special terms and conditions - national … · 6 special conditions of contract 13 16 04 ... is...
TRANSCRIPT
Page 1
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
INDEX
Name of Work “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A, B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.”.
Sr. No PARTICULARS FROM PAGE
TO PAGE
No. OF PAGES
1 Index 01 01 01
2 Covering Letter of NIT 02 05 04
3 Notice Inviting Tender 06 07 02
4 Eligibility & Evaluation Criteria 08 09 02
5 Instruction to tenderers 10 12 03
6 Special Conditions of Contract 13 16 04
7 Technical Terms And Scope of work
17 23 07
8 Commercial Terms and Conditions
24 35 12
9 Annexure – 1 36 36 01
10 Annexure – 2 37 37 01
11 Annexure – 3 38 38 01
12 Bank Solvency Format 39 39 01
TOTAL PAGES 39
14 Schedule of Quantities 06
NET TOTAL OF PAGES 45
GENERAL DIRECTIONS AND CONDITIONS OF CONTRACT IS ATTACHED. NOTE: -
1. Contractors are requested to see that all the paper of tender document issued to them are intact as per above Index.
2. Wherever reference to “DSR-2007”, “DSR-2002”, “DSR-1997” or “DSR – 1981” or
DSR of any other year of publication, is given in this document or in General Directions and Conditions of Contract, that may be read and treated as “DSR – 2012” (CPWD, Delhi Schedule of Rates – 2012).
Page 2
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
NATIONAL FERTILIZERS LIMITED (A Govt. of India Undertaking)
(CIVIL ENGINEERING DEPTT.) NANGAL UNIT, NAYA NANGAL – 140126
Phone No. 01887 -222574, Fax No. 01887- 220541, 220420 Website: www. nationalfertilizers.com, e-mail: [email protected]; [email protected]
==================================================================== Ref .No. NFL/NGL/C/497/2015/ Date: ……………
Covering Letter of NIT
To, __________________________ __________________________ __________________________
Sub: Tender for “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A, B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.”.
Dear Sirs,
Sealed tenders are invited for the work as detailed below: - 1. Name of Work: Protective coatings to new N-pits, dilute acid pits, new PT
top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016..
2. Earnest Money Rs. 25,000/-
3. Tender Fee: Rs. 500/-
4. Estimated Value of the work :
Rs. 10.01 Lacs
5. Time of Completion: 02 – Months
6. Last date of issue of Tenders:
18.02.2016
7. Last date and time of Receipt of Tenders:
Upto 3:00 P.M. on 19.02.2016
8. The date and time of Opening of Tenders:
03:30 P.M on 19.02.2016
9. Place of receipt and Opening of Tenders:
Office of Manager (Civil)
10. All request for interpretation, clarification & queries in connection with tender shall be addressed in writing to Issuing Authority i.e. DGM (M&C) at least 7 (SEVEN) days prior to the closing date of the tender.
11. The Tender shall be submitted duly superscribed (Name of the work “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.”)
Page 3
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
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 tenders for the acceptance.
13. NFL reserves the right to issue / non- issue or reject tender documents of any party. However, where enquiries are made by the bidder, reasons for rejecting a tender or non-issuing a tender document will be disclosed to the prospective bidder.
14. Tender shall be submitted in THREE SEPARATE SEALED Envelopes as under:
Envelope No.1:
Will be superscribed “EM” (Earnest Money) and shall contain earnest money deposit of Rs. 2,5000/- and Rs. 500/- as Tender Fees in the form of a crossed demand draft (separate for both amount) issued by any scheduled bank except rural and cooperative bank in favor of National Fertilizers Limited, Naya Nangal, payable at Nangal. Cheque shall not be considered, in any case. Envelope No.2: Will be superscribed “TC” (Terms and Conditions) and shall contain terms and conditions set for the tender by tenderer for his offer (in duplicate) and which are at variance from the terms and conditions of the tender documents issued by NFL and the documents as per Para 16 & 18. (DECLARATION FORM to be enclosed in this envelop) Envelope 3: Will be superscribed “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 superscribed ”(Name of the job “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016”). 15. Opening of Tender :
Envelope No.1: Marked “EM” containing Earnest Money will be opened first, on the schedule date of opening of tender in presence of those tenders who wish to be present at the time of Tender Opening. Envelope No.2: Marked “TC” will then be opened and discussion will be carried on with the respective tenderer for clarification, if any. Envelope No.3: Marked “PB” will be opened subsequently on the same day or at a later date, which will be intimated to tenderer.
Page 4
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
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) Declaration Forms I, II & III
b) An Affidavit in original on Non-Judicial Stamp paper of min. Rs.10/-duly attested by Notary, stating: -
With reference to NIT No.__________________dt.________________of National Fertilizers Ltd. Nangal for the work __________________________. I,________________________________ S/o Sh._________________________ R/o________________________ Proprietor / Partner/ Authorised Representative of the firm M/s ______________________________do solemnly affirm and declare as under :- i) That party/their associates/sister concerns etc. has not been black listed or put on
holiday by any institutional agency/ Govt. Deptt. /Public Sector Undertaking in the last two years for participating in the tender.
ii) No other firm/sister concerns/associates belonging to the same group is participating/ submitting tender for the job.
16.1 (in case the parties are pre- qualified);
a) Other details are as under: -
PAN (Permanent Account No.) issued by Income Tax Deptt.
PF No. (Provident Fund No.) issued by Regional PF Authority.
Service Tax No., Code No./Accounting Code if applicable.
Declaration Forms I&II
ESI Registration No.
b) Power of Attorney in the Name of Person, who has signed the Tender Document. (In case
of Partnership Firm or otherwise as the case may be). 16.2 In case the parties are not pre-qualified, their offer will be considered as per laid down
pre-qualification criteria‟:
Tenderer 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 of organization for which such works have been executed and also substantiate their claims furnishing the copy of their credentials as per NIT. In the absence of these documents tender will not be considered.
17. The contractor shall quote single rate against each item and not the multiple rates in the
Schedule of Quantities. Any tender with the multiple rates quoted will be summarily rejected. Price should be quoted strictly as per the Performa enclosed for Price Schedule of Quantities.
18. This letter shall form part of the contract document and shall be signed and returned along with the tender documents.
Page 5
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
19. 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.
20. 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.
21. While submitting the offer, bidders may ensure that tender document/offer has been
signed by authorized signatory of the company. Subsequent withdrawal of offer / non-acceptance of orders placed based on the offer submitted by them, will not be entertained on the ground that the offer was not signed by the authorized person.
22. 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.
23. The Tender shall be addressed to DGM (M&C).
Thanking you,
Yours Sincerely, for National Fertilizers Limited
(Rajesh Kumar) Manager (Civil)
Page 6
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
COPY OF NIT
RELEASED THROUGH PRESS
NATIONAL FERTILIZERS LIMITED, NANGAL UNIT, NAYA NANGAL
Ref. NFL/NGL/C/497/2015/ Date: 21.01.2016
Tender Notice No. NFL/NGL/C/497/2015/010.
Sealed tenders are invited from experienced and financially sound contractors for the following
works: -
S.N.
Work Description Est. Cost (Rs.)
Cost of Tender
Documents (Rs.)
Availability of Tender
Documents
Last date for sale of Tender
Documents
Date of receipt of Tenders / opening of tenders (Envelope
No. 1 & 2)
1
Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.
10.01 Lacs
Rs. 500/-
Website or Office of
Mgr.(Civil)
18.02.2016
up to 4:00 P.M.
19.02.2016
up to 03:00 P.M. / 03:30 P.M.
For eligibility / evaluation criteria and documents required to be submitted, refer “Tender Documents” at our website www.nationalfertilizers.com
DGM (M&C)
Page 7
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
NATIONAL FERTILIZERS LTD. (CIVIL ENGG. DEPTT. ) NNAGAL – 140126 Phone No. (01887) 222574, 220616 Fax No. (1887) 220541, 220420
Website: www. nationalfertilizers.com E-Mail : [email protected] ; [email protected]
Ref. No. NFL/NGL/C/497/2015/ Dtd. 21.01.2016
NOTICE INVITING TENDER
Sealed tenders are invited from experienced and financially sound contractors in” Two Part Bid System” for the work of “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.” as per following schedule:
Sr.No
NIT No. Tender Fee
(Non-Refund-able)
EMD Overall Time of Comple
- tion
Estimated Cost of work
Last date & time for
Issue of Tender
documents
Submission of sealed
tenders
Opening of Tenders
(Technical Bids)
1. NFL/NGL/C/497/2015/010.
Rs. 500/-
Rs. 25,000/-
02 Months
Rs. 10.01 Lakh
18.02.2016 up to
4:00 P.M.
