DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of...

35
Page 1 of 35 DECLARATION FORM Quotation No.:________________________ Date: ___/___/_____ Chief Manager (Mech.) M/s. National Fertilizers Limited Vijaipur-473 111 District Guna, Madhya Pradesh Subject: Tender for ARC for Painting of Equipments, Piping, Structures etc. for the year 2011-12 at N.F.L., 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 ARC for Painting of Equipments, Piping & Structures for the year 2011-12 at N.F.L., Vijaipurwork at the rates quoted in the attached Schedule of Rates and in accordance with the inspection, standards and instructions in writing of the Engineer In-Charge of M/s. National Fertilizers Limited and hereby, bind myself / ourselves to complete the work schedule and progress of work. I / We further agree to abide by the conditions of contract and to carry out all works within the specified time in accordance with applications, workmanship and instructions referred to in the Notice Inviting Tender. I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera branch, Branch Code: 8455. Details of my Bank A/c No. is as under: A/c No. in any Branch of SBI: ________________________________________ Name & Address of the Branch: ________________________________________ Branch Code: ________________________________________ In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself / ourselves to execute the contract as per the conditions mentioned in the tender document, failing which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the National Fertilizers Limited, Vijaipur. (Signature of Tenderer with Seal) Name: ________________________________ Address: ________________________________ ________________________________ Place: ________________________________ Date: ________________________________

Transcript of DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of...

Page 1: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 1 of 35

DECLARATION FORM

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

Chief Manager (Mech.)

M/s. National Fertilizers Limited

Vijaipur-473 111

District Guna, Madhya Pradesh

Subject: Tender for ARC for Painting of Equipments, Piping, Structures etc. for the year

2011-12 at N.F.L., 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 ARC for

Painting of Equipments, Piping & Structures for the year 2011-12 at N.F.L., Vijaipur” work

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

standards and instructions in writing of the Engineer In-Charge of M/s. National Fertilizers Limited

and hereby, bind myself / ourselves to complete the work schedule and progress of work.

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

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

Notice Inviting Tender.

I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera branch,

Branch Code: 8455. Details of my Bank A/c No. is as under:

A/c No. in any Branch of SBI: ________________________________________

Name & Address of the Branch: ________________________________________

Branch Code: ________________________________________

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

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

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

National Fertilizers Limited, Vijaipur.

(Signature of Tenderer with Seal)

Name: ________________________________

Address: ________________________________

________________________________

Place: ________________________________

Date: ________________________________

Page 2: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 2 of 35

DECLARATION FORM

THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR

Sr. Description YES / NO

(If Yes, give the following details)

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.

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 No

4 Service Tax Registration No. (Documentary proof to be

attached)

Service Tax Break-up

Material Component (in % of

quoted rates)

Service / Labour Component

(in % of quoted rates)

Applicable Rate of Service

Tax on Service / Labour

Component

(Signature of Tenderer with Seal)

Name: ________________________________

Address: ________________________________

________________________________

Place: ________________________________

Date: ________________________________

Page 3: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 3 of 35

FORM-1

The offer against the subject job shall be submitted by the Contractors/Firms/Companies along with

the following information /documents complete in all aspects:-

1 Name of Applicant/Firm/Company i)Nationality ii) Full Address

2 Company Profile

A Whether i) Private Limited Company ii) Un-divided Hindu Family/Individual iii) Partnership Firm (Please attach certified copy

of partnership deeds/articles of association and memorandum of

association and power of attorney who is signing documents on behalf of applicant/firm/company).

B Year of Establishment

C Name of Bankers and their full address. (Solvency Certificate to be

submitted on enclosed Performa - II)

D Details of Equipment/ Machinery/Tools etc. owned by the Firm. (attach separate sheet)

E Details of Staff Working with the Firm (attach separate sheets)

F Place of Business.

3 Provident Fund Code No./ ESI Code No. (duly certified copy to be

enclosed)

4 Sales Tax/CST Registration No. (duly certified copy to be enclosed)

5 Details of Labour Licence (duly certified copy to be enclosed.)

6 Income Tax Permanent Account Number (PAN) (duly certified copy

to be enclosed.)

7 Service Tax Registration Number (duly certified copy to be

enclosed)

8 Annual Turnover during the last three financial years (Certified copy

of P&L Account and Balance Sheet etc. to be enclosed.).

9 List of works executed (Details to be provided as per attached

Performa-2)

10 Has the applicant or any of his partner or shareholders been black

listed or delisted or put on holiday list from the approved list of

contractors or demoted to lower class or Order passed, banning/suspending business with the Applicant etc. by any Deptt, in

the past? If Yes, please give the details.

11 A list of those persons who are working with the Applicant in any

capacity and who are near relatives to any of the employees of the Owner (NFL) or in the Ministry/Department should be submitted

(Names are to be intimated if employment given to such persons at

later date).

12 Declaration by Contractors: All the information filled herein and attached hereto are true to the

best of my knowledge and belief. It is further certified that I/We will

not get myself/ourselves registered under more than one name.

Note: Please attach separate sheets for the details, wherever, necessary.

Signature of authorized person of the Firm/Company with seal

Page 4: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 4 of 35

Form-II

Interested party is to submit the following with signed documentary proof.

S.

No.

Description Details of the Number

1 PF registration No / ESI registration No.

2 PAN (Income Tax Permanent Account

No.)

3 a) Service Tax Registration No.

b) Accounting Code No.

c) S.T. Code No.

4 Labour License No. (In general)

Labour License No. (Madhya Pradesh)

5 Year in which the party was established

Signature of the Contractor with Seal

Page 5: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 5 of 35

Form -III

Offer shall be submitted by the interested party along with the signed documentary proof of

the following.

S.No. Description Status Remarks

1 Certified copy of last 3 year‟s

P&L account

Yes/No.

2 Employer of the party is whether

related with any NFL employee or

not. If yes, give the details.

Yes/No.

3 Bank reference/Bank solvency

certificate on Performa enclosed as

Performa-I.

Yes/No.

4 Is the party enlisted / prequalified

with any other Govt. Deptt./Public

Ltd. Company? If yes, give the

details with the documentary

evidence.

Yes/No.

5 Financial capability of the party

with balance sheet (latest balance

sheets to be attached)

6 Status of the party (whether Pvt. /

partnership / Public Ltd.,

partnerships deed/article of

association.)

Signature of the party/Contractor with seal

Page 6: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 6 of 35

PROFORMA NO. –1

BANK REFERENCE LETTER/SOLVENCY CERTIFICATE

(On Bank’s Letter Head)

Certified that M/s ………………………………………………………………at (address)

……………………………………………………………is having an account in our bank as per

following particulars:-

1. Type of Account : Cash-Credit/Current/Savings

2. Bank Account No. …………………………………

3. Cash-Credit/O.D. Limit (If any) :NO/YES, for Rs. ………………

4. Since when holding Account? …………………………

5. Financial Standing & Soundness : .SOUND/POOR

6. Dealing & Conduct of the Party : Satisfactory/Un-satisfactory

7. Any other comments ………………………………………………

This is issued on the request of M/s ………………………………………………………...

for submission to M/s. National Fertilizers Limited, Vijaipur, Distt. Guna (MP)

(Signature of Bank Manager)

Date :

Place :

Seal :

Page 7: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 7 of 35

PROFORMA NO. –2

Eligibility Criteria of Parties W.R.T. Experience:

S.No Description Financial

Year

Annual Turnover (Details of the

documents to be submitted)

1 Average Annual Financial turnover

during last three years ending

31st

March of the previous financial

year.

2007-08

2008-09

2009-10

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

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

either of the following:-

a Three similar completed work

costing each not less than the

amount equal to 40% of the

estimated cost (Estimated cost: Rs.

52.95 Lakhs).

(Please attach copies of the work

orders along with the Performance

/ Completion Certificate)

1 Work Order Ref. No.

Name of Company

Contract Value

Contract Period

2 Work Order Ref. No

Name of Company

Contract Value

Contract Period

3 Work Order Ref. No.

Name of Company

Contract Value

Contract Period

OR

b. . Two similar completed work

costing each not less than the

amount equal to 50% of the

estimated cost (Estimated cost: Rs.

