NATIONAL FERTILIZERS LIMITED · 3 1. Tender Particulars Particulars Details Tender Number...
-
Upload
nguyennguyet -
Category
Documents
-
view
221 -
download
1
Transcript of NATIONAL FERTILIZERS LIMITED · 3 1. Tender Particulars Particulars Details Tender Number...
1
NATIONAL FERTILIZERS LIMITED
(A GOVT. OF INDIA UNDERTAKING)
Bathinda Unit, BATHINDA (Punjab)-151003
MATERIALS DEPARTMENT
E-Mail: [email protected]; [email protected] Tel: 0164-2760630/2271201
Fax: 0164-2760270
Tender Documents for Design, Manufacture, Supply , Testing and Commissioning of
Shunting Locomotive required for
NFL BATHINDA UNIT.
Tender No. NFB/PUR/SC/163153/ Dated: 03/08/2017
2
National Fertilizers Limited
(A Government of India Undertaking)
Sibian Road,Bathinda – 151 003
Phone: 0164-2760630 / 2271201 (PBX): Fax: 2270463,2760270
e.mail: [email protected];
NOTICE INVITING TENDER
On Line Bids are invited through e-tendering for following;-
Tender No. Description of Work On line
submission Date
NFB/PUR/SC/163153/ Locomotive Engine having Twin Power
Pack , Two Diesel Engines of minimum
800 Horse Power- 01 No.
03/09/2017
upto 15:30 Hrs
For further details, visit websites; www.nationalfertilizers.com and e-portal site https://nfl.etenders.in
. Any future amendment / modification to the NIT will be displayed only on our above websites.
Chief Manager (Matls)
3
1. Tender Particulars
Particulars Details
Tender Number NFB/PUR/SC/163153
Tender Notice Date 03/08/2017
Tender Title Locomotive Engine having Twin Power Pack , Two
Diesel Engines of minimum 800 Horse Power -
01 No.
Earnest Money Deposit (EMD) Rs.1,00,000/- (Rs. One Lakh Only)
2. Enclosures
Annexure-A : Instructions to Bidders.
Annexure-B : Techno-Commercial Bid Template.
Annexure-C : Price bid Format.
Annexure-D : Commercial Section of Tender Documents.
Annexure-E : Eligibility Criteria.
Annexure-F : BG Format for EMD.
Annexure-G : BG Format for SD-cum-PBG
Annexure-H : Technical Section of Tender Documents.
Annexure-I : Loading Criteria.
Annexure-J : Integrated Pact.
4
Annexure-A
Instructions to Tenderers
1. The procurement shall be made through e-tendering process. The offers in this process are
required to be submitted electronically in place of offers in 'hard copy under sealed envelope' as
being done conventionally. Quotation of bidders against this Tender must be uploaded by
prospective bidders on or before the Due/ Bid submission last date & time.
2. Important Dates
The following is an indicative timeframe for the overall process. NFL reserves the right to vary
this timeframe at its absolute and sole discretion and without providing any reasons thereof.
However changes to the timeframe will be communicated to the affected Respondents during
the process.
Sr. No.
Tender Stage
Date & Time
1 Start Document Download 03/08/2017 at 10:00 Hrs
2 End document Download 03/09/2017 at 15:30 Hrs
3 Due/ Submission Date 03/09/2017 at 15:30 Hrs
4 Techno commercial Bid Opening 03/09/2017 at 15:35 Hrs onwards
5 Price Bid Opening TO BE FIXED LATER ON
NFL reserves the right to change/amend the tender schedule (date and/or time) and shall intimate
all the bidders by email/fax/telephonically, of such changes along with notice of revised schedule.
However, it shall be the responsibility of the bidder to visit the designated website regularly as per
the time schedule to get the details of any such changes, as the same shall be available against this
tender on the said website. NFL shall not be responsible if a bidder is not able to participate in any
activity related to this tender due to change in tender schedule.
3. Mode of Tendering
National Fertilizers Ltd. (NFL) Bathinda intends to issue of NIT for procurement of Shunting
Locomotive required for NFL Bathinda (Pb.) against this open press tender, in Two part bid
system, through e-tendering.
In this regard, NFL invites offers from eligible bidders. The NIT will be posted on website:
https://nfl.etenders.in where parties will be able to download the tender documents for
participation in the e-tender and submit their bids online. The tender submission, tender closing
and opening will be done electronically and online. The proposal should be prepared in English
in MS Word/Excel format. Bidder may submit the Bid Formats dully filled and signed could be
scanned. Other documents could be in PDF format.
Tender documents would also be available for downloading at NFL‟s website
www.nationalfertilizers.com and also at Central Public Procurement Portal (CPP)
http://eprocure.gov.in/cppp/.
NFL has appointed M/s Nextenders (India) Pvt. Ltd. as their service provider for carrying out
e-tendering. Use of digital signature certificate shall be mandatory for participating in e-
tendering process.
5
Bidder shall submit their bid and participate in this tender as per the requirements of the e-
tendering system. However, in case of any help/clarification, Bidder may contact any one of the
following:-
a) M/s National Fertilizers Limited-Bathinda
b)
Our Service provider (for e-tender process/procedure related):
Nextenders (India) Pvt. Ltd. Contact No : 020 -30187500
Mobile No. : 08743042801(Mr. Sanjay)
Support Timings: Monday to Friday ( 9 AM to 8 PM) Saturday ( 9 AM to 6 PM)
Email : [email protected]
Our portal website - https://nfl.etenders.in
4. To participate in e-tendering of NFL, please refer “Bidder’s Manual on the homepage” on
website: https://nfl.etenders.in for System requirement, Browser configuration, procedures etc.
5. All the bidders participating in the online e-tendering have to abide by the process involved in the
entire workflow of the e-tendering. NFL shall not be responsible for any mistake made by the
bidder at the time of bid process. In case any bidder submits an invalid bid due to any reason
including typing mistake / human error, such invalid bid will be disqualified/ rejected with
forfeiture of EMD and such bidder shall not be allowed to further participate in the tender and the
procurement process shall be completed considering the other valid bids.
6. It is mandatory for the Bidders to use the digital certificate in all their bidding Process. For
submitting bid through e-tendering, bidders will have to use a Class II/III Digital Signature
Certificate issued by any India CA approved by CCA of India as per IT Act 2000. Guidelines as
indicated in https://nfl.etenders.in may be complied in this regard. The said digital certificate
should bear the name of the Company/ Bidder who is willing to participate in the tender.
7. It is the entire responsibility of the bidders to protect their own login Id and Password and keep
their digital certificate safe so that is not misused by any other person.
8. Tender Schedule:
The notice of issue of enquiry and detailed schedule for downloading the NIT documents,
submission of bids, tender closing, tender opening and subsequent clarification/amendment in
schedule etc. shall be published on e-tendering portal i.e. https://nfl.etenders.in .
Tender Schedule is as per clause No 2 above.
9. The activity defined for vendors are “Download of tender documents”, “Bid preparation and
encryption”, “Re-encryption of online Bid” and “Uploading of Bid”.
1) Mr. S. Pandey
Chief.Manager (Mtls.)
National Fertilizers Limited
Sivian Road, Bathinda -151003
e-mail: [email protected]
2) Mr. Pawan Aggarwal
Manager (Mtls.)
National Fertilizers Limited
Sivian Road, Bathinda -151003
e-mail: [email protected];
6
10. This being an OPEN Tender, any Bidder-shall be able to download the Tender Documents.
However only those Bidders(s) should submit the bids who are meeting the Eligibility Criteria
as specified in the NIT (Technical Qualification Criteria etc.).
11. Tender Opening:
The tenders will be opened electronically, at NFL, Bathinda in the presence of representatives of
Bidders who wish to attend the bid opening. However, submission of bids may be done by
Bidders from their office or from place of their choice
Technical Bids shall be opened electronically in the presence of those Bidders who wish to be
present.
Price bids shall be opened only of those Bidders who are found meet Eligibility Criteria,
Technically Qualified, electronically.
12. NFL reserves the right to reject or accept any tender without giving any reason.
13. SYSTEM FAILURES AND REMEDIAL MEASURES THEREOF/COURSE OF ACTION
TO BE FOLLOWED
NFL shall make all out efforts to rectify the problem(s) leading to system failure during the live
tendering. However in case the system could not be restored within the reasonable time period
as deemed fit by NFL, the following remedial measures shall be taken under such an
eventuality:-
1 Tender is prepared and released
but vendors are not able to
submit their bids.
The due date of closing/opening shall be
extended suitably.
2 Bids have been submitted but the
same cannot be opened by NFL.
The due date of opening shall be extended suitably.
The details required in the Annexure & Forms shall also be enclosed. NFL may reject any proposal
not containing all the requirements called for in various Annexure & Forms. The bidders who do not
submit EMD will not be considered for Technical evaluation. The Bidder who does not qualify
Techno-commercial Bid evaluation, their Price Bids shall not be opened. Prices quoted by the bidder
shall be fixed during the currency of Contract.
Demand draft/s favoring National Fertilizers Ltd., Bathinda payable at Bathinda for Rs. 1,00,000/-
(Rs. One Lakh Only) towards Earnest Money Deposit must be submitted to NFL at the following
address;-
Name : Chief Manager (Materials)
Address : National Fertilizers Limited, Sivian Road, Bathinda -151003
Email : e-mail: [email protected], [email protected]; [email protected]
14. The Tender Enquiry number must appear on all correspondence and documents. While
submitting the bids, Tenderer shall ensure the completeness of the information/documents as
detailed in the tender document.
15. Any clarifications on procedure, tender specification both technical and commercial can be had
from above mentioned address / e-mails at any time before tender closing date and time either
personally or by post at least 7 days prior to closing date of the Tender. Postal delays shall not
7
cause postponement of tender processing date & tenderers in their own interest shall take all
steps that are necessary for them to participate in tender well in time.