19.02.2016 up to
03:00 P.M.
19.02.2016 at
03:30 P.M.
Tender documents (non-transferable) can be had by the contractor or his duly authorized representative from the office of Manager (Civil) as per above schedule on submission of Tender Fee. Tender fee (non-refundable) and earnest money shall be paid by Demand Draft / Pay Order / Banker’s Cheque only drawn in favour of National Fertilizers Limited, payable at Naya Nangal / Nangal (Pb.). Tender documents can also be downloaded from our website www.nationalfertilizers.com, in that case, tender fee as stated above is to be submitted in the form of separate Demand Draft. No Cheque shall be accepted in any case.
NFL reserves it’s right to open the Price bids of only such contractors who are found to be meeting the eligibility criteria (as defined on page 8 of contract Document) based on the documents submitted by him/them in the Technical bids. If there happens to be holiday on the date mentioned above, the relevant transanction will be held on next working day. Conditional tenders are liable to be rejected.
Tenderers shall submit their tenders complete in all respects in sealed cover, with all documents mentioned in the tender, so as to reach the office of Manager (Civil), National Fertilizers Limited, Nangal – 140126 up to 3:00 P.M on 19.02.2016 NFL takes no responsibility for delay, loss or non-receipt of tender document sent by post. Tenders received through Post / Courier after 3:00 PM on 19.02.2016, shall not be considered.
For & on behalf of
National Fertilizers Limited, Nangal
DGM (M&C)
Page 8
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
TO BE SUBMITTED IN ENVELOPE - II
Sub.: Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016..
Ref: NIT No. NFL/NGL/C/497/2015/010 dtd. 21.01.2016.
1. ELIGIBILITY CRITERIA
A) The party shall be eligible to participate in the bid only, if he / they meet the following eligibility criteria and submit the self certified documentary evidence in support thereof, without which price bids shall not be opened.
1. i) The parties shall submit the name and address of the firm/company along with its constitution giving status/ style of the same, such as partnership or limited /private firm etc. and also provide photo copy of documentary evidence duly attested by Notary.
ii) The sole proprietor shall submit affidavit in original duly attested by notary regarding status / style of the business entity.
2. The party shall submit documentary evidence with respect to experience of having successfully completed, similar works during the last seven years, ending last day of the previous month, from the issue of NIT.
(i) Three similar completed works each costing not less than Rs. 4.00 Lakh OR (ii) Two similar completed works each costing not less than Rs. 5.00 Lakh OR (iii) One similar completed work costing not less than Rs. 8.00 Lakh
Definition of "similar work” means: Nature of work like “Civil Engineering Works pertaining to Masonry/ Concrete/ Protective Epoxy Paining jobs / Maintenance and Finishing nature jobs” etc. Tenders to submit the copies of work orders alongwith successful execution certificates.
3. Average Annual financial turnover of the agency during the last 3 years ending 31
st
March 2015 should be at least Rs. 3.00 Lakh for which agency shall submit the documentary evidence of Balance Sheet and P&L for the year 2012-13, 2013-14 & 2014-15 in support thereof.
4. Copy of PAN.
5. Copy of P.F. Registration No. issued by PF Authorities.
6. Copy of Service Tax Code & Registration No. allotted by Central Excise Deptt.
7. Copy of ESI Registration No. issued by ESI Authorities (as per Annexure-E).
8. Latest Bank Solvency Certificate, amounting to Rs. 3.50 Lacs, issued by any nationalized / scheduled bank of India (Bank Solvency issued 12-months prior to the date of issue of NIT shall also be considered valid unless otherwise expired).
9. Certificate regarding No Relation with employees of NFL as per Enclosed Performa
(Annexure- E).
B) The party shall also be required to submit the following documents, in the absence of which, the price bid shall be opened, however, the document shall have to be submitted by the party before the award of work. Otherwise EMD of the party shall be forfeited.
1. Labour License.
2. 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 of the registration certificate in support thereof. (As per Annexure-E).
Page 9
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
1. EVALUATION CRITERIA
1. The contract shall be awarded on Composite L – 1 basis. However, in case, it is found that L – 1 tenderer has quoted non-workable rates for one / more items due to which they become L – 1, NFL reserves the right to reject such tender.
2. If the tenderer does not quote rate of any item, it may be noted that for evaluation
purposes the same shall be taken based on the highest rate quoted by the other tenderers. However, order shall be placed for the same item based on the lowest rate quoted by the other tenderers. In that case, the party shall have to execute that item(s), failing which action shall be taken as per the terms & conditions of the contract.
3. Contractors are required to quote their rates of the respective item of work as per
the “UNIT” of Item mentioned in the Schedule of Quantities. If it is found that the contractor has quoted his rates against a particular item(s) by changing the “UNIT”, the such quoted rates of the contractor with the changed “UNIT” shall be ignored and treated as UNQUOTED RATE against that particular Item(s)and the tender shall be evaluated as mentioned at Para -2 above.
Page 10
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
INSTRUCTIONS TO THE TENDERERS
i) Tenderers are advised to study the terms and conditions as laid down in Tender Document and also to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders, as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risk, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the terms and conditions of contract and also shall be deemed to have full knowledge of the site, whether he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be allowed.
ii) Tenderers shall submit their tenders complete in all respects in sealed cover, with
all documents mentioned in the tender, so as to reach the office of Manager (Civil), National Fertilizers Limited, Nangal – 140126 up to 15:00 hrs. on 19.02.2016.
iii) The Contractor should submit their quotations in three separate envelopes. First
envelope Marked "ENVELOPE -1" and super scribed “ EMD “ should contain the earnest money, Second envelope, Marked "ENVELOPE - II and super scribed “ TERMS AND CONDITIONS “ should contain all the terms and conditions of contract along with duly filled in Annexures as supplied to the contractor duly signed on each page as token of acceptance of the same, all other documents as required as per the eligibility criteria mentioned at page 8 and the Third Envelope Marked " ENVELOPE – III, and super scribed “ PRICE BID “ should contain the quoted rates and amount on the Performa of “ Schedule of Quantities “ as issued to contractor. No condition should be mentioned on this Performa. All the three sealed envelopes should be stapled together or placed in a separate envelope and submitted in the office of Manager (Civil) on / before Scheduled date and time of submission of tenders as per referred NIT.
No condition in Price Bid shall be accepted / conditional offer shall not be accepted.
iv) The tenderer should also see the ‘Technical/ Special/ Commercial Terms & Conditions’ placed in the end of this document and quote his rates accordingly on the Schedule of Quantity enclosed.
v) In case the tender documents are downloaded from NFL’s website, they shall be
accompanied by a Demand Draft / Pay Order / Banker’s Cheque of Rs. 5`00/- in favour of National Fertilizers Limited payable at Nangal / Naya Nangal (Pb.) as tender fee and the tenders not accompanied with tender fee, shall be rejected.
vi) The tender shall be accompanied by Earnest Money of Rs. 25,000/- (Rupees
Twenty-Five Thousands only) in the form of Demand Draft / Pay Order / Banker’s Cheque payable at a scheduled bank at Naya Nangal / Nangal (Pb.), in favour of National Fertilizers Limited. Tenders not accompanied by EMD shall be rejected. No Cheque shall be accepted in any case.
vii) Not more than one tender shall be submitted by a contractor or by a firm of
contractors. No two or more concerns in which an individual is interested, as a proprietor and/or a partner shall tender for the execution of the same works. If they do so, all such tenders are liable to be rejected.
