GLOBAL NOTICE INVITING TENDER NIT No.& Date … · 2.19 One person will ... Tenderers have to...

38
NFV/PUR/AMU-151313-C1 Page 1 of 38 National Fertilizers Limited (A Government of India Undertaking) Vijaipur–473111, Dist. Guna (M.P), India [An ISO 9001:2008, ISO 14001:2004 & OHSAS 18001: 2007 Unit] Phone: ++91 (0) 7544 273 050/691 Email: [email protected] ; [email protected] Fax: ++91 (0) 7544 273 089/109 Website: www.nationalfertilizers.com GLOBAL NOTICE INVITING TENDER NIT No.& Date NFV/PUR/AMU-151313-C1 Dated: 10-JUNE-2016 DUE DATE 10-AUGUST-2016 Tender Cost (Non- Refundable) Rs.1150/- (Rupees One Thousand One Hundred Fifty only) or equivalent in quoted currency. EMD Rs.1,00,000/- (Rupees One Lakh only) or equivalent in quoted currency. SD-cum-PBG @10% of Purchase Order Value Type of Bid TWO PART BID Dear Sirs, Sealed offers are invited under TWO-PART BID SYSTEMfor items mentioned hereunder:- S.No. Description Quantity 1. NFL Material Code: UE0005000 Complete Design, Procurement of Material, Fabrication, Testing, Inspection and Supply of Carbamate Condenser 11 E-5 as per detailed Technical Specifications at Annexures-I to VII and as per our Drawing No. NFV/U/M-190* 01 No. * Blue print of drawing no. NFV/U/M-190 will be sent to Interested Vendors on their request separately. NOTES: Please provide all the information/ documents as mentioned in the Annexures. In case of any deviation from the Technical Specifications & Scope of Work etc. or from the terms and conditions of this NIT, specifically mention the same and submit Deviation List. 1.00 Eligibility Criteria for Vendors: 1.1 Technical Criteria. 1.1.1 Bidder must have manufactured & supplied at least one similar Carbamate Condenser/ Pool Condenser with satisfactory performance in the Fertilizer Industry during the last 10 years ending on 31.12.2015.

Transcript of GLOBAL NOTICE INVITING TENDER NIT No.& Date … · 2.19 One person will ... Tenderers have to...

  • NFV/PUR/AMU-151313-C1

    Page 1 of 38

    National Fertilizers Limited

    (A Government of India Undertaking) Vijaipur473111, Dist. Guna (M.P), India

    [An ISO 9001:2008, ISO 14001:2004 & OHSAS 18001: 2007 Unit]

    Phone: ++91 (0) 7544 273 050/691 Email: [email protected] ; [email protected] Fax: ++91 (0) 7544 273 089/109 Website: www.nationalfertilizers.com

    GLOBAL NOTICE INVITING TENDER

    NIT No.& Date NFV/PUR/AMU-151313-C1

    Dated: 10-JUNE-2016 DUE DATE 10-AUGUST-2016 Tender Cost (Non-Refundable)

    Rs.1150/- (Rupees One Thousand One Hundred Fifty only) or equivalent in quoted currency.

    EMD Rs.1,00,000/- (Rupees One Lakh only) or equivalent in quoted currency.

    SD-cum-PBG @10% of Purchase Order Value Type of Bid TWO PART BID

    Dear Sirs, Sealed offers are invited under TWO-PART BID SYSTEM for items mentioned hereunder:-

    S.No. Description Quantity 1.

    NFL Material Code: UE0005000 Complete Design, Procurement of Material, Fabrication, Testing, Inspection and Supply of Carbamate Condenser 11 E-5 as per detailed Technical Specifications at Annexures-I to VII and as per our Drawing No. NFV/U/M-190*

    01 No.

    * Blue print of drawing no. NFV/U/M-190 will be sent to Interested Vendors on their request separately. NOTES: Please provide all the information/ documents as mentioned in the Annexures. In case of any deviation from the Technical Specifications & Scope of Work etc. or from the terms and conditions of this NIT, specifically mention the same and submit Deviation List. 1.00 Eligibility Criteria for Vendors:

    1.1 Technical Criteria.

    1.1.1 Bidder must have manufactured & supplied at least one similar Carbamate Condenser/ Pool Condenser with satisfactory performance in the Fertilizer Industry during the last 10 years ending on 31.12.2015.