16. All information sought by NFL during tender evaluation shall be provided within the time set
out in the communication on the subject. Failure of tenderer to comply with requirements of
NFL within stipulated time shall entitle NFL to proceed with the tenders on the basis of
information available with it. No responsibility for postal delays shall rest on NFL.
17. Tender shall be submitted under a Two-Stage Bid system electronically as specified below:
i. TECHNO-COMMERCIAL BID TEMPLATE shall be for: “Technical & Commercial
Un-Priced Offer with Earnest Money”. It shall contain all the required documents as spelt
out in the tender document.
ii. Price Bid Template shall contain schedule of Rates for “ supply of Shunting Locomotive
for NFL Bathinda (Pb.)”.
TECHNO-COMMERCIAL BID will be opened on the due date of opening. The tenderer may
send their authorised & competent representative to take part in the discussions on the Technical &
Commercial Terms as and when called for. During the discussions, the representative should be able
to take immediate decision on all the matters pertaining to the bid. The representative of the tenderer
must submit the authorisation letter for taking part in the discussions.
18. NFL reserves the right to accept or reject any bid in whole or in part or accept other than lowest
bid without assigning any reason thereof.
19. NFL may not consider any bid, which is incomplete or not submitted in accordance with the
provisions, set forth in the bid documents. NFL reserves the right to reject the incomplete bids.
20. The tenderer should submit photocopy of the following along with the bid:
a. PAN (Permanent Account Number).
b. Good & Service Tax Number.(GST)
21. Earnest Money Deposit (EMD)
i. Tenders must be accompanied by EMD as indicated above. EMD shall be made in
favour of “National Fertilizers Ltd., Bathinda” in the form of Cross Demand Draft
payable at Bathinda only from any scheduled bank, except Gramin or Co-operative
banks or Bank Guarantee from any of the Nationalized Bank or scheduled Bank except
Rural/Cooperative Banks towards EMD in the Performa specified by NFL for Bid
Security/EMD( As per annexure-F). “CHEQUE WOULD NOT BE ACCEPTED”.
ii. EMD shall be forfeited at the sole discretion of NFL in case the tenderer after having
submitted the tender withdraws the same or changes the quoted prices or terms and
conditions within the period of its validity or after intimation from NFL of the acceptance
of his tender wholly or partly refuses to accept the tender in full or part or changes any of
the conditions of the tender.
iii. EMD of the successful tenderer shall be returned on submission of Security Deposit-
cum- PBG.
iv. EMD of the un-successful tenderer shall be returned immediately after award of the job.
v. EMD shall carry no interest.
22. The tenderers must sign all the papers of their bid. All corrections and alterations in the Tender
will be signed in full with date by the tenderer. No eraser or overwriting is permissible.
8
23. Validity of the bids shall be for 120 days from the date of opening of the techno-commercial
bid.
24. The price bids of only such tenderer will be opened who meet Eligibility Criteria all the laid
down Technical & Commercial requirements. The date of price bid opening will be intimated
to the tenderer who meets Tender Eligibility Criteria.
25. The tenderer shall confirm in the technical & commercial bid that all the payment & other terms
& conditions stipulated in the enquiry are acceptable to them.
26.0 PAYMENT TERMS
26.01 The payment shall be released to the bidder , from Bathinda Unit, within 30 days after
receipt, acceptance and commissioning of the supplied material at site and receipt of the bills
complete in all respect in Bathinda Unit.
Income tax as applicable shall be deducted at source as per the provision of Income Tax Act
of 1961 as applicable from time to time.
27.00 FORCE MAJEURE:
The delivery period indicated in the Purchase Order should be strictly adhered to and
normally no extension in delivery would be granted. However if any time during the
currency of the contract the performance in whole or in part by either party of any obligation
under the contract shall be prevented or delayed by way of any war, hostility, acts of public
enemy, civil commotion, sabotage, fires, floods, explosion, epidemics, strikes, lock outs or
acts of Gods, provided notice of any such happening is given by either party to the other
within 21 days from the date occurrence thereof neither party shall, by reason of such event,
be entitled to terminates contract nor shall either party have any claim for damage against the
other in respect of such non-performance or delay in performance and deliveries under the
contract shall be resumed as soon as practicable after the event has come to an end, ceased to
exist, provided that if performance in whole or part of the contract is prevented or delayed
for a period exceeding 60 days either party may at its option , terminate the contract.
28.0 ANY EXCEPTIONS/DEVIATIONS TO THE NIT SHALL BE SPECIFICALLY STATED.
29.0 Loading Criteria:
The tenderers must accept the terms and conditions stipulated in NIT failing which the offer is
liable to be rejected at the sole discretion of NFL. NFL however, may at its sole discretion accept
offers having deviation to NIT terms and conditions in respect of EMD, Security deposit, L.D.
etc. by adopting the stipulated loading criteria as enclosed Annexure-J.
30.0 CLEAR UNDERSTANDING:
When a tenderer submits his tender in response to this tender document, he will be deemed to
have understood fully all requirements, terms and conditions. No request will be entertained on
a pretext that the tenderer did not have a clear idea on any particular point and/or a clause of the
tender.
NFL reserves the right to accept or reject at its sole discretion any bid/ all bids in whole or part
&/or except other than lowest bid without assigning any reason thereof.
9
Any Other Comment / Information /Remarks :No Deviation to the terms & conditions of
NIT is allowed. The offer with any condition / deviations may be rejected at Sole option of
NFL. However Vendor may offer comments or deviations if any.
31.0a). ARBITRATION :
“Except where otherwise provided in the contract all matters, questions, disputes or
differences whatsoever, which shall at any time arise between the parties hereto, touching the
construction, meaning, operation or effect of the contract, or out of the matters relating to the
contract or breach thereof, or the respective rights or liabilities of the parties, whether during
or after completion of works or whether before or after termination shall after written notice
by either party to the contract be referred to Designated C&MD , National Fertilizers Limited
for appointment of Arbitrator.
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 thereunder.
If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever
then the next arbitrator so appointed by the authority referred above may start the
proceedings from where his predecessor left or at any such stage he may deem fit.”.
It is agreed by and between the parties that in case a reference is made to the Arbitrator or the
Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of the
contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not
award interest on the awarded amount more than the rate of SBI MCLR/Base Rate as
applicable to NFL on the date of award of contract.
(b) Arbitration for Foreign Vendors/Parties: Arbitration provision in accordance with the rules of International Chamber or Commerce(ICC) will be applicable which may be as under :- “All disputes arising out of or in connection with the present contract shall be finally settled under the Rules of Arbitration of the International Chamber of Commerce, India by one or more arbitration appointed in accordance with the said rules”. (c) ARBITRATION ( for PSES and Government Department): “In the event of any disputes or difference relating to the interpretation and application of the provision of the contracts, Such disputes or difference shall be referred by either party for Arbitration to the sole Arbitration in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and 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 & 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 disputes will share the cost arbitration as intimated by the Arbitrator”.
10
32.00 JURISDICTION
Notwithstanding any other court or courts having jurisdiction to decide the question (s)
forming the subject matter of the reference if the same had been the subject matter of a suit,
any and all actions and proceedings arising out of or relating to the contract (including any
arbitration in terms thereof) shall lie only in the court of competent civil jurisdiction in this
behalf at Bathinda (where this contract has been signed on behalf of the owner) and only the
said courts shall have jurisdiction to entertain and try such action (s) and or proceeding (s) to
the exclusion of all other courts.
32.00 NFL GST No.:
NOTE: Our GST No. : 03AAACN0189N2ZD
Portal Id;- https://nfl.etenders.in
33.00 If a tenderer resorts to any frivolous, malicious or baseless complaints/ allegations with an
intent to hamper or delay the tendering process or resorts to canvassing/ rigging/ influencing
the tendering process, NFL reserves the right to debar such tenderer from participation in the
present / future tenders up to a period of 2 years.
Yours faithfully,
For & on behalf of
NFL,
(S. Pandey)
Chief Manager (Mtls.)
11
TECHNO-COMMERCIAL BID TEMPLATE Annexure-B
ITEM: Design, Manufacture, supply , testing and commissioning of locomotive.
Sr.
No.
Description NFL Requirement as per NIT Vendors
Comment
(Agreed / If not
Agreed, Please
Comment)
1 Item Specifications Design, Manufacture, Supply, Testing and Commissioning of
Shunting Locomotive having Twin-Power-Pack, Two Diesel Engines
with 4 Axles and Two Hydraulic Turbo Reverse Transmissions of
Total Drive Power minimum 800 HP; the drive from the
Transmission to Wheel will be through Final Drives and Heavy Duty
Cardan Shafts at Bathinda Unit as details specified in
Technical Section.
2 Earnest Money Deposit Rs 1,00,000 only to be submitted to Bathinda Unit as per
cl.no.12 of Commercial Section.
3 Offer Validity 120 days from the Technical Bid Opening Date
4 Liquidated Damages Please confirm the acceptance of Liquidated Damages clause,
as per tender clause no 29 of Commercial Section.
5 Security Deposit-cum-
PBG
Security Deposit-cum-PBG will be @ 10% of the value of
P.O as per clause no 13 of Commercial Section.
6 Payment Terms The payment shall be released to the bidders , from Bathinda
Unit, within 30 days after receipt , acceptance and
commissioning of the supplied material at site in Bathinda
Unit.
7 Mode of Payment. By RTGS. Tenderer/Party is requested to provide their 11 digit
Core Banking Account No. & IFSC Code of their bank,
enabling NFL to arrange the transfer of due payment in their
account directly. Any Bank Charges for this facility of direct
credit by Bank to their bank account will be borne by the
party/ tenderer. Please confirm.
8 Eligibility criteria The prospective tenderers who wish to participate must meet
the Eligibility Criteria as mentioned in tender Annexure-E of
Tender Documents failing which their offer will not be
considered.
9 General terms &
conditions
Please confirm acceptance of all the General terms &
conditions for supply of Shunting Locomotive Engine as per
Tender Documents.