52.95 Lakhs).

(Please attach copies of the work

1 Work Order Ref. No

Name of Company

Contract Value

Contract Period

Page 8: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 8 of 35

orders along with the Performance

/ Completion Certificate))

2 Work Order Ref. No

Name of Company

Contract Value

Contract Period

OR

c. One similar completed work

costing each not less than the

amount equal to 80% of the

estimated cost (Estimated cost: Rs.

52.95 Lakhs).

(Please attach copies of the work

orders along with the Performance

/ Completion Certificate))

1. Work Order Ref. No

Name of Company

Contract Value

Contract Period

NOTE:

1. Similar Work means work employing same Technology, Nature of Job and skill but

quantities can vary. 2. Self attested documentary evidences for Annual Turnover to be enclosed.

3. Self attested documentary evidences for Work Orders given above to be enclosed. 4. Self attested documentary evidences for Performance/Completion Certificate of above given

Work Orders to be enclosed.

5. The Tenderer may also attach the copies of the other Work Orders / Completion Certificates, apart from the requirement detailed above.

Signature of the Party/ Contractor with seal

Page 9: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 9 of 35

PRESENT COMMITMENTS PROFORMA NO. – 3

Tenderer shall furnish the details of their present commitments strictly as per this Performa.

Sr.

No. Name of work

Name & address of

Client with the name

of person under

whom the work is

being executed

Contract

Value

Brief description of

work

Contracted

date of

completion

with the date

of start of

work

% age

completed

as on date

Expected

date of

completion

of balance

work with

approx.

value of such

balance

work

Certified that the above information is correct.

(SIGNATURE OF TENDERER)

Name ________________________________

Date _________________

Place _________________

Page 10: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 10 of 35

INFORMATION REGARDING EQUIPMENT

WHICH THE TENDERER PROPOSES TO USE FOR THIS WORK PROFORMA NO. - 4

Sr.

No Description Quantity Make Capacity Owner

Approx., date

when it will be

deployed at site

Period of

attention at

site

Certified that the above information is correct.

(SIGNATURE OF TENDERER)

Name ________________________________

Date ________________

Place ________________

ELIGIBILITY CRITERIA OF PARTIES W.R.T. EXPERIENCE

Page 11: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 11 of 35

TENDER DOCUMENTS

FOR

ANNUAL RATE CONTRACT

FOR

PAINTING

OF

EQUIPMENTS, PIPING, STRUCTURES ETC.

FOR

THE YEAR 2011-12

AT

N.F.L., VIJAIPUR

VIJAIPUR UNIT

MECHANICAL DEPARTMENT

Page 12: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 12 of 35

Annexure-I

I. TECHNICAL TERMS & CONDITIONS:

1. Scope of Work:

The Contractor‟s Scope of Work includes but not limited to the following:

1.1. Complete supply of all painting materials, transportation of materials to site, storage

at site, handling, unpacking, disposal of packing material, providing scaffolding,

cleaning, surface preparation, application testing and retouching (with paint) for

Equipments, Piping and Structures etc. at his cost, except where otherwise specified

as per Engineering Standards and Technical Specifications indicated herein and

instructions of Engineer-in-charge.

The work involves painting of Equipments, Moving Machineries, Piping and

Structural etc., which may include but not limited to items as mentioned below :

i. Steel structures: Platforms, Ladders, Hand Rails, Gratings, Staircases,

and other Plant Structures.

ii. Static Equipments: Tanks, Ducts, Heat Exchangers, Ejectors, Heaters,

Towers, Vessels etc.

iii. Machineries: Compressors, Turbines, Fans, Motors, Blowers and

Pumps Cranes, Vehicles etc

iv. Piping: Piping, Valves, Safety Showers, Safety/Control

Valves, other in-line instruments, Supports,

Mountings and Fire Hydrants etc

1.2. Writing of identification marks on Vessels, Machines, Equipments and Piping as

follows irrespective of whether painting of the same has been included in

contractor's scope or not.

1.3. All Machineries, Vessels, Equipments shall have name and respective code numbers

stencilled in either black or white paint with or without background strip with

yellow paint as desired by Engineer-in-charge on the body/foundation. All

letters/numbers stencilled shall be unbroken.

1.4. Identification Colour Bands shall be added at an interval of 10 metres and at

Junction, Valves, and Walls etc. The relative proportional width of the first colour

band and subsequent colour bands should be maintained and, the minimum width of

the narrowest colour band shall be 25 mm. The ground colour shall extend

sufficiently on both sides of colour to avoid confusion. In case the paint in the

colour and quality specified for a particular pipe and service is not available,

synthetic enamel of specified colour (suitable to resist temperature) shall be used for

colour bands. The colours for identification colour bands against each service shall

be decided by Engineer-in-charge at site. The payment of Colour Bands shall be

made on the basis of painted area.

1.5. The direction of flow shall be marked by arrows of suitable size and at suitable

intervals as per instructions of Engineer-in-charge.

1.6. Arrow marks of proper size shall be painted, indicating direction of rotation of

rotating equipments, direction of flow near valves etc.

1.7. Pipe lines carrying toxic and hazardous fluids shall be painted with

hazard marking of equal diagonal stripes of golden yellow and black at suitable

intervals.

1.8. The date of painting shall be indicated on the equipment as directed.

Page 13: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 13 of 35

1.9. The following surfaces shall not be painted:

1.9.1. Insulated surface of equipments & pipes, except colour coding, wherever

required.

1.9.2. Aluminium, galvanized iron, stainless steel, brass, copper and other

nonferrous material, plastic / plastic coated material, asbestos cement unless

specified otherwise.

1.9.3. Concrete Structures unless specified.

1.9.4. Name plates.

1.9.5. Valve stems, control valve/safety valve springs, shafts or wearing surfaces.

1.9.6. Tags/name plates attached to the equipment/machineries and piping etc.

shall not be painted / removed during painting job. Failing to comply with

above, the contractor may be required to replace the tag/name plate.

1.10. The contractor should provide sufficient number of drop cloth and shall exercise

care to protect all finished surfaces of floors and other work and shall immediately

remove all the spotters and stains/marks from such surfaces. He shall also take care

to avoid falling of paint on the moving element of equipments. Whenever required

by Engineer-in-charge the contractor shall use his own tarpaulins to avoid falling of

paints on finished products or running equipments.

1.11. It shall be responsibility of the contractor to ensure that as and when work is over

the floor and all other things around are cleaned and that no paint or stains are left

anywhere. In particular he will ensure that all glass panels are properly cleaned

after painting.

1.12. The contractor shall daily remove all the waste material as well as the empty

containers, packing cases etc., from work sites. The contractor shall be

responsible for final clearance of the site of work after completion of entire

painting work. In case of non clearance by the Contractor, NFL has a right to

recover the cost of the same from the Contractor.

1.13. The contractor shall deploy/maintain adequate no. of workforce for smooth running

and timely completion of the job.

1.14. All Dimensional Measurements should be properly recorded by the Contractor &

complete Record to be submitted to Engineer In-Charge after completion of the

work.

1.15. Surface Preparation shall be done as per the detail given in Clause No. 8.1: Surface

Preparation.

1.16. Paint Application shall be done as per the detail given in Clause No. 8.2: Paint

Application.

2. Time Schedule:

2.1. 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 Rs.100.00 at Vijaipur, within 15 (Fifteen) days of date

of issue of the Work Order or start of work whichever is earlier. The cost of

stamp paper shall be borne by the Contractor. The Agreement to be executed will

be in the Agreement Form to be specified by NFL.

Page 14: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 14 of 35

2.2. Contractor shall bring in the Paint Material, Metallic Scaffolding Materials,

Personal Protective Equipments etc., as per the detailed List given in Table-3,

within 30 days of issue of LOI / Work Order. Paint shall be procured directly

from the Paint Manufacturer or its Authorized dealer and shall submit original

Invoice and Manufacturer Test Certificate before entry of the material in NFL

factory premises.

2.3. The Contractor shall execute each job against sub work order to be issued by

concerned Engineer-in-charge. The mutually agreed time schedule shall be recorded

on sub work order.

For jobs of critical nature, separate time bound sub-work order will be issued by

Engineer-in-charge. The contractor must adhere to such time schedule.