Page 11
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
viii) Submission of a tender by a tenderer implies that he has read this notice and all
other contract documents and has made himself aware of the scope and specifications of the works to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by NFL and local conditions and other factors bearing on the executing of the works.
ix) A tenderer shall quote in figures as well as in words the rate(s) tendered, the
amount of each item shall be worked out and the requisite totals given. Special care shall be taken to write rates in figures and words and the amounts in figures only in such a way that interpretation is not possible. The total amount shall be written both in figures and in words.
x) Tenderers must give their postal address as well as their residential address with
phone numbers, Fax No. & E-Mail address of themselves or their Chief Executive or Agent, in the tender at the proper place. The tender documents submitted by the tenderer will be rejected if he or his agent cannot be contacted after reasonable search and the earnest money will be forfeited by NFL.
xi) The tenderer shall sign at the bottom right hand corner of every page of the tender
documents in token of acceptance of NFL’s conditions and for the purpose of identification.
xii) When the tender submitted is not in the name of an individual, the tender shall
disclose the nature, constitution and registration of the tendering firm and shall be signed by persons or a person duly authorized by the firm by means of legal document/Power of Attorney, a duly certified copy of the same shall be attached with the tender. For illustration, in the event of a tender being submitted by a partnership firm it must be signed separately by each partner or by a person holding power of attorney authorizing him to do so. Such power of attorney shall be produced with the tender and it must disclose that the firm is duly registered under the Indian Partnership Act. In case of company authority letter must be signed by the Company Secretary / Managing Director/CMD.
xiii) It is the responsibility of the contractor to keep their labour in the specified area
only. Strict action would be taken against the labour and contractor, if found at other than the work places and or indulge in any unlawful activities or activities prejudicial to the interest of the company (NFL)
xiv) The Contractor shall have to give an undertaking in writing in the enclosed
Annexure ‘1’ along with the tender that all the conditions of inviting tenders are acceptable to him without any reservation & he himself has ascertained the quantum, nature & procedure for carrying out the job.( Envelope-II).
xv) Declaration regarding unconditional offer is to be signed by the contractor and
submitted as per Annexure – “3” (Envelope-II) xvi) The General Directions and Conditions of Contract (GDCC) shall form part of the
contract and these are to be signed by the contractor as a token of acceptance of the same and submitted as per Annexure – “3” (Envelope-II)
Page 12
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
xvii) Declaration regarding no relations in NFL is to be provided in the enclosed
Annexure ‘2’ (Envelope-II) xviii) Annexure-3 shall be submitted in separate envelope by such contractor(s) who
have down loaded the tender documents from our website. This applicable along with Demand Draft is to be deposited with NFL on or before submitting the main tender.
xix) These instructions to tenderers shall form part of the contract documents.
(Rajesh Kumar) Manager (Civil)
Page 13
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
SPECIAL CONDITIONS OF CONTRACT 1. ARBITRATION & CONCILIATION
The contract shall be governed by and construed in accordance with the laws of India. A) “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 party to the contract be referred to the arbitration of the
Unit Head, National Fertilizers Ltd, Nangal Unit or his/her nominee.
The arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment
thereof and the rules made there under shall govern the Arbitration proceedings.
The contractor hereby agrees that he shall have no objection if the arbitrator so
appointed is an employee of NFL and he had to deal with the matter to which 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”.
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.”
B) Applicable where contract is awarded to Public Sector Enterprises/Government:
In the event of any dispute or difference relating to the interpretation and application of
the provisions of the contract, such dispute or difference shall be referred by either
party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be
nominated by the Secretary to the Government of India In-charge of the 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 will share
equally the cost of arbitration as intimated by the Arbitrator.
2. 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 obligations contained therein, if the performance is prevented or delayed or restricted or interrupted with by the reason of war, hostilities, revolution,
Page 14
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
civil commotion, strike, epidemics, accident, fire, unprecedented rains /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 interference to the extent of such prevention, delay, restriction or performance 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.
3. CONTRACTOR’S OBLIGATIONS:-
i) The contractor has to arrange all types of materials, labour, tools and plants, equipments and machinery at his cost to execute the work to the entire satisfaction of Engineer-in-charge/as per contract provisions for which he will be paid for as per his quoted/finally agreed rates as per work order.
ii) Personal protective equipment (PPEs) such as shoes, goggles, hand gloves,
safety belts etc. for the labour shall be arranged by the contractor and it is mandatory for all workmen to use the PPEs. All the tools and tackles to be used in execution of the job must have valid test certificates.
iii) Contractor may employ such number of employees / labourers as he may think fit
and the employees so employed shall be the employees of the contractor for all purposes whatsoever and shall not be deemed to be in the employment of NFL under any circumstances whatsoever. Contractor shall adhere to all laws, rules and regulations that may be in force from time to time concerning the employment or service conditions of its employees. If under any eventuality whatsoever NFL is held liable or made responsible in any manner whatsoever for the default or omission neglect on the part of the contractor or its employee in abiding by the aforesaid rules, regulations and laws or held liable or responsible to the employees of the contractor in respect of any matter whatsoever and called upon to make payment 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 contractor, NFL shall be entitled to and recover the damages or compensation from the contractor / from the money that may become due and payable to the contractor.
iv) It is understood by the contractor that in the event of any losses/damages caused
to the owner due to the reasons whatsoever within his control and the same losses/damages are proved, the contractor shall make good all the consequential damages/losses to the owner without any protest and demur. These damages/losses shall be a part from other claims/damages to which the owner is entitled under the contract or in the court of law.
v) If a tenderer has relations whether by blood or otherwise with any of the
employees of the owner (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.
Page 15
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
vi) In case contractor fails to fulfill his obligation under the contract, NFL shall have the
right to rescind the contract and get the work done from any other agency at the risk and cost of the contractor plus 25 % (Twenty Five percent) departmental charges.
4. LABOUR LICENCE: Contractor shall obtain labour license for the labour to be deployed by him for executing this work as per statutory requirement & he shall submit the same to NFL.
5. Payment of Minimum Wages :-
a) It shall be the responsibility of the Contractor to make payment of Minimum
Wages to the workmen engaged by him on or before 7th of the following month, as fixed /revised and notified by the Appropriate Govt. (presently Central Govt.).
b) In case the rates notified by the Central Govt. for any scheduled employment are less than the rates notified by the State Govt., in that case the Contractor shall be required to make the payment to the workmen at the rates notified by the State Govt.
6. OTHER STATUTORY REQUIREMENTS:-
i) The contractor shall comply with the provisions of payment of wages act, 1936, Minimum Wages Act, 1936, Minimum Wages Act, 1948, Employees Provident Fund & Misc. Provisions Act, 1952, Employers’ Liability Act, 1938, ESI Act, Maternity Benefit Act, 1961, the contract labour (Regulation & Abolition Act, 1970 and Mines Act, 1932 or any modification thereof. Contractor shall also comply with the provisions of all other Acts, Rules & Regulations connected with the employment of labour for the purpose of execution of this contract.
ii) Contractor should have his own PF Account Number and shall be responsible to
deposit the PF contribution in respect of workmen engaged by him. iii) The contractor shall indicate PF Account Number allotted to each worker
engaged by him in the monthly wage bill and will ensure its accuracy and correctness.
iv) The contractor shall submit Annual Return in respect of all the workmen
engaged by them with concerned RPF authorities with copy to P&A Deptt. v) After submission of the return the contractor shall arrange PF slips in respect of
PF Contribution, issued by the RPF Authorities and will distribute to the concerned workers after intimation to the Executing Deptt and P&A Deptt.
vi) After closure of the contract or in case of change of the employer (contractor),
the outgoing contractor and present contractor shall ensure submission of Form-13A, for transfer of PF contribution from old account to the new account.
Page 16
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
7. In the absence of the contractor himself, the contractor will depute minimum one Site Supervisor/Engineer/Authorized agent with proper power of attorney from the date of start of the work to the date of actual completion of the job for supervising work and arranging material, manpower, taking instructions from Engineer-in-charge / Site Engineer, accepting the measurements etc. in the absence of the said supervisor, NFL may suspend the work at the cost of contractor.
8. QUANTUM OF JOB: - Quantum of job is tentative only. There may be variation in
quantum of work to be executed by the contractor as per maintenance requirement. Contractor will not enhance rates throughout the contract due to variations. Contractor will not have any claim even if there is no work.
9. Implementation of ESI Act for engagement of Contractor Labour.
a) Contractor should have his own ESI Account Code Number from the ESI Authorities. It shall be the responsibility of the contractor to deposit the ESI contribution every month @ 6.5% of the monthly wage bill, (Employers Contribution @ Rs. 4.75% & Employees Contribution @ Rs.1.75 %), under intimation to P&A Deptt.
b) It shall be responsibility of the Contractor to ensure Registration and issue of ESI cards to the workmen engaged by him, for availing medical facilities by the beneficiaries.
c) It shall be responsibility of the Contractor to submit ESI Return to the statutory authorities under intimation to P&A Deptt.
Note: “Earlier clause regarding implementation of Workmen Compensation Act/ insurance cover under the Act, referred to elsewhere in the GDCC/ NIT stand superseded / deleted”.
(Rajesh Kumar) Manager (Civil)
Page 17
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
TECHNICAL TERMS AND CONDITIONS
1. The General Directions and Conditions of Contract (GDCC), which will form part of the contract agreement, may be studied by the contractors before submission of their tenders, in the absence of which it will be presumed that the contractor has seen, studied and accepted the GDCC. These conditions of contract as stipulated in this document are in continuation of GDCC and shall also form part of the contract.
i. Wherever these conditions contradict any clause as contained elsewhere in the
tender document, the condition/specification as mentioned in this document shall superseded those relevant conditions.
ii. No compensation for any damage done to the executed job or to the raw materials stored at site, by rain, flood, or any other unavoidable circumstances, or natural calamities during the execution of work or up to expiry of liability period, shall be made by NFL.