10 MSMED Registration Please confirm whether you are covered under MSMED Act
2006 and also mention category i.e. whether you are a Micro,
Medium or small enterprise. Further, also mention whether
the MSE is being owned by SC/ST entrepreneurs. Documents
in support of the above must accompany your quotation.
12
11 Relationship
Please confirm
A) None of NFL Employee is related to Owner / Director of
Firm.
B) None of Ex-Employee of NFL is employed with vendor
Firm
(In case of relatives/ex-employees concerned with NFL,
please furnish their complete details such as Name,
Department, E.No. etc.)
12 Any Other Comment /
Information /Remarks
No Deviation to the terms & conditions of Tender/NIT is
allowed. The offer with any condition / deviations is liable to
be rejected at Sole option of NFL. However Vendor may offer
comment, if any.
13 Acceptance of all tender
Documents Annexures.
Please confirm the acceptance of all the terms and conditions
mentioned in tender Documents and Annexures.
14 Black-listing/ Delisting You have not been delisted/ black-listed in any Unit of NFL.
Please confirm.
15 CONTACT DETAILS You shall furnish your e-mail ID, telephone / mobile no. etc.
alongwith complete name & address details of your Firm/Co.,
for clarifications / placement of order.
16 Signed copy of Tender
documents.
Bidders may submit a complete set of Tender Documents duly
signed and stamped as a token of acceptance of all the terms
and conditions of our NIT.
17 GST clauses (a) The price quoted shall be exclusive of all taxes and
duties as may be applicable presently or imposed by
Govt. of India from time to time.
(b) The bidder shall indicate the rates of GST applicable
in their bid, for the quoted items indicating clearly
the HSN code of item/ SAC code in case of Service
and applicable category of GST ( i.e. whether IGST,
CGST, SGST, UGST).
(c) For dispatches effected from 01.07.2017 ( date of
implementation of GST), the bidder/supplier shall
provide a proper invoice in the form and manner
prescribed under relevant section of GST Act.
(d) Bidder/supplier shall have valid GSTIN/GST, Provisional ID and provide Invoice and all other documentation( such as E-way Bill , transportation copy of invoice etc.) in such form and manner as may be provided under the GST Act and Rules which are inter-alia necessary to enable NFL to claim input tax credit set off, rebate or refund in relations to payment of GST.
18 Firm Price Vendor to confirm that Total Landed Rate including
Transportation Charges, will remain firm till the complete
execution of the order.
No Revision in rates allowed except for any increase/decrease
in rates of statutory levies such as GST/SGST/IGST etc. within
contractual delivery period.
19 Subletting of contract As per clause no.25 of commercial section.
13
20 Force-measures As per clause no.26 of commercial section
21 Arbitration clause As per clause no.27 of commercial section
22 HSN Code Mention HSN code of the quoted material.
23 Tender Fees Rs.1100/-
24 Freight Vendors to confirm that break-up of cost has been provided in
price bid. Accordingly the element of freight (excluding transit
insurance) has been separately shown in the price bid. Transit
insurance shall be arranged by NFL.
25 Clear Understanding As per clause no.30 of commercial section.
26 Integrity Pact Bidders may submit Integrity Pact duly signed and stamped as
per Annexure-J
We hereby declare that we have read, understood and accepted all terms & conditions of NIT/Tender
without any deviation.
As a token of same, we are uploading herewith signed/ digitally signed Tender Document.
14
Annexure - C
PRICE BID FORMAT - PART-II
For : Design, Manufacture, Supply, Testing and Commissioning of Shunting Locomotive
S
N
o.
Item Description
Unit Qt
y.
offere
d
Basic
Price
Per No.
Total Price
P&F charges on total price (In %age)
P&F charges on total price (In Rs)
G.S.T on Total price + P&F (in %age)
G.S.T on Total price + P&F (in Rs)
Freight upto NFL stores, BTI (excluding transit insurance & GST ) (in Rs.)
GST Rate applicable on freight charges (in %age)
GST Rate applicable on freight charges (in Rs)
Any Other charges.
Total Landed price FOR NFL Store Bathinda for offered Qty. ( in Rs.)
Total Landed price FOR upto NFL Bathinda (In Words.)
1 Design, Manufacture, Supply, Testing and Commissioning of Shunting
Locomotive having Twin-Power-Pack, Two Diesel Engines with 4
Axles and Two Hydraulic Turbo Reverse Transmissions of Total Drive
Power minimum 800 HP; the drive from the Transmission to Wheel
will be through Final Drives and Heavy Duty Cardan Shafts.
No 01
2 Commissioning Charges .
3 Lumpsum cost of spares required during Guarantee / Warranty
period.
4
Lumpsum AMC Charges of Locomotive for 03 years after the expiry
of Guarantee/warrantee period.
Total Landed Cost (1+2+3+4)
1. Transit Insurance shall be arranged by the NFL
2. TDS will be deducted as per prevailing Govt. rules, if applicable.
3. The above quotation has been prepared after taking into account all the terms and conditions of Tender Document Downloaded by us.
Dated : ______________ Signature of Tenderer or their
Authorized Representative
:
____________________
Place : ______________ Name & Address of Tenderer : ____________________
Phone No. : ____________________
Fax No. : ____________________
E.Mail Address : ____________________
15 | P a g e
TENDER DOCUMENT
NFB/PUR/SC/163153/2017/ Dated 03.8.2017 for Shunting Locomotive
FOR
Design, Manufacture, Supply, Testing and Commissioning of Shunting
Locomotive Required for
NATIONAL FERTILIZERS LIMITED
BATHINDA UNIT
COMMERCIAL – SECTION
16 | P a g e
Annexure- D
TENDER DOCUMENTS FOR SHUNTING LOCOMOTIVE ENGINE.
(COMMERCIAL SECTION) The Tender Particulars:-
1 i) Tender No. : NFB/PUR/SC/163151 Dated 03.08.2017 for Shunting Locomotive .
ii) Requirement a) Design, Manufacture, Supply, Testing and Commissioning of Shunting
Locomotive having Twin-Power-Pack, Two Diesel Engines with 4 Axles
and Two Hydraulic Turbo Reverse Transmissions of Total Drive Power
minimum 800 HP; the drive from the Transmission to Wheel will be
through Final Drives and Heavy Duty Cardan Shafts.
at Bathinda Unit as details specified in Technical Section.
iii) Quantity Required. : 01 No.
iv) Type of Tender : Two stage bidding as per details given in Clause No. 14.
v) Earnest Money Deposit : Rs.1.00 Lakh (Rs. One Lakh only) as per clause No.12.
vi) Security deposit -cum-
Performance guarantee 10% of order value as per Clause No. 13
vii) Tender closing Date &
Time As per tender schedule
viii) Tender Opening Date &
Time As per tender schedule
ix) Tender validity Must be initially valid for 120 days from date of opening of tender.
x) Delivery Please quote your earliest possible minimum delivery schedule.
xi) Mode of dispatch By Road
xii) Tender shall be
addressed to CM(Materials) NFL, Bathinda.
xiii) In Technical Section, The scope of supply and responsibility of the supplier have been defined in detail.
xiv) Firm Prices
Prices offered shall remain firm during the currency of the contract except variation of statutory levies.
Vendor should confirm the same specifically in the offer.
xv) Payment Terms
Payment shall be released within 30 days after receipt , acceptance and commissioning of the supplied
material at site.
Payment shall be made through Electronics Fund Transfer (EFT) / RTGS Process. You may submit your
bank particulars i.e. Name of the Party/Beneficiary, Party‟s Banker Name and Address, Branch Name, City,
Branch Code, IFSC Code of Bank, Bank Account No. (All digits in case of CBS Branches), E-Mail of
Beneficiary, Type of Account, MICR No. to enable us to release payment accordingly. All bank charges will
be to your account. You shall also submit copy of cancelled Cheque along with your offer.
17 | P a g e
2. Evaluation of bids shall be done with suitable loading, in case of any deviation to NFL terms & conditions. NFL at its
sole discretion may reject offer in case of any deviation to NFL terms & conditions
3. Any deviation in Technical and Commercial terms of NIT should be highlighted separately in technical bid.
4. Tender must be submitted as per Clause No. 14.
5. Request for extension of time for submission of tender shall not be entertained.
6. NFL shall not accept postal delays in Tender fees / EMD submission due to any reason.
i In case, due to some unforeseen circumstances, the date of receiving/opening of the tender happens to be a
holiday/closed day, the tender will be received and opened on the next working day.
ii Incomplete tender submitted with qualifying conditions at variance with the Terms & Conditions of the tender, are
liable to be rejected summarily. Therefore, tenderers are advised to scrutinize the terms & conditions of this tender
thoroughly.
iii Only one tender is to be submitted by one tenderer.
iv NFL will have the right to issue addendum to tender documents to clarify, amend, modify, supplement or delete
any of the conditions, clauses or items stated. Addendum so issued will form part of original invitation to tender.
v ANY EXCEPTIONS/DEVIATIONS TO THE NIT SHALL BE SPECIFICALLY STATED IN A SEPARATE
ANNEXURE TO QUOTATION TITLED “DEVIATIONS”.
7. EMD (DD or Bank Guarantee) and tender fees shall be submitted separately in sealed envelope. Cover should bear
following information:
- Tender Number - Tender closing date & time - Tender opening date & time - Name & Address of tenderer.
8. If the tenders are opened before due date because of tenderer/failing to comply with Para 6 & 7 above the
risk & responsibilities for losing tender confidentially shall rest with tenderer. NFL shall have no obligation as
consequences thereof.
9. Any clarifications on procedure, tender specifications both technical & commercial can be had from Chief
Manager(Materials) any time before due date and time either personally/ through e mail or by post. Postal delays
shall not cause postponement of tender processing dates & tenderers in their own interest shall take all steps that
are necessary for them to participate in tender well in time.
