,oa iekf.krbdkb (An ISO 9001, ISO 14001 & OHSAS 18001 ... · PDF file8 Technical Data...

41
1 us'kuy QfVZykbt+lZ fyfeVsM National Fertilizers Limited (Hkkjr ljdkj dk midz e) (A Government of India Undertaking) xksgkuk jksM] ikuhir] gfj;k.kk 132106 Gohana Road, Panipat, Haryana 132106 (ISO-9001, ISO-14001 ,oa OHSAS-18001iz ekf.kr bdkbZ ) (An ISO-9001, ISO-14001 & OHSAS-18001 Certified Unit) : 0180-2652481 ls 483 & 485, 0180-2681301 ls 304 : 0180-2652481 to 483 & 485, 0180-2681301 to 304 bZ -esy: [email protected] QSDl: 0180-2652515 E-mail: [email protected] FAX : 0180-2652515 ;w -vkj-,y-: www.nationalfertilizers.com URL: www.nationalfertilizers.com Tender Document Name of work : Supply, Erection and commissioning of Complete online system of analyzing Liquid Effluent , Networking & communication to CPCB & HSPCB server through NFL’s Broadband Server on LSTK basis including Five years CMC (Detailed specifications as per annexure-II). For M/s National Fertilizers Limited, Panipat (S K Shukla ) DGM(TS and R&D) Contact No. -08295811553

Transcript of ,oa iekf.krbdkb (An ISO 9001, ISO 14001 & OHSAS 18001 ... · PDF file8 Technical Data...

1

us'kuy QfVZykbt+lZ fyfeVsM

National Fertilizers Limited

(Hkkjr ljdkj dk midze) (A Government of India Undertaking)

xksgkuk jksM] ikuhir] gfj;k.kk – 132106 Gohana Road, Panipat, Haryana – 132106

(ISO-9001, ISO-14001 ,oa OHSAS-18001izekf.kr bdkbZ) (An ISO-9001, ISO-14001 & OHSAS-18001 Certified Unit)

: 0180-2652481 ls 483 & 485, 0180-2681301 ls 304 : 0180-2652481 to 483 & 485, 0180-2681301 to 304

bZ-esy: [email protected] QSDl: 0180-2652515 E-mail: [email protected] FAX : 0180-2652515

;w-vkj-,y-: www.nationalfertilizers.com URL: www.nationalfertilizers.com

Tender Document

Name of work :

Supply, Erection and commissioning of Complete online system of analyzing Liquid Effluent , Networking & communication to CPCB & HSPCB server through NFL’s Broadband Server on LSTK basis including Five years CMC (Detailed specifications as per annexure-II).

For M/s National Fertilizers Limited, Panipat

(S K Shukla )

DGM(TS and R&D)

Contact No. -08295811553

2

Index

Sr. No. Subject Page No.

1 Name of Work 1

2 Index 2

3 Notice Inviting Tender 3-6

4 Eligibility Criteria Format (Annexure-I) 7

5 Technical Specifications. (Annexure-II) 8-11

6 Scope of Work and Technical Conditions (Annexure-III)

12-14

7 Flow Diagram Liquid Effluent Analyzer 15

8 Technical Data Requirements Format ( Annexure-IV) 16

9 Indicated List of Materials(Annexure-V) 17

10 Recommended List of Spares(Annexure-VI) 18

11 Special Terms & Conditions 19-22

12 General Terms and Conditions 23-34

13 Declaration Form-I & II 35-36

14 Information Regarding Tenderer PROFORMA-1 37

15 Detail of Experience PROFORMA-2 38

16 Present Commitments PROFORMA-3 39

17 Declaration of Tenderer for Downloading the Tender

Document

40

18 Price Bid Performa(Annexure-VII) 41

3

us'kuy QfVZykbt+lZ fyfeVsM

National Fertilizers Limited

(Hkkjr ljdkj dk midze) (A Government of India Undertaking)

xksgkuk jksM] ikuhir] gfj;k.kk – 132106 Gohana Road, Panipat, Haryana – 132106

(ISO-9001, ISO-14001 ,oa OHSAS-18001izekf.kr bdkbZ) (An ISO-9001, ISO-14001 & OHSAS-18001 Certified Unit)

: 0180-2652481 ls 483 & 485, 0180-2681301 ls 304 : 0180-2652481 to 483 & 485, 0180-2681301 to 304

bZ-esy: [email protected] QSDl: 0180-2652515 E-mail: [email protected] FAX : 0180-2652515

;w-vkj-,y-: www.nationalfertilizers.com URL: www.nationalfertilizers.com

Notice Inviting Tender

Ref. No. NFL/PT/TS/LAB/73-B Dated: 14.11.2014

To

_________________________________

__________________________________

__________________________________

Sub: Supply, Erection and commissioning of Complete online

system of analyzing Liquid Effluent , Networking &

communication to CPCB & HSPCB server through NFL’s

Broadband Server on LSTK basis including Five years

CMC.

Dear Sir(s)

Sealed Tenders are invited for the work as detailed below:-

1. Name of Work As mentioned above.

2. Earnest Money Rs. 50000.00(Fifty Thousand Only)

3. Tender Fee Rs. 750.00 (Inclusive of VAT)

4.

Estimated Value of the Work Rs. 30 Lac (Thirty Lac Only)

(inclusive of all Taxes/duties)

5. (a) Validity of Contract Three month completion period of

work plus 12 months warrantee period

plus 5 five years CMC period.

(b) Time of Completion Three Months after issuance of LOI

6. Last date of issue of Tenders 07-04-2015 At 2:30 PM

4

7. Last date and time of Receipt of Tenders 07-04-2015 At 3:00 PM

8. Date and time of Opening of Technical Bid 07-04-2015 At 3:30 PM

9. Place of receipt and Opening of Tenders Office of :DGM(TS and R&D)

10 Date and time of Opening of Price Bid Shall be intimated

Note : In case tender is asked by the party by Post, the tender sets shall be dispatched upon

the receipt of the tender fee and Rs. 50.00 as dispatch fee will be charged. Tenders

can also be downloaded from NFL’s web site www.nationalfertilizers.com , which shall

be submitted along with the requisite tender fees and EMD.

10. All requests for interpretation, clarification & queries in connection with Tender shall be

addressed in writing to DGM (TS and R&D) at least 7 (Seven) days prior to the closing date

of the tender. Bidders can visit to our installation site before submitting his bid for any

technical clarification required.

11. The Tender shall be submitted duly super scribed with Name of Work as mentioned above

12. The rate should be quoted in the Units given in the Schedule of Rates. The rates should be

quoted in words and figures. The rates quoted shall remain valid for 120 days from date

of opening of technical bids.

13. National Fertilizers Limited reserves the right to reject any or all tenders and also does not

bind to accept the lowest tender.

14. Tender shall be submitted in as under:

Envelop No. 1:

Will be super scribed “EMD” (Earnest Money Deposit) and shall contain earnest money

deposit of Rs.50000.00 (Rupees Fifty Thousand only) and Rs.750.00 (Rupees Seven

hundred fifty only) as Tender Fees in the form of a crossed demand draft (issued by any

scheduled bank except rural and cooperative bank in favour of National Fertilizers Limited,

Panipat payable at Panipat.

Envelop No. 2:

Will be super scribed “TD” (Tender Documents) and shall contain terms and conditions set

for the tender duly sign by the tenderer or their authorized representative.

Envelop No. 3:

Will be super scribed “PB” (Price Bid) and shall contain the rates and amount quoted in the

prescribed schedule of rates.

All the three sealed envelopes shall be submitted in a separate sealed envelope super

scribed Bid for the work as mentioned above.

15. OPENING OF TENDERS:

5

Envelop No. 1: Marked “EMD” containing earnest money will be opened first, on the

scheduled date and time of opening of tender in presence of those tenders who wish to be

present at the time of Tender Opening.

Envelop No. 2:

Marked “TD” will then be opened and clarifications shall be sought from the respective

tenderer if any.

Envelop No. 3:

Marked “PB” will be opened subsequently. Date and time shall be informed to Eligible

Bidders.

16.(I) Tender shall submit along with the tenders full particulars of their capacity, experience giving

the list of similar jobs carried out by them during the last seven years, the complete address

or organization for which such works have been executed and also substantiate their

furnishing the copy of their credentials as per NIT. In the absence of these documents tender

will not be considered.