  • NFV/PUR/AMU-151313-C1

    Page 2 of 38

    Similar means: Design, Engineering, Manufacturing, testing of Carbamate Condenser / Pool Condenser of U Tube type having heating surface area not less than 1880 M2,Pressure & temperature either equal to existing requirement of NFL ITB or higher than that and Material of construction of parts in contact with Carbamate as 25Cr-22Ni-2Mo (UNS S31050)/2RE69/Safurex duplex steel.

    1.1.2 Bidder Shall furnish the PERFORMANCE CERTIFICATE of similar Carbamate Condenser/ Pool Condenser from at-least one of the customers on their Companys letter head to support the Satisfactory Performance in the Fertilizer Industry for at-least two years ending on 31.12.2015.

    1.2. As a documentary proof, the bidders shall submit self-attested copies of following documents with the technical unpriced bid:

    1.2.1 Self-attested copies of Purchase Orders with full technical details of supplied Carbamate condenser / Pool Condenser along with satisfactory performance Certificate from customer in support of above.

    1.3 Financial Criteria:

    1.3.1 Bidders will furnish the audited balance sheet and profit and loss account for the last three financial years ending on 31-03-2015.

    1.3.2 The net worth of the bidder should be positive as per last audited financial statement as on 31-03-2015.

    1.4 Please also provide the following information:

    (i) Whether Manufacturer/Dealer or Importer/Supplier or supply by the sister concern

    (ii) Structure of the Organization -Whether Partnership Firm/Regd./Pvt.Ltd./ PSU/Govt.Sector

    - Whether Registered under SSI/NSIC/DGS&D -Copy of partnership deed/Certificate of Registration -Detail of Bankers and Bank accounts

    -PAN No./TIN No./Sales Tax/Central Sales Tax No/Central Excise Registration Certificate

    -Confirmation about Associates/Sister concern -Inspection/TPI & testing facilities for quality control etc Note: Tenderers must submit documentary evidence along with the Unpriced Techno-Commercial Bid in support of their claim that they meet/comply with all the above mentioned Eligibility Criteria. GENERAL TERMS & CONDITIONS: 2.00 Submission of Tender 2.01 For tenders received in unsealed/stapled/open condition or without superscription,

    resulting in opening of tender before due date, the risk and responsibility of losing confidentiality shall rest with the tenderer.

    2.02 In case tenders are delivered through personal/private courier after opening, it shall be

    termed as LATE OFFER and hence likely to be REJECTED. 2.03 Techno-Commercial Bid (Unpriced Bid) and Priced Bid will be submitted in two separate

    envelopes as in Para 2.04 and 2.05. Both these envelopes will be put in a third envelope duly superscribed with our Tender No. as Tender No. NFV/PUR/AMU-151313-C1 Dated: 10-JUNE-2016, Due on: 10-AUGUST-2016.

  • NFV/PUR/AMU-151313-C1

    Page 3 of 38 2.04 First Envelope: In the first envelope, tenderers will submit Techno-commercial Bid

    consisting of following:-

    i) Earnest Money Deposit as per Clause No. 3.0 of this Tender Document. ii) Technical Specifications with detailed technical literature, catalogue and other

    technical details. iii) Commercial terms and conditions of supply such as terms for supply on

    FOB/FCA/FOR basis, delivery period, applicable taxes & payment terms etc. iv) One set of these tender documents, including all the Annexures, duly signed on

    each page, towards acceptance of all terms & conditions v) Deviations from our specifications / technical conditions, (if any) vi) Confirmation for acceptance of order for part quantities vii) Unpriced format of price-bid duly signed as per Annexure-A- indicating applicable

    rates of taxes and duties, all charges etc on absolute value basis,if any. viii) Confirmation that validity of bid is for 180 days from the bid opening date ix) Net weight/ gross weight/ dimensions etc. of the items being offered. x) Confirmation that the offered Ex-works rates shall remain firm till complete

    execution of supplies. xi) H.S. Classification Code (in case of Foreign Bidders) xii) Copies of Balance Sheet for the last three years in support of financial capability

    of the tender xiii) Documentary Evidence in support of meeting the Eligibility Criteria as per Clause

    1 above. xiv) Tender Cost as per Clause No. 2.35 of this Tender Document.

    2.05 Second Envelope: The Second Envelope will contain ONLY the Price Bid in duplicate

    on tenderers letterhead as per the PRICE-BID format (Annexure-A for Indian/ Foreign bidders).