10. All information sought by NFL during tender evaluation shall be provided within the time set out in the
communication on the subject. Failure of tenderer to comply with requirements of NFL within stipulated time shall
entitle NFL to proceed with the tenders on the basis of information available. No responsibility for postal delays shall
rest on NFL.
11. NFL shall reserve the right to postpone tender opening under intimation to the bidders without assigning any reason
thereof.
12. Earnest Money Deposit (EMD)
a) Tenderer must be accompanied by requisite amount of Earnest Money i. e Rs 1.00 Lakh as indicated at 1(v).
EMD shall be made in the form of Demand Draft in favour of National Fertilizers Ltd., payable at
BATHINDA or Bank Guarantee from any of the Nationalized Bank or scheduled Bank except Rural/
Cooperative Banks , towards Earnest Money in the Performa specified by NFL for Bid Security/EMD (as per
ANNEXURE-F).
Cheque would not be accepted in any case.
b) Earnest money deposit shall be forfeited at the sole discretion of NFL in case the tenderer, after intimation
from NFL of the acceptance of his tender, either wholly or in part fails to enter into a contract with NFL
and/ or changes any of price and terms & conditions of the tender within the validity period of the tender.
c) EMD shall be refunded to the unsuccessful tenderers after placement of order on successful bidder.
d) No interest will be paid on the E.M.D. of either the successful tenderer (s) or unsuccessful tenderer (s).
18 | P a g e
13 Security Deposit-cum- Performance Guarantee
The successful tenderer shall submit Security-cum-Performance Guarantee equal to 10 % value of
PO in the form of Crossed Demand Draft in favour of National Fertilizers Limited. It should be payable
on any scheduled bank located at Bathinda, preferably State Bank of India, Sibian, Bathinda (Branch
Code : 3591). D.D. payable at locations other than Bathinda will not be accepted.
The tenderer will, however, have the option to furnish a Bank Guarantee from any of the Nationalized
or Scheduled Bank excluding Rural and Co-operative Banks, in the proforma specified by NFL for
Security Deposit-Cum-Performance Bank Guarantee. The Bank Guarantee must be submitted within
20 days from the date of issue of purchase order and the same shall be remain valid till Delivery
period + Guarantee/warranty period with further claim period of 3 months.
Cheques will not be accepted in any case.
The SD-cum-PBG will be retained by NFL till the expiry of warranty period as per contract or till
settlement of all the accounts thereof, whichever is later. In case any dispute or difference not settled
within the validity of Bank Guarantee, tenderer will arrange to get the bank guarantee extended as
asked for. NFL, at its sole discretion can call in the Bank to pay the whole or part of the amount of
Bank Guarantee.
The above deposit will be deemed to be security for the faithful performance of the contract and for
the purpose of Section 74 of the Indian Contract Act, 1872 and for the extension of that section. In the
event of any breach of any terms and conditions of the contract, NFL will have the right to draw from
the Bank Guarantee/Security-cum-Performance Deposit either the whole or part of value of Bank
Guarantee or Security-cum-Performance Deposit and tenderer will make good the value of Bank
Guarantee/ Security-cum-Performance Deposit to the extent of the amount so drawn within 15 days
of receipt of intimation from NFL to this effect.
The amount so drawn will not in any way effect any remedy, to which NFL may otherwise be entitled
or any liability incurred by tenderer under the contract or any law for the time being in force relating
thereto or bearing thereupon.
In the event of the forfeiture of whole or part of the Security-cum-Performance Deposit, the tenderer
will deposit further sum/sums, so as to maintain the full Security-cum-Performance Deposit amount.
The security-cum-performance deposit will be refunded after contract has been successfully
completed. It will be lawful for NFL, if any difference or dispute is likely to exist, to defer payment of
the security-cum-performance deposit or any portion thereof which may be due for release until such
difference and dispute had been finally settled or adjusted.
The security-cum-performance deposit will not bear any interest.
Parties registered with NSIC under single point registration are exempted from submission of EMD
and security deposit only. Parties claiming above concession under N.S.I.C should upload copy of
single point registration certificate.
i) Crossed demand draft payable at STATE BANK OF INDIA, SIBIAN NFL BATHINDA BRANCH(03591).
19 | P a g e
ii) Bank Guarantees in prescribed format (as per ANNEXURE-G) from Nationalized Banks.
The Bank Guarantee to be submitted by bidders shall be sent to NFL directly by your
banker under Regd. Post A.D.
c) The Security-cum-Performance Guarantee shall be retained by NFL till successful completion of the contract.
d) The Security Deposit -cum- Performance Guarantee shall not bear any interest.
13. Tender shall be submitted in following manners :
Tender fees of Rs.1100.00 shall be submitted in advance only through DD in favour of NFL, payable at SBI Bathinda.
Without tender fees, bids will not be entertained of those vendors.
In case the earnest money deposit is preferred to be deposited by way of demand draft, then the DD must reach us before
the techno-commercial opening (as per tender schedule) though vendor is required to enter the DD no and other related
details on line. In case vendor fails to submit the requisite EMD, prior to bid opening (as per tender schedule), the offer
is liable to be rejected and may not be opened.
14.1 The procurement shall be made through e-tendering process. The offers in this process are required to be submitted
electronically in place of offers in 'hard copy under sealed envelope' as being done conventionally.
The system requirements to participate in the e-tendering are as under:
a. PC with Microsoft Windows XP Service Pack 3 or Higher Operating System & Internet connection.
b. Internet Explorer 6 or above with cipher strength of 128 bits.
c. Adobe Acrobat Profession 6 or above for Digitally Sign Document
d. Digital Certificate, class-II or Class III(Signing + Encryption).
The digital certificates are being provided by many Govt. approved agencies. However, for your convenience we have
also made arrangement to provide the digital certificates through our service provider
14.2
For Digital certificate:-
Name Email /Address Contact No. Responsibility
Mr. Aziz
Kariyania
Adweb TechnoTrade Pvt. Ltd.
309,Krishna Commercial
Center,
6, Udyog Nagar, Off S. V. Road,
Goregaon (West),
Mumbai –400 062
022 2879 0311
98203 98781 / 92234
00489
All type of support
required in issuance and
problems faced related to
Digital certificates.
M/s Nextenders (India) Pvt. Ltd.
Pune Office:
Plot No.6, Swastishree society,
Above JeevanJyot Hospital,
Karve Nagar,Pune-411 052
Name Email/ Address Contact No.
Team of 13 persons working in
shifts from 9AM till 8PM
[email protected] 020 -30187500
09811038892 (Mr Prateek)
08743042801 (Mr.Sanjay)
Tender portal URL; https://nfl.etenders.in/
20 | P a g e
For any queries, regarding e-tendering ,you may contact our service provider M/s Nextenders (India) Pvt. Ltd. or NFL : a)NFL:
Sh Pawan Aggarwal
Manager (Mlts),
National Fertilizers Limited
Bathinda - 151003
Phone: :0164-2760912
Fax: : 0164-2760270
Email: [email protected]
b) M/s Nextenders (India) Pvt. Ltd. Contact details as mentioned above.
14.3 The offer shall be submitted, electronically.
Tender Schedule:
Sr. No. Tender Stage Date & Time
1 Start Document Download 03.08.2017 : 10.00 Hrs
2 End document Download 03.09.2017 : 15:30 Hrs
3 Due/ Submission Date 03.09.2017 : 15: 30 Hrs
4 Techno commercial Opening 03.09.2017 : 15: 35 Hrs on wards
5 price Bid Opening Will be intimated later on.
The tenders will be opened electronically by us from our Bathinda office.
14. Destination for Dispatch of Locomotive by
road
Road Door delivery at BATHINDA Unit
15. Consignee Sr. Manager (Materials-Stores)
16. Our Banker STATE BANK OF INDIA, SIBIAN NFL BATHINDA
BRANCH.(03591)
17. Transit Insurance will be arranged by NFL.
18. Price
The tenderer shall state item wise and total prices as under
i) Ex-works price (Basic price) Exclusive of taxes i.e. GST/ freight/ insurance etc.
ii) FOR station of dispatch.
iii) Estimated freight by Road
iv) FOR destination price.
The supply shall be made on FOR destination basis.
19. Taxes(GST)
Taxes shall be payable extra on actual. Documentary evidence wherever applicable shall be furnished. The rates as
prevailing on the date of submitting tender shall be specified.
20. Clear understanding
When a tenderer submits his tender in response to this tender document, he will be deemed to have understood fully
about requirements, terms & conditions. No claim from tenderer shall be entertained whatsoever on the plea that the
tenderer did not have a clear idea on any particular point and / or a clause of the tender.
21. Award of contract
21 | P a g e
Award of contract will be made at the sole and absolute discretion of National Fertilizers Ltd., which shall not be
disputed. The terms& conditions as embodied in the purchase order shall be final and shall supersede any other terms
&condition that might have been indicated in the tender submitted by the tenderers.
25. Subletting of contract:
The successful tender shall not sublet or assign the contract or any part of it without obtaining the written permission of
NFL in advance. In the event of successful tender's subletting or assigning the contract or any part thereof without
such permission, NFL shall be entitled to cancel the contract and to purchase the goods elsewhere and successful
tenderer shall be liable to the National Fertilizers Ltd., for any loss or damage which NFL may sustain in consequence
or arising out of such purchases. Even in case subletting is permitted by NFL, NFL shall not recognize any contractual
obligation with the person or party to whom subletting is permitted and shall hold the successful tenderer responsible
for satisfactory and due & proper fulfillment of the contract.
26 Force-Majeure
The delivery period indicated in the Purchase Order should be strictly adhered to and normally no extension
in delivery would be granted. However if any time during the currency of the contract the performance in
whole or in part by either party of any obligation under the contract shall be prevented or delayed by way of
any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosion, epidemics,
strikes, lock outs or acts of Gods, provided notice of any such happening is given by either party to the other
within 21 days from the date occurrence thereof neither party shall, by reason of such event, be entitled to
terminates contract nor shall either party have any claim for damage against the other in respect of such non-
performance or delay in performance and deliveries under the contract shall be resumed as soon as
practicable after the event has come to an end, ceased to exist, provided that if performance in whole or part
of the contract is prevented or delayed for a period exceeding 60 days either party may at its option ,
terminate the contract.