2. SPECIFICATIONS:
i) The specification for workmanship shall be as described in the Central Public Works Department latest “specifications” including amendments, unless otherwise specified. These CPWD specifications shall be deemed to form part of this contract.
ii) The CPWD specifications shall take precedence over the provisions in the
Bureau of Indian Standards (BIS) specifications/Indian Road Congress (IRC). Wherever CPWD specifications are silent, the relevant BIS / IRC specifications shall be referred.
iii) All painting job shall be carried out by taking all the necessary precaution for
safe working as per instruction of Safety Officer. And in order to ensure the safety of the workmen involve in the painting job, additional manpower must be ensured. All painting operation shall be carried out strictly as per the instruction of the Engineer-in-charge and safety officer.
iv) In case of any class of work, for which there is no such specification as laid
down in the contract, such work shall be carried out in accordance with the recommendations of manufacturers of Raw Materials and / or the instructions and requirement of the Engineer-in-charge.
v) The contractor shall take special care of their workmen w.r.t. safety & other
statutory requirements. All the statutory compliances strictly adhered to. All the safety gadgets required for the job shall be in the contractor’s scope.
SCOPE OF WORK 3. The scope of work consists of Protective coatings to new N-pits, dilute acid pits, new
PT top louver area, inter stage basin, Sump of CT, Z5A, B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016. Any emergent work shall have to be executed by doing the work round the clock and / or after normal general shift (8:00 AM to 5:00 PM) for which nothing extra shall be payable to the contractor for doing the work during such period.
Page 18
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
4. Besides the labour and supervision required for painting, the contractor will also be responsible for providing the following:
a) Any type of equipments tools and tackles necessary to perform the work by a
workman like and efficient manner and to complete the work as per time schedule.
b) All scaffolding required for carrying out the work.
c) Supply of all materials, consumables and testing appliance required for
performing the work.
d) Storage of paints, consumables and all the equipment and other material brought to site.
e) Special protection if any, required for performing work during adverse weather conditions as well as for avoiding deterioration/damage of coated surfaces until dry and ready for use, protection of surrounding equipments, structures etc. during the course of work and any other precautions as may be directed by Engineer-In-charge shall be provided by the contractor. It shall be clearly understood that work of material affected by moisture shall be rejected by the Engineer In-charge. If there is any spillage of paints on the surrounding equipments/structures etc. during painting, same will have to be rectified by the contractor.
f) Cleaning up the working areas regularly during the course of work for purpose of good housekeeping as well as cleaning up the site on completion of work as directed by Engineer In-charge. All the cleaned material shall be shifted to a suitable dumping pit/yard as per instructions of site Engineer.
5. All the epoxy painting materials brought to site by the contractor for application shall
be procured from reputed approved manufacturers as detailed below and shall be accompanied by Manufacturers test certificate indicating that the epoxy components are of 1st grade and 1st quality. In case such certificates are not available, the Engineer In-charge may direct the Contractor to have the materials tested in accordance with the relevant IS specifications at outside laboratories and all costs thereof shall be borne by the contractor.
6. RAW MATERIALS FOR EPOXY WORKS
The epoxy resins and hardeners i.e. GY-250, GY-257, GY-255, HY-830, HY-840, HY-850 & XY-45, manufactured by M/S CIBA GEIGY INDIA LTD are approved for use in the work, however, the equivalent resins and hardeners manufactured by other agencies i.e. HUNSTSMAN ADVANCED MATERIALS (INDIA) PRIVATE LIMITED, M/s. Atul Ltd., Distt. Valsad, Gujrat, M/s dr. BECK & Co. Pvt. Ltd, Pune and M/s. SIP Industries Ltd., Chennai are also approved for use in subject work.
Quartz sand mix no. 10 of badarpur/ Kota in 25kg./50kg. Bags will have to be used in
the item wherever specified. 7. The Engineer In-charge may call for additional tests in materials accompanied by
Manufacturer’s Test Certificate. In such an event, the contractor shall after getting in writing from Engineer In-charge, arrange to have such tests performed, but costs of these shall reimbursed to the contractor at actual on production of documentary evidence.
Page 19
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
8. The contractor shall ensure expert technical service at site from the epoxy paint
manufacturer immediately as and when required by Engineer in-charge free of cost and without any obligation.
9. TOOLS & EQUIPMENTS:- All tools and tackles, brushes rollers, spray guns, blast
material and other equipments whatsoever used shall be suitable for the work, in good order and supplied by the contractor. Besides above, contractor shall also arrange at his own cost the scaffolding, required for the job, as per directions of the Engineer-in-charge/ Safety Officer.
10. SURFACE PREPARATION: - Old coating, loose mill scale, loose rust and other
detrimental foreign material shall be removed with hand tools such as hand brushes, hand sanders, hand scrappers, other hand impact tools or combination of these tools to give a clean surface. The old coated surfaces shall be rubbed down thoroughly with emery paper to remove all dust, rust, other foreign matters, and washed with cleaning agent/ chemical solution such as trichlorethene etc. to remove grease etc. and the surface allowed to be dried. The portions from where the old coat has peeled off, it should be rubbed down as above and shall be touched up and allowed to dry before giving one coat. Surface preparation is to be got checked from Engineer in-charge before new painting.
11. While painting, due care shall be taken that quality of epoxy paint and workmanship
meet standard specifications. 12. After completion of painting job, the area must be cleaned to the entire satisfaction of
Engineer in-charge. 13. NFL may at its discretion award any other / additional work of any magnitude on the
final agreed rates, terms and conditions, as per the work order, for execution of the same inside Factory area and the contractor has to execute the same work as a separate work.
14. Since the entire work relates to the Factory area, safety work permits will be issued
for doing the jobs, without any safety work permit duly issued by NFL, work will not be allowed to be carried out. Work shall be carried out strictly, as per the instructions of Safety Officer of NFL.
15. For doing the work in plant area the workers, supervisors, Engineers are allowed to
come in the plant area with proper gate passes. NFL will issue necessary gate passes to such persons for whom the request will have to be made by the contractor. NFL will not be responsible for late entry of the persons through the gate due to the absence of gate passes.
16. Incoming Materials: On the basis of contractor’s challan / list/ bill the CISF shall
record the materials to be taken inside the Factory in the CISF Register at the Factory Gate and issue an Incoming Material Gate pass for taking the materials inside the Factory as per the prevalent practice. Two copies of the said material Gate Pass shall be given to the contractor out of which one copy shall be handed over by the contractor to the Engineer-in-charge and the other shall be retained by the contractor for his records.
Page 20
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
17. Contractor’s material i.e. non-consumable items to be allowed entry inside the factory
gate shall have their complete description i.e. name, make machine no., size of various tools and tackles etc. with contractor’s identification mark on each item as far as possible. As regards consumable items, their complete specifications i.e. name, make, size etc. shall be got mentioned in the contractor’s challan/ list/ bill. Special identification mark on contractor’s capital / high value on-consumable item shall be got engraved and checked by concerned Engineer-in-charge /his authorized representative. To achieve the above objective, CISF personnel shall be advised to accept challan / list / bill of contractor’s materials having complete description of the same.
18. The working party has to submit the documentary proof of purchase of material from
the reputed manufacturer / dealer/ supplier alongwith Test Certificate, before taking the material inside Factory Area.
19. The Engineer-in-charge of NFL shall be responsible for ensuring the correctness of
quantity/ description of the contractor’s materials brought inside the factory vis-à-vis the details given in the contractor’s challan/list/bill incoming materials. All the material brought by contractor will kept in store in double lock and key. One key with engineer-in-charge and another with contractor.
20. In certain cases, it may not be practicable for the CISF personnel at the factory gate
to properly count the items loaded in the truck/ tempo, as per the challan/list/bill. In such cases, CISF man shall be deputed to go to the unloading side of materials to witness the counting so as to ascertain correctness of the material brought inside the factory. After the needful, CISF man shall record in the CISF register that the unloading of the materials has been witnessed inside the factory and items are tallying with the contractor’s challan/ list/bill of incoming materials.
21. Contractor’s incoming materials shall be allowed to enter inside the factory on all
days upto 5:00 p.m. but on Sundays /holidays the CISF official at the factory gate shall inform and seek verbal approval of the Head of the executing Department about the same, who shall depute the concerned engineer-in-charge to ensure that the materials brought inside the factory are as per the stamped challan incoming material gate pass.
22. Each coat shall be allowed to just tack free before the next one is applied. Further
each coat shall be inspected and approved by the engineer-in-charge before subsequent coat is applied. The inspection of the plants / buildings attended by the contractor will be done by removing all the defects noticed/ pointed out.