2.4. Extension of time to the extent the work has been held up will be granted by the

Engineer-in-charge on a request to be made by the Contractor within a period of 7

days from the date of the event necessitating such extensions. The extension of time

allowed by the Engineer-in-charge will be final and binding. No extension of time

shall be given for delay, if the cause of delay is attributable to the contractor.

3. Contractor’s Scope:

3.1 All Tools & Tackles, Hardware and other facilities such as Ladders, Scaffoldings,

Platforms etc. and any other material required for carrying out the job.

3.2 All scaffolding material including erection and dismantling of scaffolding as per site

requirement to carry out the painting works. The scaffolding shall be of steel tubes

only with proper clamping arrangement and Metallic Scaffolding Jali.

Minimum requirement of the scaffolding material is as per Table: 3 / Sr. 19.

3.3 Construction of Store cum office inside the factory premises on the space

provided by NFL.

3.4 Sand Blasting Equipment like Hopper, Mixing Nozzle, Air Hose 30 Meters Single

Length etc as per requirement.

3.5 All Consumables like Sand, Wire Brushes, Emery Papers, Cotton Waste, Paint

Brushes etc.

3.6 Personal Protective Safety Equipments like Safety Helmets, Safety Goggles, Face

Shields, Full Body Harness Safety Belts, Hand Gloves etc.

3.7 Supervision of job shall be in Contractor‟s scope. However, a close liaison shall

be maintained with the NFL‟s Engineer In-Charge for day-to-day progress of the

job.

3.8 To & fro Local Travelling of their staff and workers from work site to their place

of stay.

3.9 Shifting of material, including scrap, from Central Stores to Site & vice versa

3.10 Laboratory Test, if any, shall have to be arranged by the Contractor at his own cost

as directed by the Engineer In-Charge.

3.11 The Contractor shall make all the necessary security arrangements, at his own

cost, for his office & stores, to ensure safety of all equipments / material.

3.12 During monsoon and at other time, it shall be the responsibility of the Contractor to

keep the work site & stores free from water & ingress of moisture at his own cost.

No compensation for any damage due to rain, storm etc., during execution of work,

shall be made by NFL.

Page 15: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 15 of 35

4. NFL’S SCOPE:

The NFL shall provide the following required for carrying out the above work:

4.1. Hand Lamp (24V) for Lighting inside the Closed Vessel area as per requirement..

4.2. Air at a pressure of 4 kg/cm2 (g) (Minimum) as per requirement.

4.3. Lodging for Contractor‟s staff and workmen, if required, on chargeable basis,

subject to availability.

4.4. Space inside the factory premises for Store cum Office construction.

4.5. Medical facilities, as available in NFL Hospital, on chargeable basis.

5. Execution of Work:

5.1. The work shall be executed strictly in accordance with the terms & Conditions laid

down in this tender documents such as:

5.1.1. Technical Terms & Condition (Annexure-I)

5.1.2. General Terms & Conditions of the Contract (Annexure-II)

5.1.3. Schedule of Rates (Annexure-III)

5.2. Drawings, documents, details supplied by Engineer-in-Charge from time to time.

5.3. Relevant Indian Standard Specification, codes of practice etc., whether specifically

mentioned in the Tender Document or not. However, a detailed list of Indian

Standard Specification, relevant for the contract is given as Table-1.

5.4. The contractor may have to execute the work in co-ordination with the other

agencies, depending upon the requirement, in order to reduce overall down time.

For such job the detailed program will be conveyed to contractor in advance. You

will execute your work in such a manner so as to cause least interference in the

work of other agencies. No claim, whatsoever shall be entertained as additional cost

for any such conditions by NFL. The Engineer-in-charge will co-ordinate the

activities of the various agencies & the contractor shall adhere to the instructions of

Engineer-in-charge in this regard.

5.5. The contractor will maintain sufficient working staff as well as supervisors. He will

increase the staff adequately depending upon the quantum of job from time to time

and will provide them sufficient tools and consumables etc.

5.6. Work shall be carried out strictly in accordance with the schedule of Rates.

Tenderers shall quote labour supply rates for works as required. These labour

supply rates are meant to cover extra works, if any, which are not covered in item

rates of the “Schedule of Rates”. Labour jobs will be carried out under special

conditions only regarding which separate written instructions will be given by the

Engineer-in-charge.

5.7. If at any time in the opinion of Engineer In-Charge, the Contractor has fallen behind

the Schedule, the Engineer In-Charge may, without any extra cost to NFL, take

remedial measures as required to improve the progress such as but not limited to:

5.7.1. Employ overtime operations.

5.7.2. Increase the number of shifts.

5.7.3. Work on Sundays and holidays.

5.7.4. Increase his resource deployment

Page 16: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 16 of 35

The Contractor in such case shall demonstrate the manner as to how he proposes to

adhere to the Schedule and make up the lost time in a period to be specified by

NFL.

6. Mutually Agreed Damages: Adhering to time schedule is of paramount

importance. The contractor shall complete the work within the specified time. In the

event of failure, mutually agreed damages @ 1% of the value of the sub work order per

day or part thereof subjected to maximum of 10% of the value of the sub work order will

be leviable.

7. Tools and Equipments:

7.1 All tools & Tackles, brushes, rollers, spray, blast material and other equipments

whatsoever used shall be suitable for the work in good order and supplied by the

Contractor. Besides above, contractor shall also arrange scaffolding etc. for the job

at his own cost.

7.2 Mechanical mixing shall be used for all paint mixing operation except that the

Engineer-in-charge may allow hand mixing of small quantities at his discretion.

7.3 For blast cleaning and spray painting, compressed air supply shall be made

available by NFL free of cost.

8. Painting Procedure:

8.1. Surface Preparation:

8.1.1. A surface should be cleaned Mechanically either by hand brush / buffing,

emery paper, water cleaning etc. or combination of all above to remove all

rust lose paints, peeled off paints, grease, oil and foreign material on the

surface where paint shall be applied.

8.1.2. The surface should be coated within four hours of surface preparation

operation. In case it is not painted within four hours the same shall be again

prepared before application of paint. It at any surface the paint has badly

peeled off or the surface has got badly corroded the n the contractor shall

completely remove the paint / primer and clean the surface completely as per

good Engineering Practice and Painting Standards.

8.1.3. No sharp scratches or cuts shall be made on the surface from cleaning

operations. In case the primer could not be applied the same day, through

cleaning to be done again the next day and 1st coat of primer to be applied

after taking clearance from Engineer-in-charge.

8.1.4. Special care to be taken to thoroughly clean weld joints, corners, crevices,

bottom portion of pipe lines, base plates of columns, using pneumatic rotary

sanders, rotary wire brushes and special shaped wire brushes so as to

approach difficult to reach areas.

8.1.5. After thorough cleaning of the surface the area is to be got inspected from

Engineer Incharge and clearance may be taken for paint application.

8.1.6. Before 1st coat of primer touching up/Stripe coat is to be applied on all the

badly rusted/pitted surfaces i.e. weld joints, corners, crevices and base plates

of columns etc.

8.2. Paint Application:

8.2.1. Before the application of paints, contractor shall obtain approval from

Engineer-in-charge. Selection of paints for various surfaces & service

conditions, Paint Specification, DFT etc. shall be as per the Guidelines

attached as Table-4 and instruction of Engineer-in-charge.

Page 17: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 17 of 35

8.2.2. For the identification of pipelines, the colour code as per Table-2 shall be

used. However, the instruction of Engineer-in-charge in deciding the colour

coding for a particular service pipeline shall be final.

8.2.3. A freshly prepared bare steel surface is particularly liable to rust. The

interval between surface preparation and painting shall, therefore, be as short

as practicable (especially if there is danger of condensation) and in no case

longer than 4 hours. Unless a particular method of application is specified,

Primers and Finish Coats may be applied by brushing, conventional air or

airless spraying or roller coating. Regardless of the method selected, the

equipment or tools for application must be clean and in good workable

condition. The application procedure shall be in accordance with the

recommendation of the paint manufacturer and IS: 1477, Part 2.

8.2.4. Paint shall not be applied in rain, snow, fog or mist or when the relative

humidity is such as to cause condensation on metal surface

8.2.5. Paint shall not be applied when the surrounding air temperature is below 2°

C, nor when temperature is expected to drop to 1° C before the Paint has

dried.