22 | P a g e
27 (a). ARBITRATION:
“Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever,
which shall at any time arise between the parties hereto, touching the construction, meaning, operation or
effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or
liabilities of the parties, whether during or after completion of works or whether before or after termination
shall after written notice by either party to the contract be referred to Designated Unit Head, National
Fertilizers Limited for appointment of Arbitrator.
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 thereunder.
If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever then the next
arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor
left or at any such stage he may deem fit.”.
It is agreed by and between the parties that in case a reference is made to the Arbitrator or the Arbitral
Tribunal for the purpose of resolving the disputes/differences arising out of the contract by and between the
parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more
than the rate of SBI MCLR/Base Rate as applicable to NFL on the date of award of contract.
(b) Arbitration for Foreign Vendors/Parties: Arbitration provision in accordance with the rules of International Chamber or Commerce(ICC) will be applicable which may be as under :- “All disputes arising out of or in connection with the present contract shall be finally settled under the Rules of Arbitration of the International Chamber of Commerce, India by one or more arbitration appointed in accordance with the said rules”. (c) ARBITRATION( for PSES and Government Departments ): “In the event of any disputes or difference relating to the interpretation and application of the provision of the contracts, Such disputes or difference shall be referred by either party for Arbitration to the sole Arbitration in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and 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 & 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 disputes will share the cost arbitration as intimated by the Arbitrator”.
28 JURISDICTION
All clauses of action in relation to contract will be deemed to have arisen within the jurisdiction of the court of Bathinda
(Punjab).
29 PENALTY FOR LATE DELIVERY
If the material is not delivered as per specified , NFL reserves the right to either :
i) recover from the supplier as penalty a sum of equal to half percent per week or part thereof the value of
stores not delivered subject to a maximum of 5% of value of the order.
OR
ii) Purchase elsewhere on account of and at the risk and cost of the supplier the stores not delivered.
OR
iii) Cancel the order without prejudice to the rights of NFL under (i) and (ii) above.
23 | P a g e
iv) Treat the delay as default of Purchase Order and forfeit Security Deposit, terminating the Purchase order
forthwith and taking, other action‟s against the supplier, within the provision of the purchase order.
30 SECRECY
Any information delivered or otherwise communicated by NFL to supplier in connection with the contract shall be
regarded as and confidential and shall not without the written consent of NFL be published or disclosed to any
third party or made use or by the supplier except for the purpose of implementing the contract.
31. a) It shall be certified by the tenderer that none of the NFL employee is related to owners/directors. (In case any
relative is working in NFL, furnish details separately).
b) It shall be certified by the tenderer that none of NFL‟s ex-employee is employed with them. (In case any ex-
employee of NFL is employed, furnish details separately).
c) It shall be certified by the tenderer that none of blood relation of the owners/directors is participating in this tender
in the name of other firm. d) It shall be certified by the tenderer that they have not been De-listed / Blacklisted by any Institutional Agency /
Govt. department for participation in the tender & no other Firm / Sister Concern / Associate belongs to the same
group in participating / submitting the tender for job.
32. Laws Governing Purchase Order
The purchase order shall be governed by the Laws or Union of India for the time being in force.
33. Contractor must confirm whether any ex-employee (s) of NFL, is/are employed with you, if so the name, designation,
department and employee number of such employee(s) be indicated.
34. All Supplier/Service Providers/Contractors are requested to furnish the details regarding their status of Micro, Small and
Medium Enterprise under the MSMED Act-2006. The same is toward compliance of the provision of the MSMED Act-
2006 for identification of MSME Parties. Complete Small, Medium Enterprise Development Act-2006 can be
downloaded from www.and.nic.in/C_charter/indust/msmeac.2006.fdf. In case no information is given by you, it will be
presumed that you are not covered by the Act and consequently are not eligible to benefit admissible under the Act.All
MSME vendors who apply for registration under SC/ST category , Should submit documentary evidence in support of
the same.
35. Tenderers have to declare in their techno-commercial bid that: a No other Firm/Sister concern/Associate belonging to the same group of Vendor is participating/ submitting this
tender.
b The bidders, their associates, sister concerns etc. have not been black listed by any institutional agency/Govt.
Deptt./PSU in last 2 years.
36. In case a supplier/ contractor is found guilty of bribery, corruption, dishonesty, malpractice, submission of forged
documents, mis-representation, spurious supplies, fails to return the material issued for reprocessing/ manufacturing,
such supplier / contractor will be blacklisted alongwith other penal actions.
38. NFL reserves the right to cancel the PO in case of unsatisfactory performance, without any financial implication on
NFL. 39 Please also submit the copy of PAN card. 40 One person will be allowed to represent only one company during discussions/negotiations with NFL. If same person is
representing different companies with authorization letter from more than one company, such person will be allowed to
represent only the first company called for negotiations. 41 The prospective tenderers having any common partners/Directors/Managing partners, etc. or having any other common
criteria shall be considered as Sister/Group/Associates company . In such cases, only one of them will be eligible for
participating in the tender.
For Chief Manager (Matls.)
24 | P a g e
Annexure-E
ELIGIBILITY CRITERIA
S. No.
Condition Documents required
1. The Bidder should be manufacturer of Diesel Hydraulic Locomotives and should have supplied minimum 05 No. similar Locomotives to Govt. / Public sector / Private sectors during last seven years. (Cut off date for the seven years shall be techno-commercial bid opening date).
“Similar” means Diesel Hydraulic Locomotives for Shunting or Normal Operation in capacity range not less than 700 HP (Single/Twin Power Pack) on Indian Broad Gauge (1676 mm), with Hydraulic Transmission
Self-attested copies of executed Purchase Orders with full technical details of supplied Locomotives.
2. Out of the above 05 No. supplied Locomotives, minimum 03 No. Locomotives should be in satisfactory operation for the last three consecutive years as on tender opening date.
Satisfactory Performance Certificates from the users with their contact details.
3. Bidder should have permanent service facilities in India for technical support and spare part supply at short notice and shall be capable to provide spare and service support for a period of at least 15 years from the date of supply of equipment at NFL Bathinda.
Undertaking on bidder’s letter head that they will provide Spare & Service support for quoted Locomotive for a period of at least 15 years from the date of supply of the Locomotive at NFL Bathinda.
4. The average annual sales turnover during the last 03 financial years should not be less than Rs. 94.20 Lakhs.
Audited copy of annual accounts (i.e. Profit & Loss Account and Balance Sheets) for the year 2013-14, 2014-15 & 2015-16.
25 | P a g e
ANNEXURE –F
BANK GUARANTEE (FORMAT) FOR EMD
IN CONSIDERATION OF NATIONAL FERTILIZERS LIMITED (NFL), HAVING ITS REGISTERED OFFICE
AT SCOPE COMPLEX, CORE-III,7 INSTITUTIONAL AREA,LODHI ROAD, NEW DELHI-110 003
(HEREINAFTER CALLED NFL WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE SUBJECT
OR CONTEXT INCLUDES ITS SUCCESSORS AND ASSIGNS) HAVING AGREED TO EXEMPT
___________ (HEREINAFTER CALLED THE, THE SAID TENDERER(S ) ‟ WHICH EXPRESSION SHALL
UNLESS REPUGNANT TO THE SUBJECT OR CONTEXT INCLUDES HIS SUCCESSORS AND ASSIGNS)
FROM THE DEMAND UNDER THE TERMS AND CONDITIONS OF TENDER NO _____________________
FOR ___________________HEREINAFTER CALLED “THE SAID TENDERER‟ OF SUCH BID SECURITY
DEPOSIT FOR THE DUE FULFILLMENT BY THE SAID TENDERER(S) OF THE TERMS AND
CONDITIONS CONTAINED IN THE SAID TENDER _________________FOR ____________ON
PRODUCTION OF BANK GUARANTEE FOR RS.___________________ (RUPEES
________________________ONLY).
1. WE___________________BANK HEREINAFTER REFERRED TO AS „THE BANK‟ DO HEREBY
UNDERTAKE TO PAY TO NFL AN AMOUNT NOT EXCEEDING RS.____________
(RUPEES____________________ONLY) AGAINST ANY LOSS OR DAMAGE CAUSED TO OR
SUFFERED BY „NFL‟ REASON OF ANY BREACH BY THE SAID TENDERER(S) OF ANY OF THE
TERMS AND CONDITIONS CONTAINED IN THE SAID TENDER (THE DECISION OF THE
COMPANY AS TO ANY SUCH BREACH HAVING BEEN COMMITTED AND LOSS SUFFERED
SHALL BE BINDING ON US.
2. WE _______________BANK DO HEREBY UNDERTAKE TO PAY THE AMOUNTS DUE AND
PAYABLE UNDER THIS GUARANTEE WITHOUT ANY DEMUR MERELY OR A DEMAND FROM
„NFL' STATING THAT THE AMOUNT CLAIMED IS DUE BY WAY OF LOSS OR DAMAGE
CAUSED TO OR WOULD CAUSE TO OR SUFFERED BY „NFL‟ BY REASON OF ANY BREACH
BY THE SAID TENDERER(S) OF ANY OF THE TERMS OR CONDITIONS CONTAINED IN THE
SAID TENDER OR BY REASON OF THE SAID TENDERER‟S FAILURE TO KEEP THE TENDER
OPEN. ANY SUCH DEMAND MADE ON THE BANK SHALL BE CONCLUSIVE AS REGARDS
THE AMOUNT DUE AND PAYABLE BY THE BANK UNDER THIS GUARANTEE. HOWEVER,
OUR LIABILITY UNDER THIS GUARANTEE SHALL BE RESTRICTED TO AN AMOUNT NOT
EXCEEDING ________________(RS ____________________ONLY).