(II) The following documents are to be submitted with the quotation in the envelope No. 2, failing

which the tender will be liable for rejection:

a) Certified copy of Permanent Account Number (PAN) from Income Tax Authorities. b) Certified copy of Proof of PF Registration No. c) Certified copy of Service Tax Registration No. along with documentary proof thereof. d) Certified copy of ESI Registration No. along with documentary Proof. e) Declaration Forms I & II. f) An Affidavit on Non-judicial Stamp Paper of Rs.10/- duly attested by Notary stating :

With reference to NIT No. ________________ dt. ________________ of National Fertilizers

Ltd., Panipat for the work __________________________________________________ I,

___________________________________

S/o Sh. ________________________________ R/o

__________________________________ Proprietor / Partner / Authorized Representative

of the firm M/s ___________________________do solemnly affirm and declare as under:-

i) That my/our firm/sister concern etc. has not been black listed or put on holiday by any Institutional Agency / Government Department / Public Sector Undertaking for participating in the Tender, in last 2 years.

ii) No other Firm / Sister Concerns / Associates belonging to the same group are participating / submitting the Tender for the job.

iii) That the information furnished by me/us in respect of above Tender is true and correct

and nothing has been concealed. In case any of information is found to be false and

incorrect at any stage, NFL shall be fully competent to take the necessary action as

deemed fit.

g) Eligibility Criteria in prescribed Proforma enclosing all the supporting documents. h) Information regarding Tenderer in the Performa (1) to (3) attached. i) Power of Attorney in the name of person, who has signed the Tender Documents (in case of

Partnership Firm or otherwise as the case may be). j) Declaration for downloading the tender document in the prescribed Performa in case the

tender has been downloaded from NFL website.

6

17. The contractor shall quote single rate against each item and not the multiple rates in the

Schedule of Rates. Any tender with the multiple rates quoted will be summarily rejected.

Price should be quoted strictly as per the Performa enclosed for Schedule of Price.

18. All pages shall be initialed at the lower right hand corner and signed wherever required in the

tender papers by the tenderers or by a person holding power of attorney authorizing him to

sign on behalf of the tenderer before submission of tender. All corrections and alterations in

the entries of tender paper will be signed in full by the tenderer with date. No eraser or

overwriting is permissible.

19. No condition or deviation should be mentioned by tenderer in Price Bid. Offers where the

party has mentioned any condition or deviation in Price Bid shall be out rightly rejected.

20. The prospective tenderer having any common Partner / Director / Managing Director 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.

21. While submitting the offer, Bidders may ensure that tender documents / offer have been

signed by authorized signatory or the Company. Subsequent withdrawal of offer / non-

acceptance of orders placed based on offers submitted by them, will not be entertained on

the ground that the offer was not signed by the authorized person.

22. In case the tender is received in open condition, then the entire risk for loss of confidentiality

shall be with the party. NFL shall not own any responsibility on this account whatsoever.

23. One person will be allowed to represent only one Company during discussion, negotiation

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 negotiation.

24. NFL reserves the right to postpone the tender opening date and / or time and will intimate all

the tenderers well in time, of such postponement along with notice of revised opening date

and time.

25. In case, due to some unforeseen circumstances, the date of receiving / opening of the tender

happen to be a holiday / closed day, the tender will be received and opened on the next

working day.

26. This letter shall form part of the contract document and shall be signed and returned along

with the tender documents.

27. The Tender shall be addressed Dy. General Manager, National Fertilizers Limited, Panipat.

Thanking You,

Yours faithfully,

For and on behalf National Fertilizers Limited.

(SK Shukla) DGM (TS and R&D)

Contact No. -08295811553

7

Annexure -I

Eligiblity Criteria Format of Liquid Effluent Analyser

Sr. No Eligibility criteria requirement Bidder Agreed/ if Not

Agreed comment

please

1 Bidder must be in business of supply, installation and

maintenance of Liquid Effluent analyzers (pH & NH3-N) in any

continuous process industries like fertilizers, Refineries. Power,

Steel, Petrochemicals, chemicals. In support of above, Photo

copies of Purchase Orders/Work orders are to be provided for

supply and installation of Liquid Effluent Analyser within India.

2 Bidder should have supplied & installed the offered product in

any continuous process industries like fertilizers, Refineries.

Power, Steel, Petrochemicals, chemicals. In support of above,

Photo copies of minimum two Number of Purchase Orders/Work

orders successfully executed during last seven years for the

above mentioned application within India.

3 Bidder should furnish user‟s list with „satisfactory performance

certificate‟ from owner/actual user of system in their official letter

head in support of the claim of trouble free performance for at

least one such installation for minimum one year at any

location in India during last seven years preceding the month in

which NIT is published .

4 Undertaking from original Manufacturer in their official letter

head that all spares & Services support of offered model(s) will

be available from OEM for a minimum period of 10 years from

date of commissioning.

5 Party should be financial sound and have average annual

turnover of minimum 25 Lac for last three year. Party to produce

Documentary proof for the same.

Note: The price bids of only such Bidder will be opened who meet all the laid down Technical &

Commercial Requirements.

8

Annexure -II

Technical Specifications. Complete Specifications of Online Liquid Effluent Analyzer with Server grade PC:

I. Online analyzer for pH, NH3-N in liquid effluent with following specifications:

Quantity : One

Service : Effluent Treated water, 5-50deg centigrade,

Parameters : pH, NH3-N & Effluent discharge flow.

Range :

pH NH3-N Flow transmitter

Range 0-14 0- 300

mg/l

50-300 M3/Hr.

Accurac

y

+/-0.1 pH <3% +/-2%

Measuri

ng

Principl

e

pH Glass

Electrode

Ion

Selective

Ultrasonic/Doppler/Las

er transmitter

Model : Microprocessor based with self diagnosis, user interactive,

Programmable, field Mountable with current output.

Interactive local display : LED/LCD display with keypad for user interaction, required

For Indication of measured value, alarm, service and maintenance

Measuring electronics : Latest and proven technology with PC compatibility

Computer interface : Modbus (RS485) Ethernet, wireless, and USB.

Online Diagnostic : Online diagnostic facility is required. System should flag all the

Faults Including sensors/probe fault.

Data Logging : One year data logging is required. The system should have facility

of daily weekly/yearly average of all data and reporting the same

online.

Range : Programmable within the scale for corresponding current output.

9

Detection limit : Better than 0.5 % FSD/Party to specify.

Zero point stability : 1% FSD

Self Cleaning Feature : Required, Mechanism to be specified by party.

Response Time 90% : Party to specify.

Output for remote display of

Measurement : 4-20mA DC galvanically Isolated seperate for each

Parameter.

Relay contact for external/

Remote alarm : Required

Ambient Temp : 0- 550C

Relative Humidity : 5-95%

Power Supply : 220 AC, 50 Hz. (to be provided by NFL at one place at analyzer

installation). Power requirement, other than this as per the

analyzer requirement is in vendor scope. Power requirement in the

field for pump etc will be in vendor scope.

Compliance to standards : USEPA, TUV or equivalent standards

Enclosure Type/material : Weather & Dust Proof (IP 55), Die Cast Aluminum/SS.

Mounting : Skid Mounting ( to be mounted in the ETP laboratory).

Calibration : Auto Calibration facility required. Remote Calibration facility &

Full duplex communication feature is essentially required for

display at and calibration from servers at Central/ State

Pollution control Board.

Flow meter : Weather proof canopy required.

: Output to be displayed on Server Workstation in ETP Analyzer room.

Other Analyser features (As per CPCB Guidelines, 07.11.14):

1. Capable of operating unattended over prolonged period of time.

2. Produce analytically valid results with precision and repeatability.

3. Robust and rugged, for optimal operation under extreme environmental conditions, while maintaining its calibrated status. 4. Inbuilt features for automatic water matrix change adaption. 5. Remote system access from central server provisioning log file access 6. Multi-server data transmission from station. 7. Provision to send system alarm to central server in case any changes made in configuration or calibration. 8. Provision to record all operation information in log file. 9. Provision for independent analysis, validation, calibration & data transmission.

10

10. Provision of a system memory (non-volatile) to record data for at-least five year of continuous operation. 11. Calibration and validation should be available on real time basis on central server from each location/parameter. 12.Online diagnostic features including sensor status should be available in database for user friendly maintenance. 13. Expandable program to calculate parameter load daily, weekly or monthly basis for future evaluation with flow rate signal input. 14. Low operation and maintenance requirements with low chemical consumption and recurring cost of consumables and spares. 15. . The software will give alarm, in case of the concentration of parameter exceeds the prescribed norms by 10% continuously. 16. The system shall have provision of sending upsets/stoppings/calibrations/Alerts electronically by automatic reporting tool or manually (through SMS, e-mails, etc) to CPCB & HSPCB. 17. Provision for Multi server data transmission from the station even without intermediate PC or Plant server. 18. Provision of plant level data viewing and retrieval with selection of Ethernet, wireless, Modbus and USB.