8.2.6. All surfaces shall be perfectly dry before and while being painted.

8.2.7. All ingredients in any container of Paint shall be thoroughly mixed before

use and shall be mechanically agitated continuously during application to

keep the Paint in suspension. Dry pigments, which are separately packed,

shall be uniformly blended into Paints.

8.2.8. Thinner shall not be added to the Primer or Paint (unless required by the

manufacturer's instructions and then only of the type and quantity

recommended subject to maximum of 5%).

8.2.9. Where Two or more Coats of Finish Paint is indicated, they shall be

applied in two different shades to ensure that two or more Coats are

applied. The shade of each coat shall be decided by N.F.L. Engineer-in-

charge.

8.3. Paint Application Method:

In general Painting shall be carried out by hand brush. However, at few areas

painting by Spray Gun or Roller may also be carried out as per the direction of

Engineer-in-charge.

8.4. Paint Thinning and Mixing

All ingredients in any container of paint shall be thoroughly mixed before use and

shall be mechanically agitated continuously during application to keep the paint in

suspension. Dry pigment which is separately packed shall be uniformly blended into

paints.

Thinner shall not be added to the primer or paint (unless required by the

manufacture‟s instructions and then only of the type and quantity recommended)

subjected to maximum 5%.

8.5. Paint Storage

All paints and painting material shall be stored only in such rooms assigned for the

purpose. All necessary precautions shall be taken to prevent fire. The Storage

building shall preferably be separated from adjacent buildings. A signboard bearing

the words “PAINT STORAGE, NO NAKED FLAME” shall be clearly displayed

outside and shall be adequately protected with fire fighting equipment.

Page 18: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 18 of 35

9. Inspection and Testing:

9.1. The paint scheme for the work will be as per specifications and standards. All sealed

paint tins brought in for this work should be got approved by Engineer-in-charge

before opening it and applying it anywhere. The brand of paint along with

manufacturer‟s material and test certificates must be submitted to the Engineer-in-

charge before bringing the material inside the factory area for the above work. This

procedure is to be adopted for each batch of paint to be brought at the site. The

supply of paint shall be arranged from any of the following approved manufacturers.

However, the approval of equivalent paints of following selected suppliers shall be

taken from Engineer-in-charge in advance.

9.1.1 M/s Berger Paints

9.1.2 M/s. British Paints

9.1.3 M/s Garware Paints

9.1.4 M/s. Aquolac Paints

9.1.5 M/s Shalimar Paints

9.1.6 M/s Jenson & Nickolson

9.1.7 M/s Asian Paints

9.1.8 M/s Goodlas Nerolac

9.2. Primers, Paints and Thinners must be purchased directly from manufacturers or their

authorized dealers only. All material must accompany the manufacturer‟s test

certificates. All test certificates indicate batch no. correlating with the paint

supplied.

In case such certificates are not available, the Engineer-in-charge may direct the

contractor to have the materials tested in accordance with the relevant IS

specifications at outside laboratories and all costs thereof shall be borne by the

contractor.

9.3. Before procurement of paint, the contractor shall bring the standard shade catalogue

of manufacturer and get it approved from Engineer-in-charge.

9.4. In case of doubt, Engineer-in-charge may ask for additional tests of material(s)

accompanied by manufacturer‟s test certificates. In such an event the contractor

shall have to arrange tests and NFL shall reimburse the costs of these tests to

contractor at actual on production of documentary evidence.

9.5. The surface preparation must be given due considerations, as the life of coated

paints, depends upon the surface preparation. No extra claim whatsoever in this

regards shall be entertained by NFL.

9.6. The work will be inspected by our Engineer In-Charge from time to time as well as

on its completion. The work will have to be completed to the entire satisfaction of

the Engineer-in-Charge. The entire work, covered by this Contract, shall be

subjected to Stage Inspection as given below:

9.6.1 Prior to Painting:

9.6.1.1 Material.

9.6.1.2 Dilution.

9.6.1.3 Surface Preparation.

Page 19: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 19 of 35

9.6.2 During Painting:

9.6.2.1 Number of Coatings.

9.6.2.2 Drying Time.

9.6.3 After Completion of Painting:

9.6.3.1 Paint Film Thickness.

9.6.3.2 Finish Colour.

9.6.3.3 Appearance.

9.6.3.4 Identification Mark.

9.7. Dilution of Paint shall be checked to meet the requirements specified by paint

manufacturers.

9.8. Drying duration shall be in accordance with recommendations of paint

manufacturers. Dryness of previous Paint shall be ensured before subsequent

Coating.

9.9. Final inspection shall include measurement of Paint Film Thickness, checking of

Finish and Workmanship. The Thickness should be measured at least at 20 points

and should be as per the specified Thickness. This would exclude Dry Film

Thickness of residual shop Primer, if applied.

9.9.1. The procedure for Paint Dry Film Thickness measurement is as follows:

9.9.1.1. Initial DFT measurement prior to Primer application after Surface

Preparation.

9.9.1.2. DFT measurement after applying each Coat.

9.9.1.3. Final DFT measurement after applying Finish Coat.

9.9.2. The differences of above readings shall be as per the specifications for a

particular Paint. The film thickness shall be within +10% of specified

thickness.

9.10. Tint of Finish colour shall be checked visually. It shall also be checked that the

coated surface are free from any detrimental film irregularities such as lifting,

peeling, crack and non-adherence.

9.11. At the discretion of NFL, the paint manufacturer may also be associated with the

inspection of the paint work to ensure satisfactory application in conformity with

the procedure laid down by them. Any defect pointed out by the paint manufacturer

shall be made good.

9.12. Contractor shall keep records of the Inspection in a register maintained by him

under guidance of Engineer-in-charge. The payment shall be made on the basis of

certification by Engineer-in-charge after proper surface preparation, primer

application and final paint application, after completion of work in respects for

particular section of pipelines/structures etc.

9.13. Contractor shall immediately rectify the defect(s) noticed at any stage of inspection

to the entire satisfaction of Engineer-in-charge, before proceeding next stage. In

case of failure, either contractor has to repeat the complete job or no payment shall

be made to them. Irrespective of the inspection, repair and approval of immediate

stages of, the contractor shall be responsible for making good the defects found

during final inspection and during defect liability period.

Page 20: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 20 of 35

9.14. Contractor shall provide thickness measuring instrument (Elkometer), access ladder,

lighting, personnel and any other necessary items, for the purpose of inspection, at

his own cost.

9.15. The stores of the Contractor can be inspected by Engineer In-Charge or his

authorized representative for any such materials which are not brought inside and

these shall be considered as not the property of Contractor. No tools & tackles shall

be removed from the site without prior permission of Engineer In-Charge.

9.16. The Contractor shall ensure expert technical service at site from the paint

manufacturer immediately, as and when required by the Engineer-in-charge free of

cost and without any obligation.

10. Measurement of work:

10.1. All measurement shall be in metric system. All the works in progress will be jointly

measured by the representative of Engineer-in-charge and the contractor‟s

authorized agent, as per the relevant standard/method outlined in the special,

General Terms & Condition of the contract. Such measurement will be got recorded

in measurement book by the Engineer-in-charge or the authorized representative

and signed in token of acceptance by contractor or his authorized representative.

10.2. 20% counter checking of the measurement shall be carried out by one of NFL‟s

concerned senior officer.

10.3. Piping:

10.3.1. Payment will be made on linear measurement along with the centreline

through Flanges, Valves and all types of fittings.

10.3.2. Rates of paintings of pipes shall be inclusive of all types of Valves

(including Instrument Control Valves), all types of pipe supports

(including guide, shoes, saddles, clamps etc., and all types of fittings. No

separate measurement for the purpose of payment will be made on

providing Colour Bands, Hazard Signs, Fluid Description, Line Number,

Arrows etc. and the rate quoted for painting shall be inclusive of all these

costs.

10.3.3. In the case of insulated pipes and non-ferrous pipes etc. which will not

require complete painting, the measurement shall be made only for the

length of section including valves, flanges and fittings on which ground

colour is applied. No separate measurement for payment shall be made

for applying colour bands above the ground colour. For the purpose of

payment nominal pipe size for insulated pipes will mean diameter

outside insulation.