3. WE ____________________BANK FURTHER AGREE THAT THE GUARANTEE HEREIN
CONTAINED SHALL REMAIN IN FULL FORCE AND EFFECT DURING THE PERIOD THAT
WOULD BE TAKEN FOR THE FINALIZATION OF THE SAID TENDER AND THAT IT SHALL
CONTINUE TO BE ENFORCEABLE TILL THE SAID TENDER IS FINALLY DECIDED AND
ORDER PLACED ON THE SUCCESSFUL TENDERER AND/ OR TILL ALL THE DUES OF NFL
UNDER/OR BY VIRTUE OF THE SAID TENDER HAVE BEEN FULLY PAID AND ITS CLAIMS
SATISFIED OR DISCHARGED OR TILL A DULY AUTHORIZED OFFICER OF NFL CERTIFIED
THAT THE TERMS AND CONDITIONS OF THE SAID TENDER HAVE BEEN FULLY AND
PROPERLY CARRIED OUT BY THE SAID TENDERER(S) AND ACCORDINGLY DISCHARGES
THE GUARANTEE. UNLESS A DEMAND OR CLAIM UNDER THIS GUARANTEE IS MADE ON
US IN WRITING ON OR BEFORE THE ___________TO INCLUDE 3 MONTHS CLAIM OVER AND
ABOVE THE PERIOD MENTIONED IN THE PARAGRAPH FOR THE VALIDITY OF THEBANK
GUARANTEE IN THE TENDER WE SHALL BE DISCHARGED FROM ALL LIABILITY UNDER
THIS GUARANTEE THEREAFTER.
4. WE ______________________________BANK, LASTLY UNDERTAKE NOT TO REVOKE THIS
GUARANTEE DURING ITS CURRENCY EXCEPT WITH THE PREVIOUS CONSENT OF „NFL‟ IN
WRITING.
DATED________________DAY OF______________________2016
CORPORATE SEAL FOR BANK
26 | P a g e
ANNEXURE –G
SECURITY DEPOSIT-CUM-PERFORMANCE BANK GUARANTEE FORMAT
(To be prepared on Stamp paper issued in the name of Bank) This BANK GUARANTEE No. _____________________________ made this day of____________________________
between _____________________________________________________ a bank incorporated and having its registered office at
______________________________ (hereinafter called BANK) which expression shall unless repugnant to the context or
contrary to the meaning thereof include its successors and assigns on the one part and NATIONAL FERTILIZERS LIMITED, a
Company registered in India under Companies Act, 1956 and having its registered office at Core - III, Scope Complex,
7,Institutional Area, Lodhi Road, New Delhi - 110 003, India to the context or contrary to the meaning thereof include its
successors and assigns on the other part.
WHEREAS in pursuance to the agreement dated ____________________(hereinafter called CONTRACT) entered into between
National Fertilizers Limited (hereinafter called OWNER and__________________________________________ a Company
incorporated in
_______________________ (hereinafter called CONTRACTOR) which expression shall unless repugnant to the context or
contrary to the meaning thereof include its successors and assigns, for supply
of____________________________________________ as envisaged in the Contract, Contractor has to submit a Security
Deposit-cum-Performance Bank Guarantee for Rs._________.
CONTRACTOR accordingly agrees to furnish the Security cum performance Bank Guarantee as hereinafter contained towards
fulfillment of all of its obligations under the contract.
NOW THIS DEED WITNESSES AS FOLLOWS:
1. In pursuance of the Contract, the Bank hereby guarantees as a direct responsibility to OWNER that the BANK is holding the
amount of
Rs.______________________________________at Owner's disposal and hereby promises and shall be bound to pay to
OWNER, forthwith at Owner's written notice stating that the contractor has failed to fulfill its obligations under the contract for
reasons for which contractor is liable and without any protest or demur and without recourse to contractor and without asking for
any reasons as to whether the amount if lawfully asked for by Owner or not, the entire amount or the portion thereof as
mentioned by Owner in the notice. The decision of the Owner as to whether the terms and conditions of this Security Deposit
cum-Performance Bank Guarantee have been observed or not shall be final and binding on the BANK. In any case, however the
Bank's responsibility under this Security Deposit-cum-
Performance Bank Guarantee is limited to Rs. _______________________________________.
2. This Security Deposit-cum-Performance Bank Guarantee shall be valid for an initial period of____________________ months
from the date of this Bank Guarantee No.___________________ dated ______________ given by the Bank to Owner become
effective.
Upon issuance of Commissioning / Erection / Completion certificate according to terms of contract on expiry of
_________________ months after the issuance of the above mentioned certificate of commissioning / erection / completion
certificate, the Security Deposit-cum-Performance Bank Guarantee shall become null and void.
3. This Security Deposit-cum-Performance Bank Guarantee shall be in addition to and shall not affect or be affected by any other
security now or hereafter held by Owner on account of money hereby intended to secure and Owner at its discretion and without
any further consent from the Bank, and without affecting its rights against the Bank, may compound with, give time or other
indulgence to or make any other arrangement with Contractor and nothing done or omitted to be done by Owner in pursuance of
any authority or permission contained in this guarantee, shall effect discharge of the liability of the Bank.
4. UNLESS PREVIOUSLY CANCELLED BY THE OWNER, this Security Deposit-cum-Performance Bank Guarantee will
remain in force initially up to __________________months from the effective date of Bank Guarantee No. ________________
dated
____________ given by the Bank to the Owner and subject to provisions of paragraph 2 above will stand automatically cancelled
on the expiry of the said period. Unless demand or claim under this Bank Guarantee is made on Bank in writing within three
months from the
date of expiry of this Bank Guarantee, all the rights of Owner against the Bank shall be forfeited and Bank shall be relieved and
discharged from all the liabilities hereunder.
5. Any notice by way of request, demand or otherwise hereunder may be sent by post to the Bank, addressed as aforesaid, and if
sent by post, it shall be deemed to have been given at the time when it would be delivered in due course of post, and in proving
such notice, when
given by post, it shall be sufficient to prove that the envelope containing the notice was posted and a certificate, signed by an
officer of the owners, to the effect that the envelope was so posted, shall be conclusive.
6. The Security Deposit-cum-Performance Bank Guarantee is to be returned to the Bank after its expiry in terms of Paragraph 4
above.
7. The Bank declares that it has the power to issue this guarantee and the undersigned have full power to do so.
Dated _______________ this __________________ day of _____________.
(Indicate the name of the Bank with stamp)
27 | P a g e
Annexure -I
Loading Criterion The tenderers must accept the terms and conditions stipulated in NIT failing which the offer
is liable to be rejected at the sole discretion of NFL. NFL however, may at its sole discretion
accept offers having deviation to NIT terms and conditions in respect of EMD, Security
Deposit and Liquidated Damages etc. by adopting the loading criteria as below. All loadings
shall be on CIF(Import)/ Ex- Works (Domestic) prices. Sr.No Loading Criterion Description.
1 Offers received without EMD EMD amount (absolute value), as required in the NIT shall be loaded
on landed cost of total offer value.
2 Non-submission of SD
2.1 Bank Guarantee Less than 10% (10%- (quoted percentage)) of basic price @SBI MCLR + 1 %); on
short fall in Bank Guarantee value agreed by the bidder for delivery
period with additional one month period
3 Loading on Account of discrepancy in Performance
Bank Guarantee
3.1 Less than 10 % 10 % - quoted percentage of CIF/EX-works prices, for interest @
(SBI MCLR + 1 %)
4 Loading on Account of discrepancy in the Warranty
/ Guarantee Period
[10% of CIF / Ex-Works Price * (no. of Months as per NIT - No. of
Months Quoted)] / No. of Months as per NIT
5 Over-riding Conditions for 3 & 4 above If the Sum of 3 & 4 is more than 10 % of CIF / Ex-Works prices, then
the loading shall be limited to 10 %
6 Payment Terms For interest @ (SBI MCLR + 1 %) as following
6.1 Interest Calculation against Mobilization Advance Advance against LoI / PO
Full Delivery Period + 30 Days
6.2 Interest Calculation on progressive payment
6.21 Against Submission of Drawing Full Delivery Period less one month
6.22 Against Drawing Approval Full Delivery Period less one month
6.23 Against placement of PO for Raw Material a. If delivery period < 8 months Full delivery period less two months
b. If delivery period > 8 months Full delivery perios less three
months.
6.24 Against Shipment of raw materials Full Delivery Period less five month or five months whichever is more
6.25 Against Receipt of raw material Full Delivery Period less six month or four months whichever is more
6.26 Against payment for dispatch of materials / through
bank
A. Foreign Bidders = Three Months
B. Indian Bidders = Depending on delivery conditions viz. Ex-works -
one & half months FOR Destination - One month
6.27 Against Payment within 30 days Nil
7 For Other Deviation like Packing & Forwarding (P
& F)
2 % of Basic Price if party has not quoted P & F charges
8 Loading of Freight in percentage terms
8.1 In case weights and distances are known for all
suppliers
I. For Smalls : Inland transportation charges shall be calculated at the
rate of Rs. 4.50 per Km/MT
II. For Truck Loads : @ Rs 3 Km/MT
8.2 While undertaking item wise evaluation where item
wise weights are not available
8.3 Transportation from the vendors situated within a
distance of 400 Kms
1 % CIF / Ex-works Prices
8.4 Transportation from the vendors situated within a
distance of 401 Kms to 800 Kms
2 % CIF / Ex-works Prices
8.5 Transportation from the vendors situated within a
distance of more than 800 Kms
3 % CIF / Ex-works Prices
9 Loading for discrepancy in acceptance of Liquidated
damages Clause
9.1 0.5% per week subject to a ceiling of 5 % of total
order value
No Loading
9.2 0.5% per week subject to a ceiling of 2.5 % of total
order value
2.5 % Loading
9.3 Damages accepted on undelivered value instead of
Total Order Value
2.5 % Loading
9.4 Non-acceptance of Damages 5 % Loading
28 | P a g e
Annexure- H
TECHNICAL SECTION
OF
TENDER DOCUMENT
(NFB/PUR/SC/163153 Dated 03.8.2017 : Shunting Locomotive )
Required For
NATIONAL FERTILIZERS LIMITED
BATHINDA UNIT
29 | P a g e
TECHNICAL SECTION
SPECIFICATIONS
(A) Design, Manufacture, Supply, Testing and Commissioning of Shunting Locomotive having Twin-
Power-Pack, Two Diesel Engines with 4 Axles and Two Hydraulic Turbo Reverse Transmissions of
Total Drive Power minimum 800 HP; the drive from the Transmission to Wheel will be through
Final Drives and Heavy Duty Cardan Shafts.