    2.06 Tenders shall be submitted by 1300 hrs. on 10-AUGUST-2016. NFL will not be

    responsible for any postal delays/loss. 2.07 PART-I (i.e. Unpriced Techno-Commercial Bid) shall be opened at 14:30 hrs. on

    10-AUGUST-2016 in the presence of tenderers or their accredited representatives, who wish to be present.

    2.08 PART-II (Price Bid) shall be opened subsequently subject to acceptance of Techno-

    Commercial Bid. Opening date will be intimated to all those tenderers, who are found technically & commercially acceptable to NFL.

    2.09 In case, due to some unforeseen circumstances, the date of receiving/opening of the

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

    2.10 Quotations must be legible, clear and free from overwriting/erasures. Any

    overwriting/cutting/erasure should be authenticated by signing over such cuttings/overwriting/erasures. Incomplete quotations are liable to be summarily rejected.

    2.11 NFL will have the right to issue addendum to tender documents to clarify, amend, modify,

    supplement or delete any of the conditions, clauses or items stated. Addendum so issued will form part of original invitation to tender.

    2.12 Postponement of Tender Opening Date

    NFL reserves the right to postpone the tender opening date and/or time under any circumstances whatsoever and will intimate all the tenderers well in time, of such postponement along with notice of revised opening date and time.

    2.13 Incomplete tender submitted with qualifying conditions at variance with the Terms &

    Conditions of the tender, are liable to be rejected summarily. Therefore, tenderers are advised to scrutinize the terms & conditions of this tender thoroughly.

  • NFV/PUR/AMU-151313-C1

    Page 4 of 38 2.14 Whenever the bidder is silent about the acceptance of NIT conditions such as bank

    guarantee, warranty period, liquidated damages etc, it shall be presumed that the bidder has accepted NIT conditions and no further correspondence seeking specific confirmation about acceptance of these conditions shall be made.

    2.15 In case of non-compliance of Commercial Terms & Conditions of NIT, loading criteria as

    per Annexure-B shall be applicable at the sole option of NFL. 2.16 Any clarification on procedure, tender specifications etc. (both technical and commercial)

    can be had from the office of Chief Manager (Materials) any time before tender closing date and either personally or by post/fax/e.mail. Postal delays shall not cause postponement of tender processing dates and tenderers, in their own interest, shall take all steps that are necessary for them to participate in tender well in time.

    2.17 Bidders may ensure that their tender documents/offer has been signed by

    appropriate/authorized representative of the Company. Withdrawal of offer/ non-acceptance of orders placed based on offers submitted by bidder's on their letter head will not be allowed on the grounds that offer was not signed by authorized person.

    2.18 Only one tender is to be submitted by one tenderer. 2.19 One person will be allowed to represent only one company during

    discussions/negotiations with NFL. If same person is representing different companies with authorization letter from more than one company, such person will be allowed to represent only the first company called for negotiations.

    2.20 The prospective tenderers having any common partners/Directors/Managing partners, etc.

    or having any other common criteria shall be considered as Sister/Group/Associate Company. In such cases, only one of them will be eligible for participating in the tender.

    Tenderers have to submit a declaration along with the Technical Bid:

    (a) That no other Firm/Sister Concern/Associate belonging to the same group is

    participating/submitting offer against this tender. (b) That the bidders, their associates, sister concerns etc. have not been blacklisted

    by any Institutional Agency/Government Department/Public Sector Undertakings in the last two years.

    In case of concealment of any fact, if detected later on, such tenderer will be debarred from all future dealings with NFL.

    2.21 It shall be certified by the tenderer that none of the NFL employee is related to

    owners/Directors. (In case any relative is working in NFL, furnish details separately). 2.22 It shall be certified by the tenderer that none of NFLs ex-employee is employed with them.

    (In case any ex-employee of NFL is employed, furnish details separately). 2.23 It shall be certified by the tenderer that none of blood relation of the owners/directors is

    participating in this tender in the name of other firm.

    2.24 MSMED Declaration: In case you are registered as MICRO/SMALL Enterprise (MSEs) under The Micro, Small and Medium Enterprises Development Act, 2006 (MSMED Act) promulgated by Government of India, please indicate the relevant category of registration in your offer and also enclose a copy of the valid certificate issued by the concerned authorities as specified by the Ministry of MSME. The Micro and Small Enterprises (MSEs) shall be entitled for benefits under the Public Procurement Policy for Micro and Small Enterprises subject to the terms and conditions indicated in Annexure-G attached herewith.