10.4. Steel Structure / Gratings:

10.4.1. Measurement for the painting work executed on Steel structure shall be

made in Squire Meter of the structure painted.

10.4.2. Welds, Bolts, Nuts, Washers etc. shall not be measured and the rates quoted

shall be inclusive of painting such item.

10.5. Vessels, Tanks, Heat Exchangers etc.:

Measurement for the painting work executed on equipments like Vessels, Tanks,

and Exchangers etc. shall be made on Squire Meter basis. In case of vessels and

Tanks computation shall be based on diameter and length / height without any

addition or subtraction for nozzles attachments, openings etc. and the rates quoted

will be deemed to include the necessary allowance for the same. The rate quoted for

Page 21: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 21 of 35

painting of equipment will be deemed to include cost for provision for identification

marks like Equipment Number, Name Hazard marking, if any and no separate

measurement for payment will be made for these works.

10.6. In case of build up sections like steel boxes consisting of channels welded face to

face, where painting is not possible on the inside, corresponding deduction for the

area not painted shall be made while measuring the quantity. Also in case of other

structures like angles, beams, channels etc. where painting is not possible on the

inside, corresponding deduction for the areas not painted shall be made while

calculating the total quantity.

10.7. Supporting structure shall not constitute the part of platform.

10.8. Bunkers, Transformers etc.:

For Bunkers, Transformers etc. having irregular shapes, payment shall be

specifically defined in the Schedule of Rates or wherever this is not defined, the

payment shall be made on the basis of squire meter of the surface painted. The

measurement of which shall be taken on the basis of overall dimensions. No extra

payments shall be made for any attached structures / projected parts separately and

the rates quoted will be deemed to include necessary allowance for the same.

10.9. Moving Machineries (Pumps, Motors, and Compressors etc.)

For Moving Machineries having irregular shapes, payments shall be specifically

defined in Schedule of Rates or wherever it is not defined, the payment shall be

made on the basis of the squire meter of the surface painted. The area for painting

shall be calculated on the basis of minimum box measured in three point i.e.

elevation on the basis of minimum box and top view. The total area to be painted

shall be as = 2A + 2B + 2C, where area in elevation is A, area in side view is b &

area in top view is C.

Page 22: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 22 of 35

Table 1: Reference Codes & Standards:

Sr. Standard No. Standard Nomenclature

1. IS: 5 Colour for ready mixed paints

2. IS: 101 Methods of test for ready mixed paint and

enamels

3. IS: 150 Specification for ready mixed paint, brushing,

bituminous black lead free acid, alkali, water

and heat resisting for General Purposes.

4. IS: 1477 Part 2 Codes of practice for painting

5. IS: 2074 Specification for ready mixed paint, Red Oxide

Zinc Chromate Primer

6. IS: 2339 Aluminium Paints

7. IS: 363 Ready mixed paint, exterior, General purpose

8. IS: 2379 Colour codes for Pipelines.

9. Swedish Standard

No.: 05-5900:1967

This standard contain photographs of various

standards on four different degrees of rusted

steel and as such is preferable for inspection

purpose.

Page 23: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 23 of 35

Table 2: Colour Codes for Pipe Lines as per IS: 2379

Sr.

No.

Service Ground colour First Band Second Band

Colour IS

No.

Colour IS

No.

Colour IS

No.

1 Ammonia Gas/Liquid Dark Violet 796 ---- ---- ---- ----

2 Nitrogen Canary Yellow 309 Black ---- ----

3 Synthesis Canary Yellow 309 Signal Red 537 Black

4 Carbon dioxide Canary Yellow 309 Light Grey 631 ---- ----

5 Fuel Gas Canary Yellow 309 Signal Red 537 White

6 Hydrogen Canary Yellow 309 Signal Red 537 French Blue 116

7 Process Gas Canary Yellow 309 Signal Red 537 White

8 Natural Gas Canary Yellow 309 Signal Red 537 Light Grey 631

9 Process Air Sky Blue 101 Signal Red 537 French Blue 116

10 Instrument Air Sky Blue 101 ---- ---- ---- ----

11 Instrument Air Wet Sky Blue 101 Signal Red 537 White

12 Service Air Sky Blue 101 Signal Red 537 Brilliant

Green

13 Cooling Water Sea Green 217 French Blue 116 ---- ----

14 Service Water Sea Green 217 French Blue 116 White

15 Sweet Cooling Water Sea Green 217 Black ---- ----

16 Ammonia Water Dark Violet 796 Canary Yellow 309 Light Grey 631

17 D.M. Water Sea Green 217 Signal Red 537 ---- ----

18 Drinking Water Sea Green 217 French Blue 116 Signal Red 537

19 Boiler Feed Water Sea Green 217 ---- ---- ----

20 Process Condensate Sea Green 217 Canary

Yellow

309 ---- ----

21 Steam Condensate Sea Green 217 Canary

Yellow

309 French Blue 116

22 Raw Water Sea Green 217 White ---- ----

23 Effluents Water Sea Green 217 French Blue 116 Black

24 Boiler Blow Down Sea Green 217 Signal Red 537 French Blue 116

25 Steam Low Pressure Silver Grey 628 French Blue 116 ---- ----

26 Steam Medium

pressure

Silver Grey 628 White ---- ----

27 Steam High Pressure Silver Grey 628 Signal Red 537 ---- ----

28 Seal Oil Light Brown 410 French Blue 116 ---- ----

29 Governor Oil Light Brown 410 White ---- ----

30 Lubrication Oil Light Brown 410 Light Grey 631 ---- ----

31 HPC Mixture Terra Cota 444 ---- ----

32 Hydrazine Dark Violet 796 Canary

Yellow

309 ---- ----

33 Phosphate Dark Violet 796 Light Grey 631 Canary

Yellow

309

Page 24: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 24 of 35

Table 3: Material Required Before Start of the Painting Work (All the

Paint materials shall confirm our NIT Annexure-I/Table: 4)

Sr. Paint Description Qty. (in Litres)

1 High Build Zinc Phosphate Primer 1000

2 High Build Chlorinated Rubber Light Grey 1000

3 High Build Chlorinated Rubber Dark Grey 1000

4 High Build Chlorinated Rubber Golden Yellow 200

5 Superior Quality Synthetic Enamel Paint Sea Green 300

6 Superior Quality Synthetic Enamel Paint Sky Blue 100

7 Superior Quality Synthetic Enamel Paint P.O. Red 200

8 Superior Quality Synthetic Enamel Paint Leaf Brown 100

9 Superior Quality Synthetic Enamel Paint Violet 20

10 Red Oxide Zinc Chromate Primer 500

11 Oleoresinous Aluminium Paint confirming to

IS:2339 suitable up to 200 deg C

200

12 Heat Resistant Silicon resin Aluminium Paint

suitable up to 500 deg C

60

13 Epoxy based Zinc Phosphate Primer 300

14 High Build Epoxy Paint Light Grey 500

15 High Build Epoxy Paint Dark Grey 500

16 High Build Coaltar Epoxy Paint 500

17 Full Body Harness Safety Belts 20 Nos.

minimum

18 Safety Helmets 40 Nos.

minimum

19 Scaffolding Materials with required clamps

(only Metallic Scaffoldings shall be used)

Minimum 100

Nos. Metallic

Scaffolding

Pipes of 6 mtrs.

length each &

25 Nos. Metallic

Scaffolding Jali

20 Scrapper Patti, Wire Brushes, Emery Papers, Cotton

Cloths, Paint Brushes and other Cleaning Tools

In sufficient

quantity

Page 25: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 25 of 35

Table 4: Selection and Application of Protective Coating - Primers & Finish Paints shall confirm to the following Specification:

1. Alkyd High Build Zinc Phosphate Primer

Composition - Modified alkyd medium with zinc phosphate pigments.