(B) The detailed technical requirement and mechanical design requirement shall be as per Annexure-
I.A & I.B.
(C) All CONSUMABLES like Filters, Gaskets, Hoses, Lubricants, etc and MANITENANCE SPARES
required during Guarantee period as per clause (8) below for their recommended Preventive
Schedule Maintenance / Services of the Diesel Engines and Assemblies / Sub-assemblies of
complete Locomotive as recommended by the Bidder / Manufacturer of Sub-assemblies are to be
supplied along with Locomotive and shall be QUOTED AS LUMP SUM inclusive in cost of
Locomotive. However, Bidder shall submit Schedule for Preventive Maintenance / Services and
the List of all such Items / Spares required for it mentioning their Part Numbers with Installed and
Recommended Quantities. Bidder shall also submit CERTIFICATE confirming that during the
Guarantee Period as per clause (8), requirement of any additional Spares/Parts if any other than
the List shall be supplied free of cost.
(D) Bidder shall submit quotation for 02 (two) years Recommended Maintenance Spares with list of
Installed and Recommended Quantities for Diesel Engines and Assemblies / Sub-assemblies for
complete Locomotive. However, it will be NFL discretion to purchase ALL/PARTIAL/NIL
recommended maintenance SPARES along with locomotive.
TECHNICAL TERMS & CONDITIONS:
1. The following information should be furnished along with the quotation for technical assessment: 1.1. Complete Scope of Supply. 1.2. Complete Catalogue/Technical Literature of quoted Locomotive Engine. 1.3. G. A. drawing of the Locomotive
1.4. Quality Assurance Plan. 1.5. Documents as required as per Eligibility Criteria. 1.6. Minimum Delivery Period. 1.7. Deviations, if any, from terms and conditions of NIT. 1.8. Maintenance Spares required during Guarantee Period as per (C) above. 1.9. Two years Maintenance Spares as per (D) above.
30 | P a g e
2. For financial evaluation of bid following shall be considered: a) Cost of Locomotive as per (A) & (B) above. b) Commissioning and Transportation charges. c) Lump sum cost of maintenance spares required as per (C) above. d) AMC charges as per (4) below.
3. Party must confirm availability of after sales service in India as well as availability of spares, including for Engines of the offered Locomotive for atleast next 15 years without obsolescence.
4. Party shall quote to undertake AMC (Annual Maintenance Contract) of Locomotive Engine for a period of 03 (Three) years after the expiry of Guarantee/Warrantee period. Under AMC party must consider minimum four visits in a year to NFL site for checking & Services of Loco. The AMC charges will be included in the cost of Loco for evaluation of overall Lowest Bid. Detail terms & conditions of AMC offered to be furnished in the Technical Bid.
5. Bidder shall furnish complete details/documents along their Technical Bid. Bidder shall
furnished Technical Specifications & Design Data of their quoted shunting locomotive in
the Performa attached as per Annexure-I.A & Annexure-I.B.
6. If required, NFL may inspect the locomotive at party’s work before dispatch. Party shall intimate the readiness of the locomotive 15 days in advance.
7. The successful Load Test of the supplied Locomotive shall be carried out at NFL Bathinda site in-line to Haulage Capacity Chart in presence of representatives of Party and NFL.
8. Guarantee/Warranty: Party must stand Guarantee towards any defect in Design, Manufacture or faulty workmanship revealed during actual usage of the Locomotive for a period of 24 months/5000 running Hrs from Date of Dispatch/Commissioning , whichever is earlier. The party will rectify the defect/replace the defective parts or assemblies free of charge at NFL site during the above period. New parts shall have to be arranged by party at their own cost.
9. Commissioning at site: Party will depute their personnel for commissioning of Locomotive at Bathinda site. Commissioning of Locomotive is to be done within a week it reaches at Bathinda site.
10. Party shall submit the following Certificates/Documents along with supply of
Locomotive:
10.1. Test Certificates / Documents for Diesel Engines and Assemblies / Sub-
assemblies of Complete Locomotive as per Standard Engineering Practices, as
below:
i. Load Test of Diesel Engines ii. Load Test of Hydraulic Transmissions
iii. Manufacturer Test Certificates of bought out items / assemblies like Cardan Shaft, Coupling, Air Compressor, Brake Equipments, Couplers, Side Buffers, Wheels, Bearings, Axles, Springs, etc.
iv. Certificates of other manufactured items like Under-Frame, Bogie, Cabin, Hood, Fuel Tank, Spring Beam, Axles Drive Housing, Shafts, Gears, Axle, Wheel Axle assembly etc.
31 | P a g e
10.2. Four sets of O&M manuals in English language consisting of following details
along with techno-commercial bid:
i. Spare Parts details along with Part No. & installed quantities
ii. G. A. drawing of the Locomotive.
iii. Grades of Lubricants, Greases, Hydraulic oils used in the Locomotive
with their international equivalents.
iv. Detailed cross sectional drawings of sub-assemblies indicating Part Nos.
v. Electrical wire circuits diagrams.
vi. Pneumatic Control Circuit / Diagram.
10.3. Emission certificate for Diesel Engine as per BS-III or latest standard.
10.4. Guarantee/ Warranty Certificate as per Clause No. 8 above.
11. Final acceptance/inspection of the Locomotive shall be done at Bathinda after hauling load testing & confirmation of various features under joint inspection of NFL and the supplier.
12. Party will impart training to Loco Drivers as well as maintenance staff of NFL at for 6 days for operation and routine maintenance of the Locomotive for free of cost.
Boarding & lodging shall be provided in NFL Guest house on chargeable basis, subject to availability in case of training at NFL Bathinda. Local Transportation will be arranged by the party at their own cost.
Boarding and lodging charges shall be borne by NFL in case of training at party’s work.
13. Locomotive shall be dispatched by Rail. All Statutory / Legal requirements from RDSO / Zonal Railways, etc, if any for manufacturing as well as transportation of the Locomotive shall be arranged and borne by the party.
14. The locomotive shall be painted after thorough cleaning with two coats of red oxide primer. The under frame shall be painted black with two coats of Synthetic Enamel Paint. The end plates shall be painted in zebra pattern in black and yellow.
32 | P a g e
Annexure-I.A
Specification for Diesel Shunting Locomotive
Sr. No.
Detail NFL Requirement Data/Confirmation by Vendor
Basic Data for Diesel Shunting Locomotive
1 Manufacturer To be specified by vendor
2 Offered Make & Model To be specified by vendor
3 Service Shunting
4 Power Rating of Locomotive 800 HP, Twin Power Pack
5 Classification: Axle arrangement To be specified by vendor
6 Number of Axles: Driven/Non Driven Four, All Driven
7 Overall dimensions: DRG. No To be specified by vendor
8 Rail Gauge (mm) 1676
9 Maximum Axle Load (Te) ± 3% To be specified by vendor
10 Weight of Locomotive on Rail under working conditions (Te) ± 3%
To be specified by vendor
11 Maximum Tractive Effort (kN) To be specified by vendor
13 Wheel Diameter over tread (mm) To be specified by vendor
14 Fuel Tank Capacity (Liters) To be specified by vendor
15 Maximum radius of curve that can be negotiated (M) To be specified by vendor
16 Tractive Effort Vs Speed Curve No. To be specified by vendor
17 Maximum Geared Speed of Locomotive (kmph) To be specified by vendor
18 Maximum continuous tractive effort (kN) To be specified by vendor
19 Minimum Speed at Maximum Continuous Tractive Effort (kmph)
To be specified by vendor
20 Diesel Engine
21 Diesel Engine make Cummins/Caterpillar
22 Model Number/Type To be specified by vendor
23 No. of Cylinder To be specified by vendor
24 Type of Cycle Four stroke
25 Bore and Stroke To be specified by vendor
26 Displacement (Leter or cu.in) To be specified by vendor
27 Rated Speed of Engine (rpm) To be specified by vendor
28 Rated Gross Output Power (± 5%) under standard condition - Intermittent (HP)
To be specified by vendor
29 Rated Gross Output Power (± 5%) under standard condition - Continuous (HP)
To be specified by vendor
30 Number of Engine installed per Locomotive Two
31 Description of pressure charging Turbo Charged and after cooler
32 Conforming to STD To be specified by vendor
33 Fuel consumption @ 100% Load To be specified by vendor
34 Transmission
35 Transmission Type: Hydraulic Hydraulic
36 Make of Transmission Suri / Kirloskar / Voith
37 Model To be specified by vendor
38 Drive to Axle To be specified by vendor
33 | P a g e
Annexure-I.B
Mechanical Design of Locomotive
Sl.No
Arrangement
NFL Requirement
Data / Confirmation by Vendor
1 MAIN FRAME The mainframe will be of robust box type design, Fabricated from IS-2062 quality of weldable steel designed to withstand high loads and static buffing strength. The complete frame should be of welded construction to give good torsional stability and resistance to impact and bending respectively. The construction is well braced with transverse and longitudinal members to withstand buffing and draw gear loads encountered during shunting operations. The design of the main frame includes a heavy deck plate extending over entire frame length for mounting of main equipment. Provision should be given for lifting of complete locomotive with its super structure and equipment and also for lifting the body of the locomotive by means of high lift jacks.