11

II. Specifications of Server grade PC of the following configuration – 1 Nos.

Form factor/height 4U with tower-to-rack kit

Processor (max) Intel Xeon E3-1200 v3 series (quad-core)

Cache (max) 8 MB per processor (model dependent)

Memory (max) 16 GB expendable Up to 32 GB via four slots (UDIMM)

Media bays Up to two 5.25-inch half-high bays, support for DVD-ROM

Disk bays (total) four 3.5-inch hard disk drives (HDDs)

RAID support RAID-5

Power supply (std/max) 1/2 300 W Silver certified redundant power supply unit (5U models)

Hot-swap components four 3.5-inch HDDs, 460 W hot-swap redundant power supplies

Network interface 2 x 1 Gigabit Ethernet

Expansion slots four PCIe (2 PCIe 3.0, 2 PCIe 2.0) slots (x16, x8, x8, x4 physical; x8, x8,

x4, x1 electrical)

USB ports 2 front (USB 3.0)/4 back (USB 2.0)/2 internal

Maximum internal storage 4 TB

Energy efficiency Fixed power supply compliant with 80 PLUS Bronze, redundant power

supply compliant with 80 PLUS Silver, 40° C operating temperature for

wide ambient range

Systems management Integrated Management Module 2 (IMM2) standard with IMPI 2.0 and

Serial over LAN

Operating systems

supported

Microsoft Windows Server 2012/2008/R2/ Red Hat Enterprise Linux/

SUSE Linux

Warranty 3-year onsite warranty

UPS 600VA

Printer HP LJ P1007 or equivalent

12

Annexure-III

Scope of Work and Technical Conditions

A. Bidder‘s Scope of Work:

I. Online Liquid Effluent Analyzer: The scope of work shall include but not be limited to the

following:- 1. Bidder should submit detailed literature/Catalogue carrying all technical details, specification &

ordering information of offered model along with the technical bid. (Photocopy catalogue shall not be accepted). However three sets of hard copies of detail manuals to be supplied along with main analyzer supplies.

2. Bidder should offer sampling system (Tamper Proof) to suit the service condition. Detailed drawing of sample handling system indicating all components to be submitted essentially with the offer. All the components Pump, Motor, Solenoids, filters, valves & fittings should be industrial grade, heavy duty of standard make. Make & model of all components to be specified. The above is mandatory, without which the offer will be considered incomplete.

3. Treated Effluent sample is to be extracted from pit, and analyzers shall be mounted in the Analyzer Shelter within 20 metres of sampling point. Sampling shall be carried through special grade SS pipe. Redundant Pumping skid to be used/supplied.

4. Parties to submit details of shelf life of parts (Probes, Sensors filters etc) to be replaced periodically for the functioning of analyzer as per maintenance schedule per year. Parties to include all consumables including readymade reagents required for trouble-free two year operation, in the main supplies.

5. Erection, Installation and commissioning of complete system comprehensively shall be in bidder scope on Lump sum turnkey (LSTK) basis. This shall include sample line laying and probe installation, hooking-up & mounting of SHS, mounting and commissioning of analyzer & any other civil work. For erection and Commissioning activities, all skilled and unskilled manpower, required machines / tools & all civil work shall be arranged by the bidder..

6. Bidder to submit fully filled technical evaluation criteria as per given format (Annexure-IV). Deviation if any may be indicated separately.

7. The complete system shall be in warrantee of 12 months from successful acceptance of Total System at NFL, Panipat. The warranty shall be comprehensive i.e. It shall include maintenance and calibration services for reliable and continuous operation of system.

8. Parties should submit chemical composition of reagents if required for offered model and procedure of preparation of these reagents along with offer. Party to confirm the warrantee of analyser with in house prepared reagents.

9. Instrument Air point is available in plant at a distance of 150 meters (Approx.) from analyzer shelter. Laying of instrument line (1/2 inch, schedule 10, SS-304 pipe, ) from a available point to analyser shelter is in bidder scope

10. Power point is available in plant at a distance of 200 meter(Approx.) from analyzer shelter. Supply & Laying of cable on aluminum tray from available point to analyzer shelter is in bidder scope. The specifications of cable shall be : 31/2 C x 25 mm2 copper conductor power cable.

11. Two days onsite training to NFL employees after commissioning shall be in the scope of bidder . Party to quote separately for five year comprehensive AMC after warranty period. The same must include part exchange, support and services. It shall include one manday visit per month and four mandays visit per year on emergency call basis. The emergency visits can be more than one i.e. up to four but limited to four mandays.

12. Bidder shall provide One (1 No) server grade PC with all software and hardware required for transmission of above analyzers parameters to NFL Broadband server.

13. Double-walled, Air Conditioned, Dust Proof, Weather Proof, shelter size (L*B*H) -10‟*8‟*8‟(Feet) with redundant air-conditioner, temperature controller & Industrial grade Exhaust Fan shall be in bidder scope. Location of Shelter will be in proximity to sampling point.

14. System should be connected to a backup power source(for analyser only) with adequate capacity to avoid any power disruption. Bidder to supply UPS of adequate capacity i.e. at least three times the analyzers running power requirement. The back-up should be for a minimum period of 24 hours

13

15. Bidder to submit complete List of Material to be supplied. For reference indicative list of material is given at Annexure –V.

16. Bidder shall also submit recommended list of spares along with rates required for maintenance of analyzer consisting of electrode, probes, detector chopper motor , IR sourch ,tubing, replaceable electronic circuits & modules, like power supply, CPU, display and key board assembly (Annexure-VI). This is only for reference purpose and shall not be considered for evaluation of price bid, however, compulsory to submit.

17. Safety clause: The contractor shall ensure compliance of all safety regulations related with erection, equipment handling and maintenance jobs. Any liability arising due to non-adherence of safety regulations will be the sole responsibility of the contractor.

18. The bidder to ensure display of all parameters on server at CPCB and SPCB with latest Software to view the data in graphical/ tabular format and also to compare the data features. One minute data average must be transmitted/retrieved to servers every 30 minutes. In the Event of transmission loss the time stamped data in the data logger memory must be transmitted to fill from the last transmission break with a stamp of time delay. The software should have two way communication, so that data from the system can be seen whenever desired and remote of controller/data logger can be taken to visualize the immediate status of the system.

19. In future if any changes in CPCB/HSPCB guidelines for updating in data management, Presentation of data requiring updating of analyzer/ system software shall be in bidder scope. 20. The bidder should ensure that the system should confirm to the specifications and guidelines

given by CPCB in November 2014. . II. Display, Storage & Communication of Analyzers Values(DATA MANAGMENT)

The display, storage and communication of Effluent analyzers as per following:

1. The data from analyzers shall flow to server installed at O&U (ETP) Plant through RS-485/

Modbus protocol link for display & storage.

2. All the above parameters from server installed at ETP(Lab) shall be communicated through

NFL‟s broadband server

3. The data required for display of parameters on NFL local website to be loaded in oracle

database

4. Hooking up of server with NFL LAN shall be in bidder scope. It includes supply and laying of

UTP cable from servers to nearest NFL LAN point i.e. at O&U (ETP) Plant. Approx. distance is

200 mtrs.

5. The transmission of all the parameters from analyser to Central Pollution Control Board (CPCB)

& Haryana State Pollution Control Board (HSPCB) Server through firewall installed at NFL‟s

Broadband server.

6. Place where server shall be installed is to be decided by NFL.

7. Data to be communicated and displayed on LED display board available on NFL‟s Gate.

8. The data generation, data pick up, data transmission; data integration at server end should be

automatic.

9. In case of delay in collection of data due to any reason, the data transmission should be

marked delayed data and reports of delayed data should by displayed on the portal

10. The software should be capable of analyzing the data with statistical tools and shall have the

following capabilities:

i) Statistical data analysis (customizable) for average, min., max., diurnal variation. ii) Comparison of parameters of different locations in user selectable time formats i.e. in graphical and tabular formats compatible to MS Excel, MS Word, *.txt etc. iii) Capability of comparison of data with respect to standards/threshold values. iv) Auto report and , auto mail generation etc. v) Providing calibration database for further validation/correction of data. vii) Channel configuration for range, units etc. viii) Providing data in export format on continuous basis through central/station computer

system to other system.

14

Note: Any other accessory which has not been mentioned in scope of work or specifications but

required to complete the job and make the system functional will be in bidder’s scope.

III. Comprehensive Annual Maintenance Contract (CAMC):

Bidder to quote separately for five year comprehensive AMC which shall start immediately after

expiry of warrantee/guarantee of the complete system. The same must include part exchange,

support and services. Any component fails in the supplied system bidder has to replace the

same from their stock free of cost without any delay to keep the system ready and operatable all

the time. It shall include one manday visit per month and four mandays visit per year on

emergency call basis. The emergency visits can be more than one i.e. upto four but limited to

four mandays. The bidder shall mobiles their experts to NFL site within 24 hrs. of the intimation.

The following shall be considered for the AMC:-

Nature of AMC Comprehensive

Period: The Duration of the AMC shall be for 5 years immediately after the completion of the Warranty period.

Travel Expanses To & fro travel expenses shall be in bidder scope.

Accommodation Accommodation shall be provided by NFL on Chargeable basis depending on availability only.

Local conveyance Local conveyance shall be in bidder scope.

Payment terms Half yearly against the submitted invoice .