Application - Brush or Airless Spray. Film Thickness - 40-50 microns per dry coat. Drying time - Hard dry - Overnight Recoating - 24 hrs. 2. Red Oxide Zinc Chromate Primer

Type - Single pack Air Drying Composition - Modified alkyd primer with zinc chromate pigment. Application - By brush Film Thickness - 25-35 microns per dry coat Drying time - 4 - 6 hours. Recoating - 16 hours. 3. Epoxy Based Zinc Phosphate Primer Composition - Catalyzed epoxy resin/zinc phosphate Application - Airless spray, Air spray or Brush. Film Thickness - 35 microns per dry coat Recoating - Overnight. 4. Epoxy Based Zinc Rich Primer Composition - Epoxy resin / metallic zinc Application - Brush or Spray. Type - Two component. Mixing Ratio - Base to hardener 3:1 by vol. Pot life - 8 hours. Film Thickness - 40-50 microns per dry coat. Drying time - Surface dry - 2 hours

Hard dry - 8 hours Recoating - Overnight. 5. High Build Chlorinated Rubber Paint

Composition - Plasticized HB chlorinated rubber medium suitably pigmented. Chlorine content - Minimum 15% paint. Application - Brush or Roller. Film Thickness - 50 microns per dry coat. Drying time - Surface dry - 4 hours Hard dry - 8 hours Recoating - Overnight. 6. High build Epoxy Paint

Composition - Epoxy medium suitably pigmented Application - Airless spray, Brush or Air Spray. Type - Two component Mixing ratio - As per manufacturer's recommendation. Film Thickness - 100 microns per dry coat. Drying time - Surface dry - 12hours.

Page 26: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 26 of 35

Recoat Interval - 24 hrs min ,72 hrs max. Complete cure - 7 days. 7. Aluminium Paint

Composition - Oleoresinous Aluminium paint confirming to IS:2339 with good light reflection suitable upto 200 deg. C.

Application - Airless spray, Air spray or Brush/Roller. Film Thickness - 12-15 microns per dry coat. Drying time - 8 hours Recoating - Overnight. 8. Silicone Aluminium Paint Composition - Heat resistant silicone resin aluminium pigmented suitable upto 500 deg. C. Application - Airless spray, Air spray or Brush. Film Thickness - 25 microns per dry coat. Recoat interval - Overnight. 9. Synthetic Enamel Paint

Type - Single pack, air drying. Composition - Alkyd medium, pigmented with superior quality pigments. Finish - Smooth & high gloss Recoating interval - Overnight. Drying time - Hard dry - 6 to 8 hours. Solvent - General purpose thinner for air drying finished.

10. High Build Coal Tar Epoxy Paint Composition - Epoxy resin / coal tar blend suitably pigmented. Application - Brush/Airless Spray Film Thickness - 100-125 microns per dry coat. Drying time - Surface dry - 12hours Hard dry - 24hours. Recoatability Min. - 24hours. Max - 5 days. 11. High Build Black Bitumen Paint

Type - Single pack Air Drying Composition - Reinforced Bitumen with Phenolic Resin medium Application - Brush/Roller or Airless spray Film Thickness - 100 to 120 microns per dry coat. Drying time - 24 hours depending on climatic conditions. It may be necessary to allow 48 to 72 hours interval before applying second coat.

Page 27: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 27 of 35

Annexure-II

I. GENERAL TERMS & CONDITIONS:

1. Interested Tenderer, after studying all the tender documents carefully, may obtain

necessary clarifications, if any, in writing before tendering. The Contractor should satisfy

himself with the site conditions prevailing at the place of work. Submission of tender

implies that the Tenderer has obtained all the clarifications, required and shall be deemed

to have appraised himself of all the ground conditions at site including weather

conditions. No claim on ground of want of knowledge in this respect will be

entertained. No claim for extra charges consequent upon any misunderstanding or

otherwise will be allowed.

2. The 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.

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

3.1. Tenders submitted by Tenderer who resort to canvassing.

3.2. Tenders, which do not fulfil any of the conditions, laid down in the Tender

Documents or are incomplete, in any respect.

3.3. Tenders not accompanying the required details / Earnest Money.

3.4. Tenders received late / delayed.

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

4. If the Tenderer has relations whether by blood or otherwise with any of the

employees of the NFL, the Tenderer must disclose the relations in the Form of

Declaration attached, at the time of submission of Tender failing which NFL shall

reserve the right to reject the Tender or rescind the Contract.

5. The execution of the work may entail working in all the site and weather conditions and

no extra rate will be considered on this account. The Contractor may have to carry out

the jobs to work round the clock as per our requirement to be decided by the Engineer In-

Charge and the Contractor should take this aspect into consideration for formulating his

rates and quotation. No extra claim / overtime shall be paid on this account.

6. Validity of Contract:

6.1 The contract shall remain valid for a period of 12 (Twelve) months reckoned from the

date of its award. The job can, therefore, be got done any time during the tenure of the

contract. Normally, a Notice of 7 days would be given for starting the job but the

Tenderer should be able to mobilize within 24 hours, if the necessity so arises.

6.2 The contract can further be extended for a period of one year on the same rates,

terms & Conditions, if mutually agreed.

7. Quantum of Job:

7.1. The estimated value of work has been given on the basis of technical assessment

and indicates approximate quantities. However, the Contractor shall have to execute

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

remain firm for the increased or decreased quantities. However, NFL will not give

any guarantee for minimum billing or minimum quantum of work during the

contract.

7.2. The rate shall remain firm for any increased or decreased quantities.

Page 28: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 28 of 35

7.3. If the Contractor is unable to execute the work and any loss is incurred by the

contractor in this respect, it will be to the Contractor‟s account.

7.4. Contractor is supposed to quote for complete items of Schedule of Quantities and

Rates. NFL reserves the right to reject the incomplete tenders.

7.5. NFL reserves the right to interpolate the size of items of work that falls in between

items of lower and higher sizes.

7.6. NFL reserves the right to reject the tender of the party if the quoted rates are not

workable or if there is any deviation from the terms and conditions of NIT.

8. Escalation in Rates: The rates quoted will be firm till the currency of the contract

and will not be subjected to escalation irrespective of any increase whatsoever in labour

or material cost etc. The tenderer shall quote their rates inclusive of all taxes & duties

excluding Service Tax. No request for increase / decrease or inclusion of any taxes shall

be entertained afterwards.

9. Earnest Money Deposit: The Tenderer should make a deposit of Rs. 50,000/- (Rs. Fifty

Thousand only) as Earnest Money Deposit in the form of an A/c. Payee Demand Draft,

drawn on State Bank of India in favour of "National Fertilizers Limited, Vijaipur"

payable at Bavrikhera (Branch Code: 8455). The Earnest Money shall not be accepted

in any form other than specified above. Earnest Money should accompany the tender

in a separate envelope without which tender will not be opened and it will be

considered as rejected.

10. Security:

10.1. Initial Security Deposit (I.S.D.) @ 2.5% of the total contract value including

E.M.D. shall have to be deposited within 30 (Thirty) days from the date of issue

of Work Order.

10.2. Security Deposit (S.D.) @ 7.5% of the bill value shall be deducted from the

Running Bill of the Contractor so as to make the total recovery for Security

Deposit @ 10% (including I.S.D. & E.M.D.) of the gross value of work done.

E.M.D. shall be considered as part of the S.D. Alternatively, Performance Bank

Guarantee from any Nationalized / Scheduled Bank may be submitted for 10% of

the contract value. The Performance Bank Guarantee shall be valid till the expiry of

defect liability period. The Security Deposit shall be refunded after expiry of

Defect Liability / Guarantee Period. No interest shall be paid on E.M.D., I.S.D.

and S.D.

11. Billing Procedure for Works in Progress:

11.1. Measurement and Billing: All measurement shall be in Metric System. All the

works in progress will be jointly measured by the representative of the Engineer In-

Charge and the Contractor‟s authorized agent, as per methods outlined in the

General and Technical Conditions of the contract. Such measurements shall be got

recorded in the measurement book by the Engineer In-Charge or his authorized

representative and signed in token of acceptance by the Contractor or his authorized

representative. The Contractor will submit a bill in approved Performa in

triplicate to the Engineer In-Charge of the work giving abstract and detailed

measurements for the various items executed during a month before expiry of the

1st week of the succeeding month.

11.2. Running Account Payments: All running account payments shall be considered as

advance payment against the final bill payment and not as payments for work

actually done.