23. Epoxy coating shall not be applied in rain, snow, fog or mist or when the relevant
humidity is such as to cause condensation on metal surface. 24. Epoxy coating shall be applied as per the recommendation of manufacturer of the
Material.. 25. When applied with brush, the epoxy paint shall be applied with full scale brushes to
attain smooth coat of uniform thickness, at entire surface.
Page 21
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
26. The epoxy paints are to be applied as per instructions of the epoxy paint manufacture.
Specific maturation period as applicable to certain paint after mixing should be strictly adhered to. Epoxy paints with limited pot life should be consumed within the specified pot life period.
27. All ingredients in any container of epoxy paint shall be thoroughly mixed before use
and shall be agitated continuously during application to keep the paint to suspension.
28. The contractor should provide sufficient number of drop cloth and shall exercise care to protect all finished surfaces of floors and other work and shall immediately remove all the spotters and stains / marks from such surfaces. He shall also take care to avoid falling of paint on the moving element or equipments, whenever required by the engineer-in-charge. The contractor shall use his own tarpoulines to avoid fall of paints on finished product or running equipments.
29. The contractor shall daily remove all the waste material as well as empty containers,
packing cases etc. from work sites. The contractor shall be responsible for total clearance of the site of work after completion of entire painting work.
30. The engineer-in-charge at his own discretion may hold the epoxy painting work after
release to the contractor for special inspection revision, confirmation of date of repair covered in the scope of work.
31. As specified in Schedule of Quantities the contractor will have to arrange the epoxy
materials of approved brand, as given above in Technical Terms & Conditions of Contract.
32. The contractor will have to produce the documentary proof of purchase of epoxy
materials from approved agencies. The materials purchased from unauthorized dealers will not be accepted. The materials shall be brought at site in its original sealed containers, indicating batch no., date of manufacturing / expiry.
33. The detailed schedule for execution of work shall be prepared by the contractor in
consultation with the Engineer-in-charge after award of the contract to ensure timely completion of work with two weeks from the date of issue of letter of acceptance/ work order.
34. Inspection
The entire works covered by this contract shall be subject to inspection as well as final inspection in the following manners:
Stages Inspection Items
a. Prior to epoxy coating. i. Material quality and its shelf life.
ii. Surface preparation
iii. Proper mixing in specified ratio.
b. During epoxy coating.
i. Number of coatings.
Page 22
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
c. After completion of each coat of epoxy coating.
i. Proper adhesion of coating with
existing and subsequent
coating.
Nos. of coats and consumption of material shall be as per specification unless otherwise specified. Any defect noticed during the various stages by NFL shall be made good by the contractor at his own cost to the entire satisfaction of Engineer-in-charge.
35. Drying duration shall be as per recommendations of the epoxy paint manufacturers.
Dryness of previous coat shall be ensured be subsequent coatings. 36. Finishing shall be checked that the coated surfaces are free from any detrimental film
irregularies, such as lifting, piling cracks etc. 37. At the discretion of the Engineer-in-charge, the epoxy paint manufactures may also
associate with the inspection of epoxy paint work to ensure satisfactory application in conformity with the epoxy paint manufacturer specification.
38. The contractor shall undertake immediate rectification or make good of the epoxy
painting job damaged/ spoiled due to any reasons, at no extra cost. 39. Local Sutlej sand having its grading within the limits of grading zone IV silt content
not exceeding 8% as specified in CPWD specifications shall be considered as equivalent to fine sand.
40. Coarse sand having its grading within the limits of grading Zone III, with silt content
not exceeding 8% as specified in CPWD specifications, shall be considered as coarse sand.
41. Only graded crushed stone aggregate of specified nominal size broken from hard,
strong, dense and durable stone obtained from approved queries with grading conformity requirements as laid down in Bureau of Indian Standards specifications (conforming to IS-393) shall be used for concrete/RCC items of the work. Stone aggregate shall be free from soft/friable, thin, elongated or laminated flaky places and shall be roughly cubical in shape. It should be clear and free from dirt and any other foreign material.
42. Since the cement required for use in different items of the work will be supplied free
of cost. Therefore, the contractor shall quote keeping this into consideration, the item rates against the items, which involve use of cement. Further, in case extra item is required to be executed (involving use of cement) then for the purpose of payment to the contractor, will be worked out by deducting the cost of cement (taking into account the theoretical quantities of consumption specified in DSR-2012) @ Rs. 7,200/- per tonne plus 1% water charges and 10% contractor’s profit over this rate, from the DSR-2012 rates of relevant items.
43. Recovery rate consumption of cement within and beyond the permissible variations
In case for completing the different items of works (susceptible to measurements) if
the cement is actually required even beyond the theoretical consumption requirements (based on DSR-2007), the same will also be issued at NFL stores, but the recovery for excess consumption of cement will be regulated as under :-
Page 23
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
i) For the quantity of cement actually consumed beyond the above theoretical
requirements, but within the upper permissible limit of variation, no recovery will be affected.
ii) For the quantity of cement actually consumed beyond the upper limit of
variations, the recovery will be affected twice in NFL Nangal’s latest issue rate (i.e. book rate +25% Depttl. Charges + prevalent Sales Tax).
iii) The plus / minus limit for the variation of the actual consumption of the cement
w.r.t. theoretical consumption based on DSR-2007 shall be as under:-
a) For contracts valuing of Rs. 2.00 lac + upto 5%.
b) For contracts valuing exceeding Rs. 2.00 lac but not exceeding Rs. 5.00 Lac
+ upto 4%.
c) For contracts valuing exceeding Rs. 5.00 lac + upto 3%.
(Rajesh Kumar) Manager (Civil)
Page 24
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
COMMERCIAL TERMS AND CONDITIONS. 1. SCOPE OF SUPPLY OF MATERIALS BY NFL.
a) NFL shall supply the following materials free of cost at NFL stores in side
Factory Area for use in the works of “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.”: -
Sl. No. Description of Materials Qty.
1 Cost of free issue Cement 1.40 MT
b) The above materials shall be supplied from NFL Main Stores situated in
Factory area. The contractor has to transport the material from Main Stores to the site of work including loading and unloading of the same within their quoted rates.
2. ACCEPTANCE OF TENDER
NFL reserves the right to issue / non- issue or reject tender documents of any party. However, where enquiries are made by the bidder, reasons for rejecting a tender or non-issuing a tender document will be disclosed to the prospective bidder and the tenderer shall be bound to perform / execute the work at his quoted / finally agreed rates as per work order.
3. SECURITY DEPOSIT: -
i) The Security Deposit together with EMD/Initial Security Deposit shall be 10% of the contract / Works order value.
In case of AMC/ARC, Initial Security Deposit (ISD) shall be 2.5% of the Contract Work Order Value which is required to be deposited within 10 days of the issue of the letter of intent by the successful tenderer. EMD can be adjusted against SD. The balance amount shall be recovered @ 7.5% from each running bill and the final bill as to make the total security deposit at 10% of the Contract / Work Order Value. No interest shall be paid on security deposit. Any amount recoverable from the contractor shall be deducted from security deposit. Security deposit shall be returned to contractor after obtaining “No objection certification” from Executive Department after expiry of “Defect Liability Period”.
ii) The Contractor, if so desires, may convert the amount into one of the Government Securities or Bank Guarantee in the form approved by NFL.
Page 25
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
4. QUANTITIES AND RATES :
i) The quantities as mentioned in the Proforma of “Schedule of Quantities”
supplied to contractor for quoting his rates, i.e. Price Bid Performa, are just
approximate and are for the purpose of quoting the rates by the contractor.