B: NFL Scope:

1) Electricity, water & service air shall be provided at one point free of cost as per requirement

of the job

2) Instrument air tapping shall be provided at one place and further piping/ tubing extension up

to required point(s) shall be in bidder scope.

3) One storage space shall be provided free of cost for contractor‟s material within plant

premises. However, contractor shall be responsible for proper preservation & security of all

materials.

4) Safety Work Permit (SWP) shall be provided by NFL as per job requirements on daily basis.

5) Crane/ Hydra, if available, shall be provided to contractor on chargeable basis on prevailing

rates of NFL

6) NFL will provide site clearance for field work and suitable time slots for hooking-

up/networking with existing LAN/ broadband system during currency of work.

7) NFL will provide necessary supervision and coordination to carry out the erection &

commissioning jobs safely.

15

16

Annexure-IV

TECHNICAL DATA REQUIRMENT FORMAT

SR. NO TECHNICAL DATA Bidder‟S Remarks

1 pH ANALYSERS

1. Type : ...............................................

2. Make : ...............................................

3. Model : ...............................................

4. Priciple:------------------------------

5. Measuring Range : .----------------------

6. Display : ...............................................

7. Accuracy : ...............................................

8. Power : ………………………………….

9. Temperature Compensation :--------------

10. All other System requirements as given in

technical specification met or not? : Yes/No

(details)

2 Ammonical- Nitrogen ANALYSER

1. Type : ...............................................

2. Make : ...............................................

3. Model : ...............................................

4. Priciple:------------------------------

5. Measuring Range : .----------------------

6. Display : ...............................................

7. Accuracy : ...............................................

8. Power : ………………………………….

9. Temperature Compensation :--------------

10. All other System requirements as given in

technical specification met or not? : Yes/No

(details)

17

Annexure-V

Indicated List of Material

1. NH3 & pH analyzers/Probes/Sensors. (one Lot)

2. Complete sample handing system of all components .(pumps, moters, solenoid valves

,filters I/V fitting, tubing, piping etc) (One Lot)

3. Communication system comprising of server and PC along with Printer, software, Lane

cables etc.(One Lot)

The above is an indicative list only, however bidder shall submit their own list of supply

material.

18

Annexure-VI

Recommended List of Spares for online system of analyzing Liquid Effluent

Sr.No Item Description Quan

tity

Offer

ed

Basic

Price

Packa

ging &

Forwar

ding

Charge

s

( In %)

If any

Excise

Duty

includi

ng

Educat

ion

Cess

(in %)

Sales

Tax

against

form ‘c’

or

against

VAT D1

within

Haryana

(In %)

Freight

Charges

including

of Service

Tax Upto

NFL,

Stores,

PANIPAT

Installatio

n &

commissi

oning

Charges,

If Any

Any

Oth

er

Cha

rge

If

any

Total

Lande

d Rate

(F.O.R.

NFL

Stores,

PANIP

AT)

i)

1

2

3

4

5

6

7

8

9

10

-

-

-

-

-

-

Note: This is only for reference purpose and shall not be considered for evaluation of price bid.

19

NATIONAL FERTILIZERS LIMITED: PANIPAT

SPECIAL TERMS & CONDITIONS (STC)

Work for Supply, Erection and commissioning of complete online system of analyzing

Liquid Effluent, Networking & communication to CPCB & HSPCB server through NFL’s Broadband Server on LSTK basis including Five years CMC

1. Completion Time: The time schedule for Supply, erection and commissioning of the complete system shall be three

months. The three months contractual time for completion of the work shall be reckoned from the date of issue of Letter of Intent.

2. Security Deposit and Performance Guarantees:

(i) Security Deposit-cum-Performance Bank Guarantee: The successful tenderer shall submit Security Deposit-cum-Performance Bank Guarantee (SD-cum-PBG) equivalent to 25% of total contract value of against Supply, Erection & commissioning in favour of National Fertilizers Limited, Panipat for faithful performance of contract and successful performance of the system till warrantee/guarantee. The tenderer will have the option to furnish a SD-cum-PBG from any of the Nationalized or Scheduled Bank excluding Rural and Co-operative Banks, in the proforma specified by NFL. Security Deposit-cum-Performance Bank Guarantee must be submitted within 15 days from the date of receipt of Letter of Intent. The Security-cum-Performance Bank Guarantee will be valid for the duration of completion period plus twelve month from the date of successful acceptance of system or 18 month from the date of issue of Letter of Intent, whichever is earlier plus three months claim period. The Bank Guarantee to be submitted shall be sent to NFL directly by banker under Regd. Post A.D. Cheques will not be accepted in any case. The SD-cum-PBG will be retained by NFL till the expiry of warranty/guarantee 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 Security Deposit-cum-Performance 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 Security Deposit-cum-Performance Bank Guarantee either the whole or part of value of Bank Guarantee and tenderer will make good the value of Bank Guarantee 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..

ii) Performance Bank Guarantee: The Successful tenderer shall submit Performance Bank Guarantee equivalent to 10% of total contract against Comprehensive Annual Maintenance Contract (CAMC), in favour of National Fertilizers Limited, for faithful performance of terms of contract during period of CMC., 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 Performance Bank Guarantee. The Performance Bank Guarantee must be submitted before 30 days from the date of expiry of guarantee/warranty period and shall remain valid till expiry of Comprehensive Annual Maintenance Contract (CAMC) period i.e. five years with further claim period of three months. The Bank Guarantee to be submitted shall be sent to NFL directly by your banker under Regd. Post A.D. Cheques will not be accepted in any case.

If the tenderer fails to perform the contract within its terms and conditions or commits breach or deviates from any of the terms of the contract, NFL shall have the right to forfeit and encash the

20

Performance Bank Guarantee (PBG).The PBG will be retained by NFL till the expiry of Comprehensive Annual Maintenance Contract (CAMC) period i.e. five years 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.

(iii) The SD-cum- PBG or PBG shall not bear any interest.

3. Payment Terms: No advance payment shall become due payable before:

The progressive payment shall be made on the achievement of following milestones:

(a) For Supply of Materials:

(i) 70 % of payment pertaining to „Supply of Material‟ shall be made against receipt of

complete material for the Work at NFL, Panipat stores as per Bill of Material.

(ii) 15% of payment pertaining to „Supply of Material‟ shall be made on successful erection &

commissioning of total system and after due inspection and certification by NFL.

iii) Balance 15% of payment pertaining to „Supply of Material‟ shall be made on Acceptance

and certification of total system by NFL. within 30 days.

(b) For Erection & Commissioning:

(i) 85% of payment pertaining to „Erection & Commissioning‟ shall be made on successful

erection & commissioning of total system and after due inspection and certification by NFL

after submission of bill.

(ii) Balance 15% of payment pertaining to „Erection & Commissioning‟ shall be made on

successful acceptance of total system and certification by NFL within 30 days after

submission of bill.

(c) For CMC Charges :

(i) Payments for CMC shall be made on half-yearly basis after expiry of Guarantee/ warrantee

Period and satisfactory performance of CMC by the bidder and certification to this effect

by NFL. The half-yearly amount equivalent to 1/10th of total quoted amount of CMC will be

released after submission of invoice/bill.

(d) Party has the option to receive payment through Electronic Fund Transfer (EFT) / RTGS

Process. For this option, bidder 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), Type of

Account, E-Mail of Beneficiary to enable us to release payment accordingly. All bank

charges will be to your account.

(e) In addition to above terms, payment of final bill as mentioned at sr. no. a (iii) and b (ii)

above will be made subject to, inter alia, following terms:-

(i) Payment of final bill will be made to the contractor after submission of certificate from CISF

Gate that all the gate passes issued to the manpower/labourers of the contractor have been

returned alternatively no objection certificate may be provided from CISF.

(ii) The contractor shall be required to give a certificate along with final bill that he has made all

payments towards wages as defined under the Payment of Wages Act, 1936 and Contract

Labour (R&A) Act, 1970 and has also complied with other provisions of Labour Laws in

respect of manpower engaged/employed for the execution of work. The contractor shall

furnished copies of Wage Sheet, PF & ESI Chelan & insurance cover etc.

21

(iii) The contractor is further required to give an undertaking stating that in case any dispute

arises on account of deployment of manpower/labour, contractor would be responsible to

discharge the statutory obligations, if any, and NFL will stands indemnified against any such

claim/demand made in future.

4. Penalty Clause:

Time period for completion of the work as specified and stipulated in the NIT/Contract shall be

deemed to be essence of Contract. In event of work is not completed (successfully commissioned)

within the time schedule or within such extended time as may be permitted in accordance with

Clause No.1.41.0 of GTC, the contractor shall have to pay penalty to NFL at rate of 1.0% of total

value of work against „Supply of material and Erection & commissioning for delay of per Day or

part thereof subject to a ceiling of 10.0% of total value of work against „Supply of Material and

Erection & Commissioning. NFL will deduct said damages from the final payment payable to the

contractor and/or any other money due to the contractor under the contract or may recover it

otherwise.