Page 29: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 29 of 35

11.3. Completion Certificate/Final Bill: The Engineer In-Charge shall normally issue

to the Contractor the completion certificate within one month after receiving an

application thereof from the Contractor after verifying from the completion

documents and satisfying himself that the work has been completed in all respects

in accordance with the instructions, specifications of contract documents. The

Contractor after obtaining the completion certificate is eligible to present the final

bill for the work executed by him. The final bill shall be prepared on the basis of

the final measurements entered in the measurement books / sheets. The final bill

shall be prepared in the prescribed Performa with reference to the total work

covered by the contract. Such bill to be drawn up applying the applicable rates

specified in the schedule of rates to the relative measured quantities. The final bill

shall also include all additional claims of the Contractor and considered as

conclusive. The final bill, complete in all respects, shall be submitted by the

Contractor within one month of the completion of work. No further claim shall be

allowed by NFL after this period

11.4. Final Certificate: Within 15 days of contractors application made after the

expiry of the period of defect liability provided in clause 12 here of satisfaction

of all liabilities of the contractor in respect there of the Engineer-in-charge that

the contractor has performed there obligations in respect of the defect liability

period and until issue of such final certificate, not withstanding issue of completion

certificate or payment of the final bill by NFL.

12. Period of Defect Liability: Tenderer will stand guarantee against the defective

workmanship and premature failure for a period of 12 months from the date of

completion of work. 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. In

the even of the contractor failing to rectify the job, NFL reserve the right to get the same

repaired at the risk & cost of the contractor PLUS 25% (twenty five percent)

Departmental charges, and the expenditure so incurred by NFL shall be adjusted towards

the Security Deposit /Performance Bank Guarantee and / or any other dues lying with

NFL. 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 (twelve)

months.

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

of his obligation in this regard just because no objection was raised by NFL 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 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.

13. Sub-Contracting: Sub-Contracting of the job will not be allowed without prior

permission of the owner, i.e., NFL, Vijaipur and shall be a ground for the termination of

the contract.

14. If the Contractor fails to fulfil his obligations under the contract, NFL shall have the right

to get the work done by the agency other than the Contractor, at the Risk and Cost of

the Contractor, till the expiry of the period of the contract.

Page 30: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 30 of 35

15. Termination of Contract:

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 15 (Fifteen) days notice in writing, if in its opinion; the work

under the contract is not being done to its satisfaction if:

15.1. At any time, the Contractor makes default in proceeding with the work / job with

due diligence and continues to do so after giving in writing a notice of 3 days from

the Engineer In-Charge, or

15.2. If the Contractor persistently disregards the instructions of Engineer In-Charge or

fails to take steps to employ competent or additional staff required or commits

default in complying with any of the terms and conditions of the contract and does

not remedy it or does not take steps to remedy it within 3 days after notice in

writing given to him by the Engineer In-Charge, or

15.3. If the Contractor obtains the contract with NFL as a result of ring tendering or other

non-bonafide methods of competitive tendering, or

15.4. If the Contractor assigns, transfers or sublets or attempts to assign, transfer or sublet

the entire work or any portion thereof without the prior written approval of the

accepting authority, or

15.5. If the Contractor abandons the contract.

15.6. If the Contractor becomes bankrupt / insolvent.

16. Consequences of Termination: If the contract is terminated by NFL for the reason

detailed under clause 15 or for any other reason whatsoever:

16.1. NFL reserves the right to get the work completed at the risk and cost of the

Contractor and to recover from the Contractor any amount by which the cost of

completing the work by any other agency exceeds the value of the contract, without

prejudice to any other remedies/rights/claims etc. that may be available with NFL.

16.2. Security Deposit/Performance Bank Guarantee Bond submitted by the contractor

shall stand forfeited.

16.3. The contractor shall have no right to claim any compensation for any loss sustained

by him by reason of his having entered into any commitment or made any advances

on account of or with a view to the execution of the works, or on account of

expected profits.

16.4. All the dues payable to the contractor for the work executed by him before and up to

termination shall only be released after making adjustments for the expenses,

charges, damages and expected losses etc. incurred by NFL as a consequence of the

termination of the contract.

17. Terms of Payment:

17.1. Payment against receipt of material: 60% of the value of the materials

procured by the contractor will be paid against Hypothecation bond and Insurance

Cover after receipt of material at site and after inspection and certification by NFL

Engineer-in-charge. This amount shall be recovered proportionately as per the

certification by NFL Engineer-in-charge from the running bills submitted by the

contractor. Any outstanding amount shall be recovered from the final bill.

17.2. Payment against the running bills: 90% payment shall be made through Electronic

Mode after making necessary recoveries for Income Tax, Sales/Works Tax,

Mutually Agreed Damages etc as applicable from time to time, including any

amendment or modification thereof., against submission of Bill after completion of

Page 31: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 31 of 35

the work and balance 10% shall be retained as Security Deposit as per clause 11 (in

case of non submission of PBG), which shall be paid after expiry of the Defect

Liability / Guarantee Period as per Clause-11. Such payments will be made in full

within 30 days of receipt of bill complete in all respects.

17.3. The following information shall be furnished and put in the second envelop

marked as Un-price Bid. The may be furnished along with the Tender:

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

Bank of India, Bavrikhera Branch, Branch Code: 8455, N.F.L. Complex,

Vijaipur-473 111, Dist. Guna, Madhya Pradesh.

17.3.2. The details of Tenderer's Account Number in any Branch of State Bank of

India.

17.3.3. Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the

Tenderer's Bank.

18. Tax Deduction at Source: Statutory deduction on account of Income Tax / Works Tax

& other Taxes on Works Contracts shall be made from the bill of the Tenderer at the

prevailing rates, as per Income Tax Laws / Commercial Tax Laws of M.P. at the time of

release of payment to the Tenderer.

19. 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.

20. Service Tax: The tenderer shall indicate separately the portion of the taxable

services (Percentage of Service Component in the quoted rates) on which Service Tax

shall be payable by NFL and the portion of the exempted services (Percentage of Material

Component in the quoted rates) representing value of goods sold to NFL, for which

necessary documentary proof shall be available with the tenderer.

The amount of Service Tax shall be reimbursed by NFL on submission of the

documentary evidence of the payment thereof. The tenderer must mention Service Tax

Registration/Service Tax code and the Accounting code in the invoice/receipts. The

tenderer shall indicate the Service Tax rate in his offer. Any variation in the rate shall be

to NFL‟s account during contractual period only.

21. Engineer In-Charge: The Engineer In-Charge shall have general supervision and

direction of the work. He has authority to stop the work whenever such a stoppage may

be necessary to ensure the proper execution of the contract. He shall also have authority

to reject all work, direct the application of forces to any portion of the work as, in his

judgment, is required and order force increased or diminished and to decide disputes

which arise in the execution of the work. The Engineer In-Charge reserves the right to

suspend the work or the part thereof at any time and no claim whatsoever on this account

will be entertained. In case of any dispute the Contractor may appeal to the Engineer In-

Charge whose decision shall be final and binding. The decision of the Engineer In-

Charge of National Fertilizers Limited shall be final in regard to all matters relating

to this Tender including for determining the category of work with reference to

material of an item not mentioned in the Scope of Work.

22. The Contractor may employ such employees / labourers, as he may think fit. Such

employees would be employees of the Contractor for all purpose whatsoever and shall

not be deemed to be in the employment of NFL for any purpose whatsoever. The

Contractor shall adhere to all the Laws, Rules and Regulations that may be in force from

time to time concerning the employment or service conditions of its employees. If under

any eventuality whatsoever, NFL is held liable or responsible in any manner whatsoever

for the default or omission on the part of the Contractor in abiding by the aforesaid Rules,

Regulations & Laws or held liable or responsible to the employees of the Contractor in

Page 32: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 32 of 35

respect of any matter whatsoever, and called upon to make payment on that account, the

Contractor shall reimburse NFL for the same as also any other expenses, costs & charges

incurred by NFL in any proceedings or litigation arising out of any claim, demand or act

on the part of the Contractor. NFL shall be entitled to claim damages or compensation

from the Contractor in that event. NFL shall also be entitled to recover the aforesaid

amount from the money that may become due and payable to the Contractor.

23. 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.

24. The Contractor shall be liable to the company for any Omission or Commission on his

part or on the part of his employees causing any loss, damages or inconvenience to the

plant/company. It is understood by the Contractor that in the event of any losses/damages

caused to the owner due to the reasons whatsoever within his control and the same

losses/damages are proved, the Contractor shall make good all the consequential

losses/damages to the owner without any protest & demur. These losses/damages shall

be apart from other claims/damages to which the owner is entitled under the contract or in

the course of law.