These quantities may increase / decrease to any limit and / or any item may not
have to be executed as per the prevailing site conditions / requirements at the
time of execution of the work, but the rates as quoted by the contractor /
accepted by NFL as per the Work Order, shall remain firm and valid during the
entire contractual period including any extension of time for the work. In the
event of such variations in Schedule of Quantities, NFL will not entertain any
claim of the contractor.
ii) The rates quoted/finally agreed as per Work Order shall be treated to remain
firm throughout the pendency / execution of the contract including any extension
period that may be granted and shall not be subjected to any sort of escalation
even if such escalation is enacted by either the Local Bodies/Municipal
Corp./State Government or the Central Government for either labour and/or the
materials and/or POL. NFL shall not allow even a minor revision of prices of the
quoted rates during the pendency of the contract under any circumstances
whatsoever The tenderer must quote price / rates keeping in full view the
requirements of the tender document except where it has been clearly stated
that extra shall be paid, it is to be understood that nothing extra shall be paid
even though it may not have been specifically pointed out that nothing extra
shall be paid. Therefore, the rates to be quoted in the ‘Schedule of Quantities’
by the tenderer are to be fully inclusive of the value of work described under
several items including all costs and expenses which may be required in and for
the completion of the work described together with all taxes (excluding service
tax), general risks, liabilities and obligations (e.g. temporary buildings, fencing,
watching lighting, dewatering of drains leading to low laying areas / site of work,
leaking water supply lines/sub soil water, stagnated water at site), inspection of
raw material and laboratory testing charges thereof, insurance, transportation of
materials from source of supply to site of work , route permits, octroi, royalty,
indemnity, labour regulations, maintenance during defect liability period and the
like and the prices are also to be inclusive of all labour, materials, tools, plants,
and equipments hoists, tackles, scaffoldings and the sundries, etc. ,and the
rates shall be firm irrespective of any variation in the prevailing rates of taxes,
duties, levies, octroi etc., and any fresh imposition of any of these by
State/Central/Statutory bodies and contractor shall indemnify NFL against levy
of any taxes etc. in regard to this contract and in the event of NFL being
assessed for any of the said taxes, NFL shall have the right to recover the total
amount so assessed from contractor’s dues and the contractor shall also be
responsible for all costs or expenses that may be incurred as may be necessary
for full and entire completion of the work as specified under this contract.
Page 26
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
5. DISCREPANCIES AND ADJUSTMENT OF ERRORS
i) The several documents forming the contract are to be taken as mutually
explanatory of one another, detailed drawing being followed in preference to small scale and Special Conditions in preference to General Conditions.
ii) In case of a discrepancy between the Schedule of Quantities, special conditions,
the specification and the drawings the following order or preference shall be observed:
(a) Description in the schedule of quantities.
(b) Special conditions.
(c) Technical/commercial terms and conditions..
(d) Drawings
(e) General Specification.
iii) If there are varying or conflicting provisions made in any one document forming
part of the contract, the Accepting Authority shall be the deciding authority with regard to the intention of the contract.
iv) THE RATES TO BE QUOTED IN WORDS & FIGURES :-
The tenderer shall quote in English both in figure as well as in words the rates and amounts tendered by him, on the form of schedule of quantities forming part of the tender documents. The amount for each item shall be worked out and entered an requisite totals be given for all items. The tendered amount for the work entered in the tender shall be duly signed by the tenderer. If there are differences found between the rates given by the contractor in words and figures or in the amount worked out by him in the schedule of quantities and the general summery, these shall be adjusted in accordance with the following rules:
a) In case of duplicacy of any item in the schedule of quantities, the lowest
quoted rate of the contractor for such items will be operated in the contract. b) When there is a difference between the rates in figures and words the rate
which correspond to the amount worked out by the tenderer shall be taken as correct.
c) When the rate quoted by the tenderer in figure and words tallies but the
amount worked out is in correct, the rate quoted by the tenderer shall be taken as correct.
d) In the event of any error occurring in the amount column of schedule of
quantities as a result of wrong extension of unit rate and quantity, the unit rate shall be regarded, as firm and extension shall be amended on the basis of the rate.
e) All errors in totaling in the amount column and in carrying forward total shall
be corrected.
Page 27
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
f) The total of various section of schedule of quantities as amended shall be carried over to the general summery and the tendered sum amended accordingly. The tendered sum so altered shall, for the purpose of the tender, be substituted for the sum originally tendered and considered for acceptance. Any rounding off in the schedule of quantities or in general summary, by the tenderer, shall be ignored.
6. INCOME TAX :
NFL shall be entitled to deduct Income Tax at source from all payments due and to be
made to the contractor under this contract in accordance with the provisions of Income
Tax Act and rules framed there under, as applicable from time to time, including any
amendment or modifications thereof.
7. SALES / WORKS TAX
NFL shall be entitled to deduct Sales Tax / Works Tax at source from all payments
due and to be made to the contractor under this contract in accordance with the
provisions of Sales Tax Act / Commercial Tax Act and rules framed there under , as
applicable from time to time, including any amendment or modifications thereof.
8. Payment of Service Tax & Taxes Duties:
A. Payment of Taxes & duties.
1. The rates to be quoted by the tenderer should be inclusive of all duties, taxes,
levies including VAT on works contracts, entry tax etc. but excluding Service Tax.
No request for increase / decrease or inclusion of any tax shall be entertained
afterwards.
2. Deductions such as Income Tax, VAT etc at source, plus surcharge thereon at the
applicable rates of the Gross Value of the Bill shall be made from the Contractor’s
monthly bills for depositing with respective Statutory Authorities as per the
provision of the respective Acts and guidelines issued by Govt. of India.
3. NFL shall not provide ‘C’ Form for availing concessional rate of CST towards
import of goods / material by the contractor in the State of Punjab from the other
States (applicable for Works Contracts only).
4. Service Tax shall be applicable on Labour Oriented Items (i.e. Part-B) only.
B. Service Tax.
The Total Contract Value is inclusive of all applicable taxes, duties, levies etc except Service Tax.
Page 28
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
For Service Contracts (Part-B only).
Under the service contracts there is no transfer of property in goods is involved, so
this is not a works contract. Similarly this is also not a contract for supply of man
power, since overall supervision and control of the contract labour so engaged,
deployed or supplied for execution of the contract shall remain and vest with the
tenderer. As such, NFL is not liable to pay service tax as service receiver under the
service tax Notification No.30/2012-Service Tax dated 20-06-2012. Hence, liability
for deposit of 100% (Full) Service Tax with Central Govt./ Service Tax Authorities
shall be of the bidder / tenderer / contractor and the same shall be reimbursed as
per the terms of the contract.
Nature of Contract (Service / Works / Labour
Supply etc).
Service Contract (Applicable on Part-B only)
%age of Value of Services (Quoted amount)
on which Service Tax is applicable / leviable,
as per GOI notification issued from time to
time in this regard.
100% Value
Present Rate of Service Tax
14%
Service Tax liability of the bidder as Service
Provider
100%
Service Tax liability of NFL as Service Receiver
-------
C. Evaluation of bids.
The amount of Service Tax as applicable as per Service Tax Act 1994 as
amended from time to time and rules notified by Central Govt. shall be
considered for evaluation of bids for arriving at L-1 status and award of contract.
D. Service Tax, if applicable shall be paid by NFL as per GOI notification 30/2012- Service Tax effective from 01.07.2012 on submission of the documentary evidence of the payment thereof. The tenderer must mention Service Tax Registration/ Service Tax Code and the Accounting code in the invoice / receipts. Any variation in the rate shall be NFL’s Account during contractual period only.
The tender shall indicate separately the portion of the taxable services (Percentage of Service Component in the quoted rates) on which Service Tax shall be payable by NFL and the portion of the exempted services (Percentage of Material Component in the quoted rates) representing value of goods sold to NFL for which necessary documentary proof shall be available with the tender. 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.
Page 29
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
E. Contractor must submit documentary evidence of deposit of Service Tax
immediately after its deposit with Service Tax Department. The documentary evidence must be submitted latest by the date for submission of invoice / bill of subsequent month, failing which NFL can withhold the payment of subsequent Service Tax due to non compliance of Service Tax Rules. The Service Tax of the final bill shall be reimbursed on production of documentary evidence.
The Liability of NFL shall be restricted to the amount of service tax only. Any interest / penalty etc. shall be to the contractor’s account. Rates & Guidelines shall be applicable as notified by the Central Govt. from time to time.
F. Any subsequent change in the rate of Service Tax shall be to NFL’s account during contractual period only.
G. As per Service Tax Law, the liability towards payment of Service Tax lies with the
service provider, so NFL is not responsible for non compliance of the Service Tax
Law by the tenderer. However, in case of services notified for liability of
payment of Service Tax on the part of service receiver, the Company (NFL)
shall comply with the same to the extent of his portion of Service Tax to
which NFL is liable as the service receiver.
9. TERMS OF PAYMENT
The bills in quadruplicate on the printed forms of NFL will have to be prepared and
submitted by the agency/its authorized representative after taking joint
measurements, as per clause no. 36 of GDCC. Payment of monthly running account
bill complete in all respect shall be made after making necessary recoveries as per
contract within 30 days of receipt of bill. Payment of final bill shall be released within
60 days after receipt of bill completed in all respect. Payment of 10% security
deposit/ deducted shall be released after completion of defect liability period on
demand within 30 days.
10. Submission of Monthly bill.
The contractor shall submit his monthly bill within the first week of the following
month to the Executive Department for verification and recommendations. In case
the contractor fails to submit the bill by the last day of the following month, a penalty
of 1% of the billed amount for every month of delay or part there of subject to
minimum of Rs. 1,000/- shall be recovered from the bill.