5. Guarantee/Warrantee:

i. The bidder shall provide 12 months warranty against design defect/material workmanship on all equipment‟s and software during the defect liability period from date of successful acceptance of total system. This warranty shall include repair, replacement or correction of identified software or hardware discrepancies at no cost to NFL.

ii. Any damage or defect may arise or lie undiscovered at the time of completion certificate, in the workmanship shall be rectified or replaced by the Contractor.

iii. Third party warranties in excess of one year shall be transferred to NFL.

6. Successful Commissioning:

This shall include erection, commissioning and integration of complete system and display, storage, of all analytical parameters at NFL LAN and at CPCB & HSPCB servers & LED display on NFL gate. The Bidder‟s Engineer shall submit erection /commissioning certificate to NFL after successful commissioning, which shall be certified by engineer in charge at NFL, Panipat. .

7. Successful Acceptance:

This shall include sustained, stable and uninterrupted operation of complete system for 30 days continuously within a period of 90 days after successful commissioning. After successful SAT only the complete system shall be accepted by NFL. The detail SAT format shall be prepared by the bidder and shall be submitted to NFL for approval. In SAT format, at least, testing of the following functionalities/ features shall be included: • All the accepted Hardware configurations. • All the accepted Software configurations. • All the accepted functionalities of the system. • Performance of the system. • Quality of job. • Documentation etc.

8. CONSIGNEE: Sr. Manager (Store). National Fertilizers Limited, Gohana Road, Panipat After receipt material will be free issued to party for completion of the said job. The storage & security of material in NFL premises shall be the responsibility of contractor. However NFL shall provide space/site for storage of material.

22

1. Any loss or damage to the equipment/material during handling, transportation, storage, erection,

putting the equipment into satisfactory operation and all activities to be performed till the successful acceptance of complete system shall be to the account of the contractor. The contractor shall be responsible for make good the damages or loss by way of repairs and/or replacement of the equipment damaged or lost. The transfer of title shall not in any way relieve the contractor of the above responsibility during the period of contract.

2. Total lumpsum contract price includes cost of all items and services included in scope of work, technical specifications and specific requirements to complete the work on lumpsum turnkey (LSTK) basis.

3. The contract shall be further subject to General Terms and Conditions (GTC) attached herewith

the Tender Document.

23

NATIONAL FERTILIZERS LIMITED, PANIPAT

DEFINITIONS OF TERMS In the contract documents herein defined where the context so admits, the following words and expression will have the meanings assigned to them respectively: 1. "The OWNER" means the NATIONAL FERTILIZERS LTD., incorporated in India. having its registered

office at SCOPE COMPLEX, Core No-III, 7, Institutional Area, Lodhi Road, New Delhi-110003. 2. The "ENGINEER-IN-CHARGE" shall mean the person designated as such by NFL and shall include

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

3. The "WORK" shall mean the works to be executed in accordance with the contract or part thereof as the case may be and shall include all extra, additional, altered or substituted works as required for purpose of the contract.

4. "CONSTRUCTION EQUIPMENT" means all appliances and equipment of whatsoever nature for the use in or for the execution, completion operation or maintenance of the work unless intended to form part of permanent work.

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

part or portion of the site on which the permanent work is proposed to be constructed. 6. The "TENDER DOCUMENTS" shall consist of Short Tender Notice, General Instructions to the

Tender, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings, Time Schedule Tender Form, Performa or Agreement Form Schedule of Rates, and Addendum/Addenda to Tender Documents.

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

accepted by NFL with the concurrence of the Owner, and the legal personal representatives, successors and permitted assigns of such person, persons firm or company.

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

the works including therein all contract documents. 9. The "SPECIFICATIONS” shall mean the various Technical specifications attached and referred to in

the Tender documents. It shall also include the latest addition of relevant Indian Standard Specifications published before entering into contract.

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

approved, in writing by the Engineer-in-charge and such other drawings as may, from time to time, be furnished or approved in writing by the Engineer-in-charge.

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

6, 7 & 8 above, Acceptance of Tender and further amendments. 12. The "ALTERATION ORDER" means an order given in writing by the Engineer-in-charge to affect

additions to or deletion from and alterations in the works.

13. The "COMPLETION CERTIFICATE" shall mean the Certificate to be issued by the Engineer-in-charge when the works have been completed to his satisfaction.

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

period of liability is over.

15. The "PERIOD OF LIABILITY” in relation to work means the specified period from the date of issue of Completion Certificate upto the date of issue of Final Certificate during which the Contractor stand responsible for rectifying all defects that may appear in the works.

16. “ZERO DATE” shall mean the date of issue of LETTER OF INTENT (LOI) or issue of WORK ORDER,

whichever is earlier.

24

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

18. The Technical Terms and Conditions & Special Terms and Conditions are succeeding to GTC. In case of any discrepancy or inconsistency between the Technical Terms and Conditions, Special terms and Conditions and General Terms and Conditions, the following order of preference shall be followed:-

a) Technical Terms and Conditions

b) Special Terms and Conditions.

c) General Terms and Conditions („GTC‟).

25

NATIONAL FERTILIZERS LIMITED: PANIPAT GENERAL TERMS & CONDITIONS(GTC)

1.1.0 The execution of the work may entail working in all the site and weather condition 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 Engineer in-charge and the Contractor should take this aspect into consideration for formulating his rates and quotation. No extra claim/overtime will be paid on this account.

1.2.0 Electricity, Water and Service Air will be provided free of cost at one point as per requirement of

the job. All lifting tools & tackles are to be got tested under the Competent Person engaged by State Government from time to time and the certificates duly verified by Competent Authority are to be submitted to the Department before taking up the job.

1.3.0 „A‟ Type accommodation can be provided for the contractor or his authorized representative on chargeable basis, if available. Allotment of accommodation will be on basis of Fair Rental Value, as may be applicable in NFL, from time to time. NFL may allot land for putting temporary Godown/workshop for making storage, work site by the contractor, free of cost basis.

1.4.0 The contractor shall have to make his own arrangements for all Tools & Tackles Skilled and

Unskilled labours etc. required for the job. The work is subject to inspection at all time by the Engineers-in-charge and the Contractor shall have to carry out the work to the entire satisfaction of the Engineer-in-charge.

1.5.0 The successful tenderer shall not sublet or assign the contract or any part thereof or assign any

rights or delegate any obligation there under without the prior written consent of NFL. Any breach of this condition shall entitle NFL to terminate the contract and the tenderer shall be solely responsible and liable for any loss or damage arising out of or ensuing from such termination. NFL reserves its right to recover the said losses or damages or charges and expenses incurred on this account in any manner whatsoever and from any dues payable to the tenderer or available with NFL. The permitted subletting of work by the tenderer shall not establish any contractual relationship between the sub-contractor and NFL and shall also not relieve the tenderer of any of his obligations under the contract.

1.6.0 Statutory deduction on account of Income Tax and, if applicable, shall be made at the prevailing

rates, at the time of release of payment to the party. a) The rates to be quoted by the party should be inclusive of all duties, taxes, and levies including

VAT on works contracts, Entry Tax etc. but excluding Service Tax. b) Service Tax, if applicable, for the work under the awarded Contract shall be paid by NFL based

on the claim of service tax in the bill prepared as per the requirement under the Service Tax rules, 1994. The contractor is to provide documentary evidence for registration under service tax rules, 1994 for the said contractual work/services. Liability of NFL shall be restricted to the amount of service tax only. Any interest / penalty etc. shall be to the contractor‟s account. The Contractor must submit the documentary evidence for deposit of service tax immediately after its deposit. NFL can withhold the payment due to non-compliance of service tax rules. Rates & Guidelines shall be applicable as notified by the Central Govt. from time to time.

c) Addition/deletion of taxes imposed by the State Governments/Central Government after

submission of tender documents and during contractual period shall be to NFL‟s account. 1.7.1 The rates quoted by the contractor will be firm for the currency of the contract period including

extension (if any) and will not subject to escalation/variation irrespective of any increase whatsoever. The rates quoted for materials, if any, are F.O.R. NFL, Panipat and are inclusive of all taxes. No VAT will be paid as extra. As the supplies shall be made on FOR DESTINATION basis, the transportation and transit Insurance shall be arranged by the successful tenderer at his own cost.

26

1.7.2 The rates should be quoted in words and figures. If some discrepancies are found between the rates given in the words and figures or the amount shown in the tender, the following procedure shall be followed:-

a) When there is difference between the rates in figures and words, the rates which correspond to the amount worked out by the tenderer shall be taken as correct.

b) When the rates quoted by the tenderer in figures and words, tallies but the amount is incorrect, the rate quoted by the tenderer shall be taken as correct.

c) When it is not possible to ascertain the correct rate in the manner prescribed above, the rate as quoted in words shall be adopted.