25. Loss to Plant during Execution: Any damage or loss caused to plant equipment etc.

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

Contractor at his own cost and risk.

26. The Contractor shall pay the wages to the workmen directly without the intervention of

any Jamadars or Thekedars and the Contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by Jamadars from the wages of workmen.

27. The Contractor shall ensure that the payment of the minimum wages to the labourers,

specified by the government from time to time, has been made in accordance with the

Minimum Wages Act. Upward revision of Minimum Wages from time to time shall

be deemed to be inbuilt in the quoted rates of the Contractor. If at any time, it is

noticed or it comes to the knowledge that the payment, to the labourers employed by the

Contractor, is not made in accordance with the Minimum Wages Act, NFL shall reserve

the right to take remedial action to regulate the payments.

28. The Contractor shall comply with the provisions of Contract Labour (Regulation &

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

29. 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.

30. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the

Account Number allotted by the Provident Fund Authorities in his Tender as per statutory

requirements.

31. 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.

32. Workmen Compensation / Insurance

32.1. In every case in which by virtue of the provision of Section 12, sub-section I of the

Workmen Compensation Act 1923 or any other law for the time being in force,

Page 33: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 33 of 35

NFL is obliged to pay compensation to a workman employed by the Contractor in

execution of the work, NFL will recover the amount of the compensation so paid

from the Contractor‟s bill.

32.2. The Contractor will be solely responsible for any liability to his workers in respect

of any accident, injury arising out of and in the course of contractor‟s employment.

To meet his aforesaid obligations under the Workmen Compensation Act, the

Contractor will obtain Cover Note under Workmen Compensation Policy from

an Insurance Company in respect of persons employed by him for carrying out

his work and obligations under the agreement. The premium payable for the

aforesaid Insurance Policy shall be borne by the Contractor. The Contractor shall

ensure that the said Insurance Policy remains valid till the expiry of the contract.

32.3. Photocopy of this Insurance Cover is required to be submitted by the

Contractor to NFL immediately after the issue of L.O.I./Work Order but

before the start of the work. Payment against the work done will not be released

to the Contractor until and unless photocopy of the Insurance Cover is submitted to

the NFL.

33. The Company will not be responsible for any injury sustained by the workers of the

Contractor during the performance of the above contract, any damage, compensation due

to any dispute between the Contractor and his workers. All liabilities arising out of any

provision of Labour Acts / Enactments hereto in force shall be the responsibility of the

Contractor. Any other expenditure incurred by NFL to face the situation arising out of the

negligence of the Contractor will be recovered from his dues payable by NFL under the Contract.

34. 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.

35. The Contractor shall at all times keep the NFL indemnified against all claims, damages or

compensation under the provisions of the Payment of Wages Act 1936, Minimum Wages

Act 1948, Equal Remuneration Act 1976, Workman‟s Compensation Act 1923,

Employees Liability Act 1938, Employment of Child Labour Act 1938, Abolition of

Bonded Labour Act and Contract Labour (Regulation & Abolition) Act 1970 or any other

Act regulating the employment of labour by the Contractor.

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

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

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

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

37.1. 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.

37.2. 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.

Page 34: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 34 of 35

38. Preservation of Free Issue Material: All materials issued to the Contractor by the

Owner shall be preserved against deterioration and storage while under Contractor's

custody. Any damage / losses suffered on account of non-compliance with the

requirement stipulated herein shall be considered as losses suffered due to willful

negligence on the part of the Contractor and he shall be liable to compensate NFL for the

losses suffered at penal rates to be determined by the Engineer In-Charge with reference

to the rates charged for the purpose of recovery and shall be final and binding on the

Contractor.

39. Handling during Execution: The parts supplied for installation / scaffolding material for

execution of job shall be handled with utmost care. Any damage or loss caused to items

during shifting / execution of this contract by the Tenderer will be made good by the

Tenderer at his own cost and risk.

40. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety

Regulations of the NFL. Before starting maintenance work, the Contractor shall consult

NFL's Safety Officer or the Engineer In-Charge, if the Safety Engineer is not available,

and familiarize himself with such regulations, copies of which will be furnished to him by

NFL, when requested. He shall be responsible for and must make good, to the

satisfaction of the NFL, any loss or damage due to fire to any portion of the work to be

done under this agreement or to any of the NFL's existing property.

All the accidents to Contractor's staff will be reported to the Safety Officer

promptly. This will, however, not relieve the Contractor of any other statutory

obligations. The Contractor shall not undertake any hot job without Safety Work Permit.

He has to maintain First Aid Box in his office. Also necessary Safety Personal

Protective Equipment like Helmets, Hand Gloves, Face Shields, Full Body Harness

Safety Belts etc. are to be provided to his workmen by the Contractor. However,

Special Safety Equipment required as per the job requirement will be provided by NFL

free of cos

41. Force Majeure: The terms and conditions mutually agreed upon with respect to this

agreement shall be subject to Force Majeure. Neither the Contractor nor NFL shall be

considered in default in the performance of their obligations contained therein, if such

performance is prevented or delayed or restricted or interfered with by reason of War,

Hostilities, Revolution, Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone,

Wind, Flood, Earthquake, Regulation or Ordinance or Requirement of any Government

or any Sub-Division thereof, or Authority or Representative of any such Government and

/ or due to Technical Snag/Reasons, or any other Act whatsoever, whether similar or

dissimilar to those enumerated, beyond reasonable control of the parties hereto, or

because of any Act of God. The party so affected, upon giving prompt notice to the other

party, shall be excused from such performance to the extent of such prevention, delay,

restriction or interference for the period it persists, provided that the party so affected

shall use its best efforts to avoid or remove such causes of non-performance, if possible,

and shall continue performance hereunder with the utmost despatch whenever such

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

contractual obligations by a state of Force-Majeure lasting continuously for a period of

three months, the two parties to the contract shall meet and decide about the future course

of action for implementation of the contract.

42. Settlement of Disputes:

All disputes or differences of any kind, whatsoever arising out of or in connection with

the CONTRACT, whether during the progress of the work or after its completion and

whether before or after termination of the CONTRACT, shall be referred by the

Contractor to NFL and NFL shall within a reasonable time after such representation,

make and notify his decision(s), thereon, in writing. The decision, directions and

Page 35: DECLARATION FORM · 2020. 6. 10. · / Completion Certificate)) 2 Work Order Ref. No Name of Company Contract Value Contract Period OR c. One similar completed work costing each not

Page 35 of 35

certificates with respect to any matter, as is especially provided for by these conditions,

given and made by NFL shall be final and binding upon the Contractor. In case the

decision of NFL is not acceptable by the Contractor, he can resort to the remedies

available to him under the Contract i.e. Arbitration. However, if the final bill is signed by

the Contractor as „Accepted‟ in full and final settlement thereof, no dispute raised

thereafter shall be valid.

43. Conciliation & Arbitration:

43.1. “ Except where otherwise provided in the contract all matters, questions, disputes or

differences whatsoever, which shall at any time arise between the parties hereto,

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

matters relating to the contractor breach thereof, or the respective rights or liabilities

of the parties, whether during or after completion of works or whether before or

after termination shall after written notice by either party to the contract be referred

to the arbitration of Designated Unit Head / E.D / Functional Director / Chairman &

Managing Director, National Fertilizers Limited or his / her nominee.

The Arbitration & Conciliation Act, 1996 or any statutory modification or re-

enactment thereof and the rules made there under shall govern the Arbitration

proceedings.

The Contractor hereby agrees that he shall have no objection if the arbitrator so

appointed is an employee of NFL and he had to deal with the matter to which the

contract relates and that in the course of his duties as such he has expressed his

views on all or any of the matter in dispute or differences.

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

whatsoever then the next arbitrator so appointed by the authority referred above may

start the proceedings from where his predecessor left or at any such stage he may

deem fit.”

43.2. It is agreed by and between the parties that in case a reference is made to the

Arbitrator or the Arbitral Tribunal for the purpose of resolving the disputes /

differences arising out of the contract by and between the parties hereto, the

Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount

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

award of contract.

The venue of arbitration proceedings shall be at GUNA (M. P.).