    It may also be confirmed by the Bidders that the MSEs owned by SC/ST Entrepreneur/s and in support of their claim, attach a copy of relevant Certificates issued by authorities concerned with their Unpriced Techno-Commercial Bid.

  • NFV/PUR/AMU-151313-C1

    Page 5 of 38

    2.25 Cost of Bidding The Bidder shall bear all the costs associated with the preparation and submission of the Bid and the NFL (hereafter referred as Owner) in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

    2.26 Bidding Documents The Bidder is expected to examine all instructions, forms, terms and conditions in the bidding documents. the invitation to bid together with all its attachments thereto shall be considered to be read, understood and accepted by the Bidder, unless deviations are specifically stated in the seriatim by the bidder. Failure to furnish all information required by bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidders risk and may result in the rejection of bid.

    2.27 Clarification of bidding documents A prospective Bidder requiring any clarification on procedure, tender specifications etc. (both technical and commercial) can be had from NFL (Chief Manager Matls) in writing by e-mail/fax/letter so as to ensure submission of bid on or before the bid closing date. NFL may respond in writing to such queries which are received within two weeks from the date of issue of the bidding documents. Postal delays shall not cause postponement of tender processing dates and tenderers, in their own interest, shall take all steps that are necessary for them to participate in tender well in time.

    2.28 Language of Bid The bid prepared by the Bidder and all correspondence/drawings and documents relating to the bid exchanged between the Bidder and the Owner shall be written in English language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by English translation in which case, for purpose of interpretation of the bid, the English translation shall govern.

    2.29 NFLs right to accept any Bid and to reject any or all bids:

    Notwithstanding anything to the contrary contained herein, NFL reserves the right to accept or reject any Bid/all Bids, in whole or in part and/or accept other than the lowest bid and to annul the bidding process and reject all bids at any time prior to award of Purchase Order, without thereby incurring any liability to the affected bidder or bidders or of any obligation to inform the affected bidder or bidders of the grounds for NFLs rejection. NFL also reserves the right to itself to split and place order on more than one supplier.

    2.30 Modifications and Withdrawal of Bids: The Bidder may modify or withdraw the Bid after its submission, provided that written

    notice of the modification or withdrawal is received by NFL prior to the deadline prescribed for submission of Bids. A Withdrawal Notice may also be sent by E-Mail or Fax but followed by a signed confirmation copy by post, marked not later than the deadline for submission of Bids.No Bid can be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid Validity specified by the Bidder in the Bid.

    2.31 ANY EXCEPTIONS/DEVIATIONS TO THE NIT SHALL BE SPECIFICALLY STATED IN A

    SEPARATE ANNEXURE TO QUOTATION TITLED DEVIATIONS. 2.32 It shall be noted by the Bidders that if a Contract is placed on a Bidder other than the

    lowest acceptable Bidder for consideration of Delivery Schedule alone, such Selected Bidder/Supplier shall be liable to pay to NFL the difference in price between the contract and the corresponding price of the lowest bidder in case of failure to complete the supplies in terms of such order within the date of delivery specified in the Bid and incorporated in the Order. This is without prejudice to NFLs rights under the terms of order including the pre-determined and mutually agreed damages applicable for such delay. The application of such clause shall be notified to the Contract as a part of contract.

    2.33 VALIDITY OF BID Tenders must be valid for acceptance for 180 days from the tender opening date.

  • NFV/PUR/AMU-151313-C1

    Page 6 of 38 2.34 Subsequent to an order being placed against your quotation, received in response to this

    'enquiry', if it is found that the materials supplied are not of the right quality or not in accordance with our specifications (required by us) or received in damaged or broken conditions, not satisfactory owing to any reason of which we shall be the sole judge, we shall be entitled to reject the materials, cancel the contract and buy our requirement from the open market/ other sources and recover the loss, if any, from the supplier reserving to ourselves the right to forfeit the security deposit, furnished by the supplier against the contract. The supplier will make his own arrangements to remove the rejected materials within a fortnight of instruction to do so. Thereafter, materials will lie entirely at the supplier's risk and responsibility and storage charges, along with any other charges applicable, will be recoverable from the supplier.