1.7.3 If the tenderer does not quote rate for any item(s), it may be noted that evaluation of the bid shall

be based on highest rates quoted by the other tenderer for that particular item(s). However, in

case such tenderer stood overall lowest, order shall be placed for the same item (s) based on the

lowest rate(s) quoted by other tenderer.

a) If tenderer offers rebate unilaterally after due date and time of submission of tender/bids, it is not to be taken into account for evaluation purpose. But if that bidder/tenderer emerges as a lowest evaluated bidder/tenderer, the rebate so offered is to be taken into account for placement of order.

1.8.1 The Tenderer shall make a deposit of Earnest Money and Tender Fees for deposit of

Rs.100000.00 as EMD and Rs. 1250.00 respectively by an A/C Payees Demand Draft, drawn on any Scheduled Bank except Rural or Co-Operative Bank in favour of "National Fertilizers Limited, Panipat” payable at PANIPAT. The Earnest Money and Tender Fees shall not be accepted in any form other than specified above. Earnest Money and Tender Fees should accompany the Tender in separate Envelope without which tender will not be opened and it will be considered as rejected.

1.8.2 The offer shall remain open for acceptance for a period of 120 days from the date of opening of tender. The Earnest Money shall be forfeited if the Tenderer withdraws or modifies his offer within the validity period and/or the successful tenderer fails to commence the work at each job site /job within the stipulated time as given in the tender documents / Letter of Intent (Acceptance Letter)/ Work Order issued by owner or within such extended period as may be permitted by the Engineer In-charge for the purpose. Further, the party may also be delisted or blacklisted as per rules.

1.8.3 EMD of the successful tenderer shall be refunded on submission of Security Deposit–cum-Performance Bank Guarantee as per the terms and conditions of the contract. EMD of the unsuccessful tenderer shall be refunded as early as possible. The EMD will not carry any interest

1.9.0 The following tenders will be liable to summary rejection:

a) Tenders submitted by Tenderer who resort to canvassing. b) Tenders, which do not fulfill any of the conditions, laid down in the Tender Documents or

are incomplete, in any respect. c) Tender, which contain uncalled for remarks or any alternative additional conditions. d) The company reserve 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 Tender. 1.10.0 If the tenderer has relations whether by blood or otherwise with any of the employees of the NFL,

the tenderer must disclose the relation in the Form of Declaration attached, at the time of submission of tender failing which NFL shall reserve the right to reject the tender or rescind the Contract.

1.11.0 The contractor shall at all times indemnify the owner against any claim which may be made

under The Employees State Insurance Act, 1948 or Employees Compensation Act, 1923 or any statutory modifications thereof or otherwise for or in respect of any damage or compensation payable in consequence of any accident or injury sustained by any workman or other person whether in the employment of the contractor or not.

27

1.12.0 ESI:

In every case in which by virtue of provisions of The Employees State Insurance Act, 1948 or Employees Compensation Act, 1923 or any other Law for the time being enforce, NFL is obliged to pay compensation to a Workmen employed by the Contractor for the execution of the work, NFL will recover the amount of the compensation so paid from the Contractor's bill.

a) The contractor will be solely responsible for any liability for his workers in respect of any accident,

injury etc. arising out of and in the course of Contractor‟s employment. For this purpose he shall obtain ESI Registration Number from Appropriate Authorities and deposit both Employer's as well as employees‟ share of ESI contribution each month with ESI Authorities and also make necessary compliance of the provisions of the Act. The Contractor shall be responsible for recovery of employees share of ESI contribution from the concerned Contract Labour and NFL will not bear any liability whatsoever on this account. Further, he will also indemnify NFL against any damages/interest that may be imposed by ESI Authorities on account of non payment/delayed payments towards ESI.

b) The Contractor shall ensure that contribution on account of ESI is deposited by due date of month

and he will be required to furnish photocopy of ESI challan every month by 21st of the month following the month to which it relates. For this purpose, every month the contractor shall submit to NFL a copy of wages sheet as a proof of wages paid to the staff, treasury challan regarding depositing of ESI amount etc. for perusal of officer in charge and will also submit quarterly/periodically statements of ESI etc. as required under various labour laws in respect of staff engaged in execution of jobs. He will also submit half yearly return of ESI.

c) For the worker/employees who will not have coverage as per the provisions of Employees State

Insurance Act, 1948, the contractor shall obtain Insurance Cover Note under Employees/Workmen Compensation Act, 1923 before the start of the work. The Insurance Policy should also cover medical treatment cost for any injury suffered by such worker/ employee during the course of his employment with the contractor. The premium payable for the aforesaid Insurance Policy shall be borne by the contractor. The contractor shall ensure that the said Insurance Policy remain valid till the expiry of the Contract. Photocopy of the above Insurance Cover is required to be submitted by the contractor to NFL immediately after the issue of LOI but before the start of work”

1.13.0 THE PUNJAB LABOUR WELFARE FUND ACT 1965:

The contractor shall be solely responsible for depositing the Welfare Fund Contribution (employee‟s as well as employers) at the prescribed rates under the Punjab Labour Welfare Fund Act, 1965 in respect of employees engaged by him. The contractor shall recover the employee‟s share of contribution from the concerned employee and NFL shall not bear any liability whatsoever on this account. The contractor shall ensure that the contribution on account of Welfare Fund Contribution is deposited before 31

st December every year by way of a crossed

Cheque / Demand Draft in favour of Welfare Commissioner, Haryana and he shall submit the documentary proof to NFL of having deposited the same. Any interest/Penalty on account of delayed / not-payment shall be borne by him. Further, the compliance of all the necessary formalities required to be completed under the act from time to time shall be the responsibility of the contractor.”

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

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

1.15.0 The contractor may employ such employees/ labours as he may think fit and the employees so

employed should be employees of contractor for all purposes whatsoever and shall not be deemed to be in the employment of NFL for any purpose whatsoever. The contractor shall abide by all rules, laws and regulations that may be in force from time to time regarding the employment or conditions of service of the employees. If under any circumstances whatsoever, NFL is held responsible in any manner whatsoever for the default or omission on the part of the Contractor in abiding by the aforesaid rules, regulations and laws or held liable or responsible to the employees

28

of the contractor in respect of any matter whatsoever and called upon to make payments on that account, NFL shall be reimbursed by the contractor for the same as also any other expenses costs and charges incurred by NFL in any proceeding or litigation arising out of any claim, demand or act on the part of the employees of the contractor, NFL shall be entitled to claim, demand or compensation from the contractor in that event. NFL shall also be entitled to recover the aforesaid amount from the Contractor that may become due and payable to Contractor.

1.16.0 Interested tenderer after studying the tender documents carefully, may obtain necessary

clarifications, if any, in writing before tendering. Submitting of tender implies that the Tenderer has obtained all the clarifications required. No claim on ground for want of knowledge in any respect will be entertained. No claim for extra charge consequent on any misunderstanding or otherwise will be allowed.

1.17.0 The Contractor shall be liable to the company for any omission or commission on his part or on

the part of his employees thereby causing any loss, damage or inconvenience to the company. 1.18.0 The Contractor shall make his own arrangement for removal of old as well as unused material,

including packing materials and empty cases free of cost from work site to the place indicated by the Engineer-in-charge after completion of work and nothing extra will be paid.

1.19.0 The decision of Engineer-in-charge in regard to all matters relating to this Tender and for

determine the category of work with reference to material of an item not mentioned in scope of work shall be final.

1.20.0 The Contractor is required to be registered with PF Authorities. In case, contractor is so selected and who does not have PF Code Number, NFL could ask such contractor to get a code number, giving him a Letter of Intent regarding the Contract, so that he could apply and obtain a PF Code Number from the respective PF Commissioner.

1.21.0 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 15 (Fifteen) days‟ notice, if in its opinion; the work under the contract is not being done to its satisfaction. . If the contractor fails to perform the contract in accordance with the terms and conditions of the contract, the Company will also have right to get the job done by a third party at the risk and cost of the Contractor till the expiry of the period of the contract and debit the cost plus 25% to the Contractor.

1.22.0 VALIDITY OF THE CONTRACT:

The Contract shall remain valid for the contractual completion period of three months plus

guarantee period of 12 months plus CMC period of 5 years. 1.23.0 FORCE MAJEURE:

The terms and conditions agreed upon under the contract shall be subject to Force Majeure. Neither the contractor nor NFL shall be considered in default in the performance of their obligation contained therein, if such performance is prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolutions, Civil Commotion, Strike, Epidemics, Accidents, Fires Flood, Earthquake, regulation or ordinance or requirement of any Government or any sub-division thereof, or authority or representative of any such Govt. and/or due to technical snag/reasons or any other Act whatsoever, whether similar or dissimilar to those enumerated beyond the reasonable control of the parties hereto or because of any act of GOD. The party so affected, upon giving prompt notice to the other party shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists provided that the party so affected shall use its best efforts to avoid or remove such causes of non performance if possible and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of Force Majeure lasting continuously for a period of one week, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract.

