

Whether the party has submitted

the supporting document along

with tender document (Yes/No)

Contact Person

Type of Composition of firm

Power of attorney in the name of

person signing the tender documents

Tender FEE

Demand draft no. :

Date:

Bank name :

EMD

Demand draft no. :

Date:

Bank name :

PAN NO.

PF NO.

GSTIN Registration No.

Affidavit as applicable

Acceptance of NIT/GTC

MSME Status

Cancelled cheque

Declaration form I & II

MSME Declaration form F & A

PF registration certificate issue by RPFC

Unpriced SOQ marked as “quoted for

all item”