    2.35 Tender Cost

    Interested Vendors may obtain tender documents either personally or by post from the office of Chief Manager (Materials) on payment of Rs.1150/- (Rupees One Thousand One Hundred Fifty only) towards the cost of Tender Documents by way of Demand Draft made in favour of National Fertilizers Limited payable at State Bank of India, Bavrikhera Branch (Code: 8455), NFL Complex, Vijaipur. Cheques will not be accepted.

    Tender Documents can also be downloaded from our Website: www.nationalfertilizers.com and the website of Central Procurement Portal http://eprocure.gov.in. In such case, a Demand Draft for Rs.1150/- (Rupees One Thousand One Hundred Fifty only) towards cost of Tender Documents should invariably be enclosed by tenderers along with their offer.

    Tender cost is non-refundable.

    3.00 EARNEST MONEY DEPOSIT (EMD) 3.01 Tenders must be accompanied by Earnest Money Deposit of Rs.1,00,000/- (Rupees One

    Lakh only) or equivalent in quoted currency. EMD can be submitted in the form of:

    i. Crossed Demand Draft only in favour of National Fertilizers Limited payable on State Bank of India, Bavrikhera Branch, NFL Complex, Vijaipur (INDIA), (Branch Code : 8455). D.D. payable at locations other than above will not be accepted.

    OR

    ii. Bank Guarantee in the NFLs prescribed format from any Indian Nationalized Bank/Indian Scheduled Bank (for Foreign Vendors) and any Nationalized/Scheduled Bank (for Indian Vendors). However, Bank Guarantees from Rural & Co-operative Banks shall not be accepted in any case. In case the Bank Guarantee is from an overseas bank (in the case of foreign Vendors), the same shall be got counter-guaranteed by an Indian International Nationalized/Scheduled Bank.

    The Bank Guarantee shall be valid for a minimum period of 180 days and the Tenderer shall give an undertaking for extension of the validity of the BG in case the same is desired by NFL.

    Cheques shall not be accepted in any case.

    3.02 Earnest money will be forfeited at the sole discretion of NFL, in case tenderer after

    intimation from NFL of the acceptance of his tender, either wholly or in part, refuses to accept the Purchase Order or changes any of the conditions of the tender or changes the rates and/or terms and conditions of the tender within validity period. If the successful tenderer does not deposit the security as stipulated in the Purchase Order, EMD will be forfeited without further reference.

    3.03 Earnest Money deposited by unsuccessful tenderers will be returned as early as possible

    after finalization of the tender. 3.04 Earnest Money Deposit will not bear any interest.

  • NFV/PUR/AMU-151313-C1

    Page 7 of 38 4.00 SECURITY DEPOSIT-CUM-PERFORMANCE GUARANTEE: 10% of PO Value 4.01 Security Deposit-cum-Performance Guarantee will be paid by the successful tenderer

    within 30 days of receipt of the PO. The security deposit-cum-performance guarantee to be furnished by the successful tenderer for the faithful and proper fulfilment of the contract shall be 10% of Purchase Order Value.

    4.02 If Security Deposit-cum-Performance Guarantee is made in the form of Crossed Demand

    Draft in favour of National Fertilizers Limited, it should be payable at State Bank of India, Bavrikhera Branch, NFL Complex, Vijaipur (INDIA), (Branch Code : 8455). D.D. payable at locations other than above will not be accepted.

    4.03 The tenderer will also have the option to furnish Security Deposit-cum-Performance

    Guarantee by way of Bank Guarantee from any of the Indian Nationalized/Scheduled Bank (for Foreign Vendors) / Nationalized/ Scheduled Banks (For Indian Vendors) excluding Rural and Co-operative Banks, in the Performa specified by NFL. The Bank Guarantee must be valid to cover Delivery Period + Guarantee Period + Three Months Claim Period. In case the Bank Guarantee is from an overseas bank, the same shall be got counter-guaranteed by an Indian Scheduled Bank.

    4.04 The tenderer will also have the option to furnish SD-cum-Performance Guarantee by way

    of pledging of FDRs/Govt. Securities or Call Deposits. 4.05 Cheques will not be accepted in any case. 4.06 The Security Deposit-cum-Performance Guarantee will be retained by NFL during the

    currency of contract or till settlement of all the accounts thereof, whichever is later. In case any dispute or difference not settled within the validity of Bank Guarantee, tenderer will arrange to get the bank guarantee extended as asked for. NFL, at its sole discretion can call in the Bank to pay the whole or part of the amount of Bank Guarantee.