29

1.24.0 LOSS TO PLANT DURING EXECUTION:

Any damage or loss caused to plant Equipment etc. during execution of this contract will be made good by the contractor at his own cost and risk.

1.25.0 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 Contractor shall be carry out the work in accordance with any instruction which may be given to him in writing duly signed by Engineer-in-charge. Such alteration, omission, 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 condition in all respects on which he has agreed to do the main work.

1.26.0 PROCEDURE FOR MEASUREMENT/BILLING OF WORKS IN PROGRESS:

a) COMPLETION CERTIFICATE/FINAL BILL: The Engineer-in-charge shall issue to the contractor the completion certificate after successful acceptance of system 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 respect 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.

d) FINAL CERTIFICATE:

Within fifteen days of the contractor's application made after the expiry of the period of defect liability(warranty period) provided for and satisfaction of all liabilities of the contractor in respect thereof, the Engineer-in-charge issue final certificate that the contractor has performed his obligations in respect of the defect liability period and until issue of such final certificate, the contractor shall be deemed not to have performed such liabilities not withstanding issue of the completion certificate or payment of the final bill by NFL.

1.27.0 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 panel rates to be determined by the Engineer-in-charge with reference to the rates charged for the purpose of recovery shall be final and binding on the contractor.

1.28.0 ISSUE OF MATERIAL FROM NFL:

Any issue of materials from NFL stores not covered in NFL obligation will be issued and charged on NFL issue rate +25% + All Taxes will be charged extra. The issue of such material will be sole discretion of NFL.

1.29.0 MATERIAL TRANSPORTATION:

The contractor shall make his own arrangement for Transportation of the material from stores to site of work and to the place of erection etc. at his own cost. For making temporary stores/work sites, NFL may indicate an area at its own discretion for putting up of a temporary hut/shed.

1.30.0 ENGINEER-IN-CHARGE:

30

The Engineer-in-charge shall have general supervision and direction of the work. He has authority to stop the work whenever such a stoppage may be necessary to ensure the proper execution of the contract. He shall also have authority to reject all work which directs the application of forces to any portion of the work as in his judgment is required and order force increased or diminished and to decide disputes, which arise in the execution of the work. The Engineer-in-charge reserves the right to suspend the work of the part thereof at any time and no claim whatsoever on this account will be entertained. In case of any dispute the contractor may appeal to the Engineer-in-charge whose decision shall be final and binding.

1.31.0 JURISDICTION:

For any dispute regarding this contract, the exclusive jurisdiction shall lie in the Courts situated at Panipat (Haryana), generally where the contract is being executed.

1.32.0 CONCILIATION & ARBITRATION:

“Except where otherwise provided in the contract all matters, question or differences whatsoever , which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract or out of matter relating to the contract or the breach thereof or the respective rights or liabilities of the parties during or after completion of the works or whether before or after termination, shall after written notice by either by either party to the contract be referred to the arbitration of the Chairman & Managing Director, National Fertilizers Ltd. or his/her nominee.

The Arbitration & Conciliation Act, 1996 or any statutory modification or reenactment thereof and the rules made there under shall govern the Arbitration proceedings.

The contractor herby 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 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 of differences.

If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit.

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

or the Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate of SBI PLR/ Base rate as applicable to NFL on date of award of contract.”

1.33.0 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 may misbehave or cause 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.

1.34.0 SAFETY REGULATION:

The contractor shall observe and abide by all 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, he will do familiarize him 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.

31

This will however not relieve the contractor of any statutory obligation. 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 equipment like Helmets, Hand Gloves, Face Shield, Safety Belt 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 cost. For any default / accident / loss due to negligence of Contractor / workers, the liability of Contractor shall be “Absolute liability”.

1.35.0 CONTRACTOR TO EXECUTE AGREEMENT:

The contractor‟s responsibility under this contract will commence from date of issue of the Letter of Intent. The Tender Documents, other documents exchanged between the Tenderer and NFL, the letter of acceptance and work order shall constitute to the contract. The successful Tenderer shall be required to execute an agreement on a non-judicial stamp paper of Rs. 100.00 with NFL within 10 days (Ten days) of receipt by him of the Letter of Intent. The agreement to be executed will be in Agreement Form specified by NFL. The cost of the Stamp Papers will be borne by the contractor. The successful tenderer shall also submit to NFL, at the time of entering into agreement, certified copies of the Partnership Deed, Registration Certificate, Memorandum of Association and Articles of Association or alike document, as the case may be, in support of nature and constitution of the firm.

1.36.0 BIDDER TO ACQUAINT HIMSELF FULLY: The Bidder may visit the site and shall acquaint himself fully and thoroughly with the conditions and limitations including scope, requirements and official / statutory regulations, under which, conforming to which and subject to which, services/work are to be performed by him. Failure to comply with the aforesaid requirements will not relieve the BIDDER of his obligations in the event of his tender being accepted nor any claim whatsoever will be entertained on the plea of ignorance or overlooking.

The Bidder shall give an undertaking that the terms & conditions of NIT and other aforesaid conditions are acceptable to him without reservations and no deviations to NIT have been taken while making the offer. Unless otherwise specifically stated in his bid, it will be assumed that all terms and conditions of NIT are accepted by the bidder without any reservations whatsoever.

1.37.0 PAYMENT FOR PREPARATION OF BID DOCUMENT:

The Bidder shall not be entitled to claim any cost, charges, expenses, losses incidental to the preparation and submission of this tender in any case.

1.38.0 TERMINATION OF CONTRACT:

Notwithstanding anything elsewhere herein provided and in addition to any other right or remedy of NFL under the Contract or otherwise including right of NFL for compensation for delay, the Engineer-in-charge / Officer-in-charge may, without prejudice to his right against Contractor in respect of any delay, bad workmanship or otherwise or to any claims for damage in respect of any breaches of the Contract and without prejudice to any rights or remedies under any of the provisions of this Contract or otherwise and whether the date for completion has or has not elapsed by intimation in writing, absolutely, determine the Contract. Default or failure by Contractor of any of his obligations under the Contract including but not limited to the following, the Contract is liable to be terminated by 15 (fifteen) days‟ notice in writing if the Contractor:-

32

Becomes bankrupt or insolvent or goes into liquidation or is ordered to be wound up or has a receiver appointed on its assets or execution or distress is levied upon all or substantially all of its assets; OR

Abandons the work; OR

The quality of the supply/part supply received is poor or not in conformity with the requirement.; OR

Does not adhere to any terms and conditions of the CONTRACT including General & Special, Terms & Conditions; OR

Persistently disregards the instructions of the OWNER in contravention of any provision of the CONTRACT; OR

Persistently fails to adhere to the agreed program of work; OR

Sublets the work in whole or in part thereof without OWNER‟s consent in writing; OR

Performance is not satisfactory or work is abnormally delayed; OR

Does not adhere to any terms and conditions of the CONTRACT including General & Special, Terms & Conditions.

Defaults in the performance of any material undertaking under this CONTRACT and fails to correct such default to the reasonable satisfaction of the OWNER within fifteen days after written notice of such default is provided to the Contractor.

Obtains the contract with NFL as a result of ring tendering, or with illegal measures;

1.39.0 CONSEQUENCES OF TERMINATION: If the contract is terminated by Owner for reasons detailed above or for any other reasons

whatsoever:-

(i). The owner shall reserve the right to get work completed at the risk and cost of the tenderer and to recover from the tenderer any amount by which the cost of completing the work by any other agency shall exceed the value of the contract without prejudice to any other remedies/rights/claims etc. that may be available to the owner.

(ii). Security / Performance Guarantee Bond in any form submitted by the tenderer shall stand

forfeited. (iii). The tenderer shall have no claim to compensation for any loss sustained by him by reason of

having entered into any commitment or made any advances on account of or with a view to the execution of works or on account of loss of expected profits.

(iv). All the dues payable to the tenderer for the work executed by him before and up to termination

shall only be released after making adjustments for the expenses, charges, demands, expected losses etc. incurred by the owner as a consequence of termination of the contract.

1.40.0 RIGHTS OF OWNER:

A unilateral stoppage of work by the Contractor shall be considered a breach of the CONTRACT and the OWNER reserves its right to take necessary and suitable action as it may deem fit, to adequately protect his / its interest; at the risk and cost of the contractor. Any aforesaid action shall be without prejudice to any other action, rights and remedies etc. that may also be available.

33

In the event, the Contractor fails to fulfill his obligations under the CONTRACT, the OWNER shall have the right to get the work done by any other agency / own resources at the risk and cost of the Contractor.

1.41.0 TIME EXTENSION:

If the Contractor requires any extension of time for completing the Work under the CONTRACT he must apply to the OWNER within seven days from the date of the occurrence of the event on account of which he desires such extensions and the OWNER may, if he thinks such request reasonable, grant such extension of time as he may think necessary.