11. WATER CHARGES:
Water for construction and maintenance shall be provided by NFL on chargeable
basis @ 1% of the value of work which shall be recovered from the RA Bills / Final
bills of the agency. However, the site where water can not be supplied through NFL,
contractor has to arrange water at his own cost and no water charges shall be
levied.
Page 30
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
12. ELECTRIC POWER CONNECTION:
a) Electrical Power for running the Power brushes, Drill Machines, Mortar mixing
machines, or other apparatus for executing the work shall be supplied free of
cost. NFL shall also provide lightning arrangements, free of charge, to illuminate
the working areas for executing the work.
b) All the apparatus brought by the contractors in the plant should be electrically
operational and healthy with sufficient length of cable having proper size and
insulation. In case of 3-phase supply, connection will be given only if there is
proper switch fuse unit, starter complete with on-off push buttons, HRC fuse and
thermal overload relay of proper rating. All single-phase equipments like drill
machines, grinders, floodlights, hand lamps etc. shall be fitted with 3-pin plug top.
Industrial plug tops will be provided by the contractors for free tapping of power
from the points wherever industrial plug sockets are provided in the field. No
loose wires are to be used in the sockets for topping the electrical connection.
c) Metallic body of the equipments shall have proper earth connection. Single earth
in case of single-phase connection and double earth of proper size incase of 3
phase shall be ensured by the user of the equipment. It will be the responsibility
of the user contractor to ensure that NFL Plug Points/installations are not
tampered and all electrical connection from power outlets will be connected by
NFL staff. Wherever portable hand lamps are used in the vessels, the voltage
shall not exceed 24 volts.
13. VALIDITY OF OFFER :
The validity of offer / tender / price bid as submitted by the contractor shall be 04
(four) months from the date of opening of Techno-Commercial Bid. The EMD of
the unsuccessful tenderers shall be refunded after the expiry of validity of offer/
award of work
14. COMPLETION / CONTRACT PERIOD:
a) Validity of Contract: Contract shall remain valid for a period of 12-months from
the date of schedule date of start of work, which can further be extended by 03-
months on the sole discretion of NFL. The rates shall remain unchanged during
the validity of contract.
b) Execution/ Completion Time: 02 (Two)-Months, from the date of handing
over the site which shall be intimated in writing. The completion period of the
contract can be extended at the sole discretion of NFL for a further period of one
month on the same rates, terms and conditions of the contract.
c) Mobilization Period : A mobilization period of 10-days, shall be given from the
date of issue of Letter of Intent (LOI).
Page 31
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
15. LIQUIDATED DAMAGES :
If there is any delay in the completion of the work at any job site with respect to total contracted quantity /final completion of the work, the NFL shall (without prejudice to any other right of NFL in this behalf) be entitled to recover liquidated damages for the delay at 1% (one percent) of the total contract value for each week or part thereof that the work remains incomplete beyond the scheduled date of completion of the work or works as per final completion, as the case may be at the job site, subject to a maximum of 10% (ten percent) of the total contract value. These Liquidated Damages shall be recovered from the Final Bill of the contractor of this work, or from any other dues of the contractor against any other contract, or from any other dues of contractor lying with NFL. The total contract value means the total value for the purpose of Security Deposit as defined in Clause No. 8 of GDCC.
16. DEFECT LIABILITY PERIOD:
Defect liability period of works unless otherwise specified shall be One Year from
the actual date of completion of work. The contractor shall at his own cost and
initiative, correct repair and/or rectify any / and all defect(s) and/or imperfections in
the design of the work (in so far as the contractor shall be concerned with the design
of the work or any part thereof) and/or in the work performed and/or materials,
components or other items incorporated therein as shall be discovered during the
said defect liability period and in the event of the contractor failing to do so, NFL
reserves the right to get the same repaired at the risk & cost of the contractor
PLUS 25 % ( Twenty Five percent)Departmental Charges, and the expenditure so
incurred by NFL shall be adjusted towards the said Security Deposit and / or any
other due lying with NFL.
17. RESIDENTIAL ACCOMMODATION:
(A) NFL will provide one No. IA/IB Type quarter (Two room) on fair rental value (FRV)
rent to be fixed by NFL from time to time, for the residence of the contractor’s staff,
subject to availability.
(B) In case contractor wants more than one IA/IB Type quarter in the Township the
same shall be allotted, subject to availability, on fair rental value to be fixed by NFL
from time to time.
(C) After completion of the contract, the contractor will be allowed to retain the
accommodation for 15 days (on the above rates), to complete the contractual
obligations after which the contractor shall vacate and hand over the possession of
quarter to NFL. In case the quarter is not vacated and handed over back to NFL,
within the allowed period, Market rent (which is fixed by NFL from time to time) will be
charged from the contractor for the period the quarter remains under the
unauthorized occupation of the contractor. The payment against final bill and the
Security Deposit shall be released by NFL after vacation of the quarter by the
contractor.
Page 32
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
(D) The charges for water & electric power consumption shall be charged extra as
per Co’ s Rules.
(E) While taking the accommodation, the contractor will check the inventory and shall
hand the same to NFL in original condition at the time of vacation of the quarter. Any
changes made by the contractor during the course of occupation of the contractor,
shall be restored back.
(F) If at any time it is found by NFL that any of the contractor’s employees residing in
the township are creating nuisance/disturbance to other residents, the contractor
shall immediately remove such employees (s). In case such employees are not
removed by the contractor or still are creating nuisance, the accommodation allotted
to the contractor shall be cancelled and he shall be required to vacate the same
within a period of 3 days after hearing from NFL in writing. The contractor shall have
no claim whatsoever on this account.
18. Execution of Contract / Agreement
The contractor shall have to execute an agreement / contract with NFL on a non-
judicial stamp paper of Rs 30.00 at Nangal within Fifteen days of issue of Work
Order. Contract / Agreement shall be duly signed and notarized on the date of signing
/ execution, by both the parties.
19. It is obligatory on the part of the contractor to abide by the terms and references as
contained in the Safety Code. Violation of which will tantamount to disqualification of
the contractor for any type of work in NFL as well as the security deposit will also be
forfeited.
20. The contractor will have to deposit all the old dismantled fittings/fixtures daily in Civil
Maint. Office. Nothing extra on this account shall be payable.
21. In case of failure of the contractor to complete the job assigned to him within the
completion time specified for the particular job, Engineer-in-Charge may allow
reasonable extension for completion period, but delay penalty for the extended period
shall be leviable @ Rs.1,000/- per day with maximum of Rs. 5,000/- (irrespective of
value of the work particular assigned) for the period of delay due to contractor’s fault.
In case, the contractors fails to complete the work within the extended period allowed,
the Engineer-in-Charge reserves the right to off-load balance job and may get the
same executed at contractor’s risk and cost, after informing the contractor about the
same in writing.
22. The contractor may note that revise bids, on due date of opening of the tenders or
after the extension of tender opening, whatsoever the case may be, shall not be
entertained. However where techno-commercial negotiations are conducted with all
the bidders to clarify the deviations vis-à-vis tender specifications/ requirements,
which lead to changes in terms / conditions and / or technical specifications, the
bidders may be given a fair chance to revise their price bids accordingly.
Page 33
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
23. NFL, Nangal Unit is having its Cash Credit Accounts with State Bank of India, Naya
Nangal, who is having Electronic Fund Transfer Facility (EFT)/ RTGS in its branch at
Naya Nangal and some other important branches. The contractors/ suppliers, who
are maintaining their bank accounts with SBI & other Bank, having EFT/ RTGS facility
may submit the bank particulars i.e. MICR Number alongwith their Bank Account
Number, Name of Place of Branch, Branch Code Number & IFSC Code, so that, their
payment could be released through transfer of funds to their account.
24. Contractor may note that one person will be allowed to represent only one party
during negotiation with NFL.
25. The contractor is advised not to quote multiple rate against single / similar item in
SOQ. However, if quoted, the tender documents shall liable to be rejected.
26. In case, some DSR items is required to be executed which is not available in the
SOQ, then for the purpose of payment, the rate for such item shall be derived on the
basis of average percentage rates worked out after comparing with the similar item
rates / head of SOQ and the DSR-2012 available rates (excluding free issue
material).
27. Termination of Contract
Notwithstanding anything elsewhere herein provided and in addition to any other right
or remedy of NFL under the Contract or otherwise including right of NFL for
compensation for delay the Engineer-in-charge/officer-in-charge may, without
prejudice to his right against Consultant in respect of any delay, bad workmanship or
otherwise or to any claims for damage in respect of any breaches of the Contract and
without prejudice to any rights or remedies under any of the provisions of this
Contract or otherwise and whether the date for completion has or has not elapsed by
intimation in writing, absolutely, determine the Contract:
Default or failure by Contractor of any of his obligations under the Contract including
but not limited to the following, the Contract is liable to be terminated if the
consultant 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.