    4.07 The above deposit will be deemed to be security for the faithful performance of the

    contract and for the purpose of Section 74 of the Indian Contract Act, 1872 and for the extension of that section. In the event of any breach of any terms and conditions of the contract, NFL will have the right to draw from the Bank Guarantee/Security Deposit-cum-Performance Guarantee either the whole or part of value of the same and tenderer will make good the value of Bank Guarantee/ Security Deposit-cum-Performance Guarantee to the extent of the amount so drawn within 15 days of receipt of intimation from NFL to this effect.

    4.08 The amount so drawn will not in any way effect any remedy, to which NFL may otherwise

    be entitled or any liability incurred by tenderer under the contract or any law for the time being in force relating thereto or bearing thereupon.

    4.09 In the event of the forfeiture of whole or part of the security cum performance deposit, the

    tenderer will deposit further sum/sums, so as to maintain the full security deposit amount as per Para 4.01 above.

    4.10 The Security Deposit-cum-Performance Guarantee will be refunded after contract has

    been successfully completed. It will be lawful for NFL, if any difference or dispute is likely to exist, to defer payment of the security cum performance deposit or any portion thereof which may be due for release until such difference and dispute had been finally settled or adjusted.

    4.11 In case the Bank Guarantee is from an Overseas Bank, it should be got counter-

    guaranteed by an Indian Scheduled Bank. 4.12 The security deposit-cum-Performance Guarantee will not bear any interest.

    4.13 The Bank Guarantee should be submitted by Banker directly to NFL in sealed cover and

    not through supplier.

  • NFV/PUR/AMU-151313-C1

    Page 8 of 38 5.00 Guarantee Certificate

    5.01 You will guarantee the Equipment against any manufacturing defects/ bad workmanship for a period of 24 months from the date of supply or 12 months from the date of commissioning, whichever is earlier and will submit Guarantee Certificate along with despatch documents, as per Clause No. A (WORKMANSHIP GUARANTEE) at Annexure-V.

    6.00 PRICE SUBMISSION: 6.01 For Foreign Bidders:

    Foreign bidders shall quote the prices on FOB basis as per INCOTERMS 2010, (Please indicate Port of Embarkation in your quotation).

    6.02 Please note that in case the offer is being submitted through your Indian Agent, if any, or

    being submitted by the Indian Agent, on behalf of you, such offers must be accompanied by a valid Authorization Certificate of yours allowing that Indian Agent to quote against the above said Enquiry. Offers received from your Indian Agent/s without proper authorization shall not be considered for acceptance/placement of orders.

    6.03 Agency Commission:

    Percentage of Agency Commission, if any, included in quoted prices and payable to your Indian Agents in Indian Currency must be clearly indicated. Agency Commission, if applicable, will be paid after satisfactory receipt and inspection of material at our site. The Name and Address of your Indian Agent should be given in the quotation.

    6.04 For Indian Bidders:

    Indian bidders shall quote the rates on FOR NFL Stores, Vijaipur basis giving the break-up of prices as per price format given in annexure attached for Price Bid Format for Indian bidders at Annexure-A. If for any reason, prices tendered are for delivery FOR forwarding station, the freight charges together with the gross weight of the material should be clearly mentioned in the quotation. In case the rates quoted are Ex-Godown/ Ex-Factory, the packing and forwarding charges should either be included in price or stated separately in definite terms (if applicable). In case the freight is not indicated in the price bid than NFL reserve the right to ignore/evaluate the offer with suitable loading at its sole discretion. NFL, shall, however, reserve the right to enter into a contract either on Ex-Works, F.O.R. Despatch Station or F.O.R. Destination basis at its sole discretion.

    6.05 Taxes and Duties:

    i. Excise Duty/other levies should be indicated separately. The same shall be paid against submission of documentary evidence.

    ii. In case Sales Tax/VAT is chargeable extra, the rate of sales Tax/VAT applicable must be clearly mentioned in the quotation. Tenderers must also mention their Sales Tax/VAT Regn. No. in the quotations.

    6.06 Packing and Forwarding Charges:

    P&F Charges should either be included in the quoted price or stated separately in definite terms (if applicable).

    6.07 The tenderer shall quote the price strictly as per the Proforma enclosed for schedule of

    prices. Parties should quote one rate for specific quantity quoted by them. Tenders with quotation of different rate for different quantities shall be rejected without any further reference

    6.08 The rates should be exclusive of transit insurance from Despatch Stations to our

    warehouse. The goods shall be covered under NFLs Open Marine Policy/ NFL Open policy

    6.09 Quoted rate(s) on FOB Seaport (Overseas Vendors) and Ex-works/FOR prices (Indian

    Vendors) will remain firm till the complete execution of the order. Vendors should confirm the same in their offers.