1.42.0 CONTINUED PERFORMANCE;

The Contractor shall not stop work in case of any dispute pending before arbitrator / court / Tribunal in relation to the contract or otherwise unless further progress of work has been rendered impossible due to non-fulfillment of any reciprocal promise. Unilateral stoppage of work by the Contractor shall be considered a breach of CONTRACT and the OWNER shall be within its rights to take suitable and necessary action as it may deem fit to adequately protect its own interests.

1.43.0 INDEMINTY:

The Bidder shall indemnify NFL against any infringement of trademark /copyright or title to goods / services by him and shall be solely responsible for goods / services offered.

1.44.0 SECRECY:

Any information delivered or otherwise communicated by NFL to contractor in connection with the contract shall be regarded as secret and confidential and shall not without the written consent of NFL be published or disclosed to any third party or made use of by the contractor except for the purpose of implementing the contract.

1.45.0 It shall be the sole responsibility of the successful tenderer to implement, comply with and observe all statutory laws of Central/State Govt. or any modification thereof or rules made thereunder from time to time, in connection with employment of labour by the contractor. The Contractor shall comply with the provisions of Contract Labour (Regulation & Abolition) Act, 1970 and rules framed there under as amended from time to time.

1.46.0 The Contractor shall ensure that the Payment of Wages to Labourer has been made in accordance

with minimum Wages Act. If at any time, it is noticed or it comes to the knowledge the payment to the Labourer 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 payment.

Since „Appropriate Government‟ in the case of NFL, Panipat Unit is now Central Government, the Notification issued by the Govt. of India in regard to payment of Minimum Wages to the workmen has also to be taken into account while making payment to the workmen. Hence, the contract labour is to be paid the Minimum Wages as notified/fixed periodically by the Govt. of Haryana and the Central Govt., whichever is higher, for all categories of workmen. If the Minimum Wages fixed/revised by the Govt. of Haryana for any or all categories of workmen are higher than the Minimum Wages fixed/revised by the Central Govt., the rates fixed by the State Govt. will be paid and vice-versa.

1.47.0 It is understood by the contract that in the event of any losses/damages caused to the owner

(NFL) due to the reasons whatsoever within his control and the same losses/damages are approved, the contractor has to make good all the consequential damages/losses to the Owner without any protest and demur. The damages/losses shall be apart from other claims/damages to which the Owner is entitled under the contract or in the course of Law.

1.48.0 The contractor shall ensure that all the formalities / permissions / licenses required being

completing/complying under the existing Laws of India for and or in connection with

34

engaging/employment of labour have been fulfilled. NFL shall be under no obligation to accept/admit any claim in this behalf.

1.49.0 The Contract shall be governed by and construed in accordance with the Laws of India.

35

DECLARARTION-FORM-I

Ref. No; NFP/ Dated:____________ To, ___________________ National Fertilizers Ltd. Panipat

Sub:_________________________________________________________ Dear Sir, I/We ____________________________________________________________ have read the

conditions of tender attached hereto and agree to abide by such conditions. I / We offer to do the job of _________________________________

work at the rates quoted in the attached schedule of rates and in accordance with the specifications, 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 work within the specified time in accordance with specifications of materials and workmanship and instructions referred to in the Notice Inviting Tenders. In case of acceptance of the tender by National Fertilizers Limited, I/We bind myself/ourselves to execute the contract as per the conditions mentioned in the tender documents, failing which, I/We shall have no objection to the forfeiture of the Earnest Money lodged with National Fertilizers Limited, Panipat. Thanking you

Yours faithfully; For M/s ____________________________

(Signature of Contractor/Tenderer with SEAL)

Address : _____________________________

36

DECLARATION FORM-II

THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR

Sr. No.

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 and Designation of the Employee

Place of Posting

Relation with the Employee

2. P.F. Registration No of the Contractor to be intimated alongwith Documentary proof thereof.

P.F. Registration Number

3 PAN No of the Contractor to be intimated alongwith Documentary Proof thereof.

PAN No

4 Service Tax Registration No. with Documentary Proof Accounting Code No. S.T.Code No.

5 ESI Registration No. issued by ESI Authority

6 If the party is registered as Micro/Small/Medium Enterprises as per MSMED Act, 2006, the same may be confirmed by the party and submit a photocopy (Self certified) of the Registration Certificate in support thereof. Otherwise, it will be construed that the party is not registered as per MSMED Act, 2006.

7 The bidder shall submit the name and address of the firm/ Company along with its constitution giving status of the same such as sole proprietorship/partnership or limited/private firm etc. along with its copies duly attested by Notary Public as evidence.

Signature of the Contractor/ Tenderer with SEAL

PLACE: ______________ Dated: ________________

37

INFORMATION REGARDING TENDERER PROFORMA NO. – 1

A) In case of individual

i) Name of Business

ii) Whether his Business is registered

iii) Date of commencement of business

iv) Whether he pays Income-Tax over Rs. 10,000/- per year

B) In case of Partnership

i) Name of Partnership

ii) Whether the Partnership is registered

iii) Date of establishment of firm

iv) If each of the partners of the firm pays Income-Tax over Rs. 10,000/- a year and if not which of them pays the same

C) In case of Limited Liability Company or Company Limited by Guarantee

i) Amount of paid up capital

ii) Name of Directors

iii) Date of Registration of Company

iv) Copies of the last two years‟ Balance Sheets of the Company

(SIGNATURE OF TENDERER)

Name ________________________

Date _______________________

38

DETAIL OF EXPERIENCE PROFORMA NO. - 2 Tenderer shall give information of similar works done during the past Seven years strictly as per Performa given below

Sr. No.

Full particulars of similar work carried out by Tenderer

Value of Contract

Contracted Completion time

Actual completion time

Year of completion

Name & Postal Address of Client

Certified that the above information is correct.

(SIGNATURE OF TENDERER)

Name ________________________

Date ________________________

39

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: ___________________

40

DECLARATION OF TENDERER FOR DOWNLOADING THE TENDER DOCUMENT

(To be submitted along with Tender Documents)

Tender No.: NFL / PT / ------------ Dated ------------

Name of the company: ______________________

Address: ______________________

City: ______________________

Pin code: ______________________

Contact Person Name: ______________________

Designation: ______________________

Phone: ______________________

Fax: ______________________

E-Mail address: ______________________

Maximum Annual Turnover in the last three Years:

________________ Year __________

Maximum Single Work order in the last three years:

________________ Year __________

Have you studied the Eligibility criteria for the selected tender?

Yes / No

Is the company having valid registration with Provident Fund Authorities?

Yes / No

Is the company fulfilling the Minimum Annual turnover in the NIT in any of the last three preceding financial years?

Yes / No / Not Applicable

Is the company meeting the Minimum single work order requirement of the value mentioned in the NIT in any of the last three preceding financial years?

Yes / No / Not Applicable

Is the company meeting the technical qualifying criteria mentioned in the NIT?

Yes / No / Not Applicable

Confirm that you will furnish the documentary evidence against pre-qualification criteria along with your offer.

Yes / No / Not Applicable

Name and Designation of the Authorized Company Official who has filled up the above details:

______________________

Do you confirm that the hard copy of tender being submitted is identical to the one downloaded from our web-site? In case the same is found altered / modified in any way, your offer shall be rejected forthwith and you may be barred from participating in future tenders.

Yes / No

Tender Fee of Rs. _______ is deposited in the shape of Pay Order/Demand Draft No.___________ dated___________ of ______________(Bank)

I / We agree to submit the attested hard copies of documents as per the Notice Inviting Tender along with our offer. I / We undertake and confirm that in case we do not submit the documents with our offer or the documents are not found in order by NFL/ not acceptable to NFL, our tender shall be rejected by NFL without any correspondence in this regard.

(Signature of Contractor/Party)

41

Annexure- VII

Price Bid Performa

Tender for Supply, Erection and commissioning of complete online system of analyzing

Liquid Effluent, Networking & communication to CPCB & HSPCB server through NFL’s Broadband Server on LSTK basis including Five years CMC .

ON LINE LIQUID EFFLUENT ANALYSER

Sr.

No

Item Description Total Landed Rate inclusive of all taxes and any other

charges (F.O.R. NFL,PANIPAT)

INR

In Figures In Words

A)

Supply of complete material for Erection, Commissioning of Online Liquid Effluent Analyzer(As per Annexure 2&3)

B) Erection & Commissioning charges of above

C) Comprehensive AMC charges for Five years after Warrantee Period including parts replace, support & services

.

Note:

1). The Prices indicated at (A) + (B) +(C) will be considered for lowest price evaluation . The overall L-1

bidder will be awarded work order.

2). Service Tax, if applicable, shall be reimbursed on submission of documentary proof of Part B & C

Signature of the Bidder / Tenderer with SEAL

Name: __________________________ Date: ___________________