Abandons the work
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.
Performance is not satisfactory or work is abnormally delayed.
Page 34
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
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.
A) Owner may terminate the Contract due to any reason including reasons due to
force majeure, regulations or ordinance of any Government or any other reasons
beyond the reasonable control of the Owner.
Such termination will be by 15 (fifteen) days notice in writing and no
claim/compensation shall be payable by the OWNER as a result of such termination,
excepting the fees and costs for the meaningful services rendered by the
CONSULTANT and acceptable to OWNER, up to the date of termination.
28. The detailed schedule for execution of work shall be prepared by the contractor in
consultation with the Engineer-in-charge after award of the contract to ensure timely
completion of work within three weeks from the date of issue of letter of intent.
29. Work shall not be splitted up among the tenderers. However, work order shall be
issued to the party, in two parts i.e. Part-A for supply of material and Part-B for
labour oriented items for repair/ renovation / erection charges, respectively.
30. No job is to be done without the direct supervision of a NFL supervisor. The
contractor will arrange all safety precaution and will display necessary indication
boards, flags etc., if required. Nothing extra shall be paid on this account.
31. The nature of the job is such that contractor will be required to work even on
Sundays and paid holidays, therefore, he will have to ensure the deployment of the
requisite manpower on these days by staggering their weekly off day. Nothing extra
shall be paid on this account.
32. Corrections and Alterations:
All corrections and alterations in the entries of tender paper shall be signed in full by
the tenderer with the date. No eraser or overwriting are permitted. The tenders, as
submitted, shall consist of following:-
a) Complete set of tender documents duly filled in and signed on all pages by the
tenderer as prescribed in different clauses of the tender documents.
b) The rates should be filled on NFL’s schedule of quantities proforma and then only
photocopies taken retyping on contractor letter head should not be resorted to.
c) Earnest money amounting to and in the manner specified in NIT.
d) Power of attorney or other proof of authority duly notarized (of the proforma) who
has signed the tender.
Page 35
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
e) Income tax clearance certificate and sales tax clearance certificate in originals
and true copies duly attested by a Gazetted officer.
f) Information regarding tenderer in the form annexed to the form of tender.
g) Information regarding the tenderer’s work of comparative nature in the form
annexed to the form of tender.
h) Information regarding construction organization and equipment in the form
annexed to the form of tender.
33. OTHERS:
The terms & conditions as laid down above are to be read wherever applicable with
the relevant clauses of terms and conditions of “General Directions and Conditions
of Contract (GDCC) and Works Manual. However, all other clauses of GDCC and
Works Manual, shall apply to the contract.
(Rajesh Kumar) Manager (Civil)
Page 36
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
ANNEXURE –1 (To be submitted in Envelope No. II)
DECLARATION FORM-I Date: ………………….
To, DGM (M&C) National Fertilizers Ltd. Naya Nangal
Sub:- Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016..
Ref.: NIT No. NFL/NGL/C/497/2015/010 dtd. 21.01.2016.
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 Contract for “Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.” work at the rates quoted in the attached Schedule of Rates and in accordance with the specifications, standards and instructions in writing to 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 all 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.
I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Naya
Nangal, Branch Code: 0689. Details of my / our Bank A/c No. is as under:
Bank A/c No. (In SBI / any Nationalized Bank)
Name & Address of the Bank & Branch
Branch Code:
IFSC Code
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, Nangal Unit.
Thanking you Yours faithfully
For M/s ____________________________
(Signature of Contractor/Tenderer with SEAL) Address: _____________________________
Place: ___________ Date: ____________
Page 37
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
ANNEXURE- 2
(To be kept in Envelope No. II) DECLARATION FORM-II
Ref.: NIT No. NFL/NGL/C/497/2015/010 dtd. 21.01.2016.
The following declaration to be signed by Contractor and to be submitted along with required documents which would be duly self- certified:
Sr. No
DESCRIPTION
1 If a Tenderer has relation(s) whether by blood or otherwise with any of employee(s) of NFL (Owner), the Tenderer must disclose the relation at the time of submission of Tender, failing which, NFL shall reserves the right to reject the Tender or rescind the Contract.
YES / NO (If Yes, give the following details)
Name and Designation of the Employee
Place of Posting
Relation with the
Employee
2 P.F. Registration No. of the Contractor to be intimated along with Documentary proof thereof.
3 PAN No. (Permanent Account Number) of the firm / company issued by Income Tax Deptt. along with Documentary Proof thereof
4 Service Tax Registration No. of the firm / company issued by Service Tax authorities along with Documentary Proof thereof.
Accounting Code No.
Service Tax Code No. linked with PAN No. mentioned at Sl. No.3
5 ESI Registration No. issued by ESI Authorities along with documentary proof thereof.
6 Bank Details: Name & Address of the Bank & Branch Bank A/c No. (In SBI / any Nationalized Bank) Branch Code: IFSC Code
7 If the firm is registered as Micro / Small / Medium Enterprises as per MSMED Act, 2006, the same may be confirmed by the tenderer and submit a photocopy (Self certified) of the registration certificate in support thereof. Otherwise it will be construed that the firm is not registered as per MSMED Act, 2006.
8 The tenderer shall submit: a) The Name and Address of the firm / company along with
its constitution giving style / status of the same such as Individual / Proprietorship Firm / Partnership Firm / Public or Pvt Ltd. Firm / Company etc. along with its copies duly attested by Notary Public as evidence.
b) Year of Establishment
c) Place of Business.
Note: Please attach separate sheets for the details, wherever necessary. Place: ______________ Signature of the Contractor/ Tenderer with SEAL Dated: ______________
Page 38
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
ANNEXURE- 3
(To be kept in Envelope No. II) DECLARATION FORM-III
Date: ………………….
To, DGM (M&C) National Fertilizers Ltd. Naya Nangal
Sub:- Protective coatings to new N-pits, dilute acid pits, new PT top louver area, inter stage basin, Sump of CT, Z5A,B and misc. masonry structures of BFW, Urea and Urea Bagging Plants during ATA-2016.
Ref.: NIT No. NFL/NGL/C/497/2015/010 dtd. 21.01.2016.
Dear Sir,
1 UNDERTAKING I / We hereby confirm that Commercial Bid i.e. Price Bid is strictly as per Schedule of Quantities (Description / Unit / Quantity of Items), Terms & Conditions and is also Un-conditional, including rebates offered. I / We shall have no objection for rejection of the offer if found conditional. All the pages of NIT and GDCC issued to us have been signed for its validity and in token of its acceptance by us. It is confirmed that all the columns in the Price Bid, submitted in the Envelope-III, have been duly filled. I / We agree to evaluation of price bids and loading of service tax under the terms of the NIT.
2 ACCEPTANCE OF TENDER CONDITIONS I/We have personally read the General Directions & Conditions of Contract (G.D.C.C.) and special terms and conditions of NIT for the subject work, and I / we accept all the terms & conditions as mentioned in the G.D.C.C & NIT without any reservation and shall abide by the same.
3 FOR DOWNLOADING THE TENDER DOCUMENT FROM WEBSITE With reference to your NIT No. NFL/NGL/C/497/2015/ dated________ and the tender documents displayed on your web site, we hereby submit our tender for the subject work. Since we have not purchased the tender document from your office and the tender documents have been down-loaded by us from NFL web site, we are hereby enclosing a demand draft No. ___________dated ___________of ___________________ (Bank) amounting to Rs.________ (Rupees_________________ only), in favour of National Fertilizers Limited, payable at Naya Nangal / Nangal towards the cost of tender documents.
4 All the information filled herein and attached hereto are true to the best of my knowledge and belief. It is further certified that I / We will not get myself / ourselves registered under more than one name.
Thanking you
Yours faithfully For & on behalf of Contractor
Signature of the Contractor/ Tenderer with SEAL
Page 39
C:\Users\admin\Documents\Civil Engg. Deptt -BSL\Contractor Record\2014-15 from 485\497 Protective coating new N pit\Tender\NIT(497).doc
BANK REFERENCE LETTER / SOLVENCY CERTIFICATE (On Bank’s Letter Head)
Certified that M/s _______________ at _______________________ (address) is having an account in our bank as per following particulars:-
1 Type of Account : Cash-Credit / Current / Savings
2 Bank Account No.
3 Solvency limit (Rs.)
Rs. _____________________
4 Since when holding Account?
5 Financial Standing &
Soundness
SOUND / POOR
6 Dealing & Conduct of the
Party :
Satisfactory / Un-satisfactory
7 Any other comments by the
bank
(Signature of Bank Manager)
With Seal Date: ____________
Place: ____________