  • NFV/PUR/AMU-151313-C1

    Page 9 of 38 6.10 In case of Testing Charges are payable extra, then please indicate the charges separately

    in your price bid, which shall be paid extra at actual against submission of documentary evidence along with dispatch documents subject to a maximum of those indicated in the price bid.

    6.11 Prices shall be written clearly in both words and figures, free from any cutting, addition, erasing or in different ink etc.. Overwritings/Cuttings shall be avoided and the Bidder must sign the overwritings/cutting etc. of any. In the event of any error in computing with respect to rate and the total value, the total value quoted by the Bidder will be taken into account for consideration for the purpose of evaluation. Similarly, if an amount is expressed in figures as well as words, the amount given in words will prevail.

    6.12 The tenderer shall quote the price strictly as per the Proforma enclosed for schedule of

    prices. Parties should quote one rate for specific quantity quoted by them. Tenders with quotation of different rate for different quantities shall be rejected without any further reference

    6.13 Conversion to Single Currency To facilitate evaluation and comparison, NFL will convert all bid prices expressed in the

    amounts in various currencies in which bid price is payable, to Indian Rupees based on exchange rate for TT Selling on a day prior to the date of price bid opening as notified by any large Indian Bank/ published in reputed/largely circulated Newspapers such as Economic times (India)/Financial Express (India) etc/RBI References. In case the same happens to be a Sunday/holiday, exchange rate one day prior to same shall be considered. However, evaluation may be rechecked with such exchange rate as on the date of decision on vendor selection.

    7.00 PAYMENT TERMS: 7.01 NFL will not make any advance/progressive payments. Offers with advance payment

    terms are liable to be ignored/will be loaded suitably at the sole discretion of NFL. 7.02 For Foreign Bidders:

    Our Standard Payment Terms are by means of an Irrevocable Letter of Credit for foreign bidders.

    7.03 Please note that your Bankers charges including confirmation charges of Letter of Credit shall have to be borne by you. However, Bank Charges in India shall be borne by NFL. Also in case of an Order, if validity of Letter of Credit is required to be got extended/amended for reasons for which NFL is not responsible then the Bank Commission for such extensions/amendments of Letter of Credit shall be borne by you.

    7.04 For Indian Bidders

    Payment terms for Indian bidders shall be 100% Payment within 30 days of receipt and acceptance of material at site through RTGS/NEFT modes. For this, Bidders are required to give the following details in their quotations:

    a) Name of the Bank, Branchs Name and address and Branch Code b) Account Number and Type c) RTGS/IFSC/MICR Code of the Bank d) Your acceptance for release of payment through RTGS/NEFT

    Our Bankers: STATE BANK OF INDIA, BAVRIKHERA BRANCH (CODE: 8455), NFL COMPLEX, VIJAIPUR-473111, DIST. GUNA (MP).

    8.00 Delivery Period:

    Tenderers should quote shortest possible delivery period 9.00 For Foreign Vendors 9.01 Goods received short or in damaged condition will have to be replaced by the Supplier

    FREE OF COST with Custom Duty, Freight & Insurance Charges to the Supplier's account, if such shortages or damages are not due to peril in transit.

  • NFV/PUR/AMU-151313-C1

    Page 10 of 38 9.02 In case of an Order, Vendors will have to furnish following dispatch documents:

    (a) Signed Invoice (b) Air Way Bill/ Bill of Lading (c) Packing List (d) Certificate of Origin [Please specify Country of Origin in your quotation] (e) Test/Conformity/Interchangeability Certificate (f) Guarantee Certificate (g) Prior Fax/Cable Advice to Insurance Company giving details of shipment (h) Phytosanitary Certificate 9.04 In case the quantities of material shipped are not found as per Invoice, the Custom Duty

    and other Charges in case of foreign bidders, if any, payable by NFL on the short supplied items will have to be reimbursed by you to NFL.