2 BOGIE The bogies will be of BB design and of robust construction to withstand the maximum traction and braking forces during operation. Design characteristics include high adhesion, low weight transfer and satisfactory riding comfort. Horn guide faces are provided with manganese steel liners. Design provides for equalizing load on the axles.
3 WHEEL AXLE & FINAL DRIVE
Monoblock, heavy duty rolled steel wheels conforming to Indian Railway specifications R34. Axles are manufactured from high grade steel forgings, heat treated appropriately, ultrasonically tested and designed to withstand heavy impact load and bending stresses compliant to Indian Railway specification. Grease lubricated heavy duty roller bearings should be located in robust cast steel housings with renewable wear resistant steel liners bearing against similar liners on bogie horns. The axle boxes should be designed to withstand the heavy jerks.
4 JACKING PADS Provision has been made in the frame for lifting of complete locomotive with bogies or lifting the under frame and super structure by means of lifting jacks after disconnecting bogies.
5 DRIVERS CABIN The Locomotive is provided with full width single driving cab properly ventilated and fully insulated and sound proof with all round visibility. The design is based upon sound ergonomic considerations for maximum driver comfort. Two entrance doors are provided on diagonally opposite sides. Location of controls, gauges and instrumentation are arranged for easy accessibility and visibility. There is provision for single control panel with two driver's desk having controls for movement of Locomotive in either direction. Heavy duty pneumatically operated windscreen wipers are provided for front and rear windows.
6 SUPER STRUCTURE
Bonnet type construction with hinged side doors with louvers. Provision exists for walkway right around the Locomotive. Rain water gutters are provided for drainage along the length of the
34 | P a g e
Locomotive.
7 FUEL TANK Fuel tank is manufactured from heavy gauge steel, well baffled and ventilated. The fuel tank will be located under the deck. Two numbers graduated (Litres) and protected fuel gauges will be provided on either side of the tank.
8 DRAW AND BUFFER GEAR
The Locomotive is fitted with at each end with transition type couplers and side buffers standardised for operation.
9 SUSPENSION Helical Springs conforming to Indian Railway Specification R1 for Silicon Manganese Steel or AAR Specification M-114 or equivalent have been used to transfer the load from pivot to the axles.
10 COW CATCHER Cow catcher of robust construction and bolted to the buffer beam is provided at end of the Locomotive.
11 DIESEL ENGINE The locomotive will powered with two Four-sroke Diesel Engines which will be proven for traction application and operates reliably under tropical conditions. Engine Starting will be of electrical type and Engine rating will be designed for maximum load requirement for traction and power requirement for auxilaries.
12 RADIATOR ARRANGEMENT
The water cooling system for both Engines system and transmission oil is pressurized and of robust construction with provision of twin radiators of adequate capacity to handle the cooling requirements under continuous full load conditions.
13 HAND RAIL & FOOTSTEPS
Suitable hand rails will be provided along the side of the hood, across ends and near footsteps. Footsteps will be of non-skid plates provided at four corners of the frame and near entrance doors.
14 AIR INTAKE ARRANGEMENT Air intake is filtered through primary and secondary filters.
15 TRANSMISSION The locomotive will be fitted with of Suri / Kirloskar / Voith make transmissions with torque converter for forward & reverse capability, which are proven design for application and operates reliably. The transmission will be of instant turbo reversing clutchless type and will be designed to automatically adjust the torque requirements which commensurate with demands from the trailing load input and output power to and from the transmissionis through heavy duty cardan shaft.
16 BATTERIES Lead acid storage heavy duty 24 V Storage Batteries of robust and proven design and of adquate capacity will be provided in a fabricated steel box, suitably located for inspection and topping up together with adequate ventilation and drainage.
17 BRAKE RIGGING ARRANGEMENT
Locomotives are fitted with compressed air brake system design using reputed brake components. The braking system is designed such that with full brake pressure, the braking force on brake shoes is 80% of the maximum weight of the Locomotive. All wheels of the Locomotive are braked and the brake shoes are made from Ferrodo. Additionally, the locomotive will be equipped with Air brake system for trailing load. The location of the brake valve should be either side of desk board in corner of operator cabin and in front of operator’s sheet Slack adjusters
35 | P a g e
should have designed for adjustment of brakes to take care of the wear on brake block and to maintain effective braking on the locomotive.Also the Locomotive should be equipped with suitable parking brakes / hand brake operated from the cab for holding the vehicle on gradients during Emergency / Parking.
18 WARNING HORNS
Dual tone Pneumatic Horns will be fitted facing outwards operatable from either side of the control desk.
19 WIND-SCREEN WIPERS
Heavy duty pneumatically operated wind-screen wipers should have provided for front and rear lookout fixed windows.
20 FUEL TANK Fuel Tank should have fabricated from heavy gauge steel with ample baffles as provision against surge. The tank should facilitated with the mechanical as well as gauge glass and shall have provision of Filling points.
21 SANDING ARRANGEMENT
Pneumatic sanding gear of reliable and robust type is provided so that sand is available on the leading wheels of each bogie in either direction of travel.
22 FIRE EXTINGUISHER
A fire extinguisher of dry powder CO2 cartridge type should be provided in the driver’s cabin.
23 COMPRESSOR The air compressor is designed of adequate capacity to meet the requirements for both the braking system and auxiliary controls.
24 PAINTING The painting scheme will be as per NFL requirement/ manufacturer standard and painting will be satisfactory enough to last harsh operating conditions atsite.
25 PNEUMATIC PIPING
Pneumatic pipes will be used on the Locomotive control to specification IS:1239. The layout will be designed to allow easy access with provision of long length with minimum bends and elbows. Electrical conduits will be seperated out from the pneumatic piping with the length of te piping/cables kept to the bear minimum with junction boxes for access and fault rectification. All cable and wires will be taggedand tabled as per standard practice. Pipe/ducts and conduits will be marked with different colours for easy identification.
26 ELECTRICAL EQUIPMENT
Head light and Tail light Cabin light Two fans in Cabin Two plug points at each side underneath the running board for use of portable inspection lamp One portable inspection lamp with flexible cables Switches for lights and fans Proper lighting in engine compartment
27 CONTROL EQUIPEMENT AND INSTRUMENTATION
Adequate control equipment including gauges, instruments and safety devices are provided for safe and satisfactory operation of Locomotive. Control stands are positioned in such a way as to enable driving in either direction.
The following controls, gauges and safety devices are provided
Controls
Engine Start-Stop
Engine throttle-cum-forward/reverse
Illumination
36 | P a g e
Brake
Horn
Windscreen Wipers
Sanding
Instruments and Gauges
Engine Service hour meter
Engine RPM meter
Speedometer
Engine Oil Pressure Gauge
Engine Water Temperature Gauge
Air Pressure Gauges for Brake system
Brake cylinder Pressure Gauge
Control air pressure gauge
Main Air Reservoir Pressure Gauge
Ammeter for Battery
Transmission Oil Pressure and Temperature Gauges
Warning Signals / Indication Lamps and Safety Devices:
Low lube Oil Pressure: Transmission Power cut-off and Engine shut down
Radiator water temperature too high: Power to Transmission cut off and Engine shut down
Engine RPM too high: Power to Transmission cut-off and Engine shut down
Transmission Oil Temperature too high: Transmission Power cut-off
Exhaust Gas Temperature too high: Engine shut down
Transmission On: Indication signal
Battery discharge: Indication signal
Head light/ Parking lights On: Indication signal
All the instruments and gauges are of proven and reliable design. In addition to above safety devices, protection against electrical overload are also provided.
28 Quality Assurance Plan
The Locomotive will be built as per the standard and specifications laid out in manufacturer's Quality Assurance Plan covering materials, bought out items manufacturing processes, workmanship and testing requirements for sub assemblies and the finished Locomotive.
37 | P a g e
Annexure - C
PRICE BID FORMAT - PART-II
For : Design, Manufacture, Supply, Testing and Commissioning of Shunting Locomotive
S
N
o.
Item Description
Unit Qt
y. off
ere
d
Basic
Price Per No.
Total Price
P&F charges on total price (In %age)
P&F charges on total price (In Rs)
G.S.T on Total price + P&F (in %age)
G.S.T on Total price + P&F (in Rs)
Freight upto NFL stores, BTI (excluding transit insurance & GST (in Rs.)
GST Rate applicable on freight charges (in %age)
GST Rate applicable on freight charges (in Rs)
Any Other charges.
Total Landed price FOR NFL Store Bathinda for offered Qty. ( in Rs.)
Total Landed price FOR upto NFL Bathinda (In Words.)
1 Design, Manufacture, Supply, Testing and Commissioning of Shunting
Locomotive having Twin-Power-Pack, Two Diesel Engines with 4
Axles and Two Hydraulic Turbo Reverse Transmissions of Total Drive
Power minimum 800 HP; the drive from the Transmission to Wheel
will be through Final Drives and Heavy Duty Cardan Shafts.
No 01
2 Commissioning Charges including GST/ Service Tax etc.
3
Lumpsum cost of spares required during Guarantee / Warranty period.
4
Lumpsum AMC Charges of Locomotive for 03 years after the expiry
of Guarantee/warrantee period.
Total Landed Cost (1+2+3+4)
1. Transit Insurance shall be arranged by NFL.
2. TDS will be deducted as per prevailing Govt. rules, if applicable.
3. The above quotation has been prepared after taking into account all the terms and conditions of Tender Document Downloaded by us.
Dated : ______________ Signature of Tenderer or their
Authorized Representative
:
____________________
Place : ______________ Name & Address of Tenderer : ____________________
Phone No. : ____________________
Fax No. : ____________________
E.Mail Address : ____________________
38 | P a g e
39 | P a g e
40 | P a g e
41 | P a g e
42 | P a g e