    9.05 Requirement of PhytosanitaryCertificate :

    i) As per the orders of Government of India, no article packed with raw/solid wood packaging material shall be allowed to be imported in India unless the wood packing material has been properly treated and marked as per ISPM-15 or is accompanied by a Phytosanitary Certificate with the treatment endorsed.

    ii) The treatment of raw/solid wood packing material prior to export shall include either methyl bromide (MB) @ 48 g/m3 for 16 hours at 21oC and above or any equivalent thereof or heat treatment (HT) of 56oC for 30 min. (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI) or any other treatment provided that these meet the HT specifications of the ISPM-15. iii) Any article, if found packed with raw/solid wood packaging material without specified treatment and without marking as per ISPM-15 or if not accompanied by phytosanitary certificate with treatment endorsed, as the case may be, shall be considered untreated and import of material shall not be allowed and such material shall be released by the Custom Authorities only after ensuring that wood packaging material has been properly treated at the point of entry under the supervision of Plant Quarantine Officer which shall result in extra cost and delay in clearance of material resulting in levy of penalties/wharfage etc. All such extra cost/penalties/wharf-age shall be recoverable from the supplier.

    iv) Provided that above conditions shall not be applicable to wood packaging material wholly made of processed wood products such as plywood, particle board, oriental strand board or veneer that have been created using glue, heat and pressure or combination thereof. Also the above conditions shall not be applicable to wood packaging material such as veneer peeler cores, saw dust, wood wool and shavings and thin wood pieces (less than 6 mm thickness), unless they are found to be harbouring any regulated pests specified. PLEASE CONFIRM THAT IN CASE OF PLACEMENT OF ORDER, YOU WILL ENSURE COMPLIANCE OF THE ABOVE.

    10.00 Destination for booking:

    For Foreign Vendors: a. By Sea - Kandla Seaport, India

    For Indian Vendors:

    a. By Road: - DOOR DELIVERY AT NFL VIJAIPUR SITE Through Suitable Capacity Hydraulic Trailer

    b. Consignee: - SR. MANAGER - MATERIALS (STORES)

    NATIONAL FERTILIZERS LIMITED VIJAIPUR - 473 111, DIST. GUNA (MP)

  • NFV/PUR/AMU-151313-C1

    Page 11 of 38 11.00 Delivery:

    In case of delayed delivery beyond the stipulated delivery even though normal extension of completion time is allowed by NFL, all extra costs on account of changes of statutory regulations/Acts, or increase in price on any other account including price, if any, shall not apply to the Purchase Order Price and shall be borne by the Supplier.

    12.00 Liquidated Damages/Penalty for Late Deliveries: It shall be obligatory on the part of suppliers to adhere strictly to the deliveries quoted and

    accepted by us in our orders. In case of delay in supplies, unless extension of delivery has been granted by us on application by the suppliers, we may at our option either:

    (i) recover liquidated damages from supplier at a sum equal to % per week or part

    thereof of the value of stores not delivered subject to a maximum of 5% of the value of the order, or

    (ii) purchase elsewhere on account and at the risk and cost of the suppliers the stores not delivered or

    (iii) cancel the contract without prejudice to our rights under (i) & (ii) above. 13.00 Award of Contract:

    Offers shall be evaluated on landed cost of item(s) at NFL, Vijaipur basis. Award of contract will be made at the sole and absolute discretion of National Fertilizers Ltd., which shall not be disputed. NFL also reserves the right to itsef to split and place order on more than on supplier. The terms & conditions as embodied in the purchase order shall be final and shall supersede any other terms & condition that might have been indicated in the tender submitted by the Bidders.

    14.00 Subletting of Contract

    The successful tenderer shall not sublet or assign the contract or any part of it without obtaining the written permission of NFL in advance. In the event of the successful tenderer subletting or assigning the contract or any part thereof without such permission, NFL shall be entitled to cancel the contract and to purchase the goods elsewhere and successful tenderer shall be liable to the National Fertilizers Ltd for any loss or damage which NFL may sustain in consequence or arising out of such purchases. Even in case subletting is permitted, NFL shall not recognize any contractual obligation with the person or party to whom subletting is permitted and shall look to the successful tenderer for satisfactory and due and proper fulfillment of the contract.

    15.00 Clear Understanding

    When a tenderer submits his tender in response to this tender document, he will be deemed to have understood fully all requirements, terms and conditions. No request will be entertained on a pretext that the tenderer did not have a clear idea on any particular point and/or a clause of the tender.

    16.00 Secrecy

    The contract shall be regarded as secret and confidential and shall not without the written consent of NFL be published or disclosed to any third party or made use of by the supplier except for the purpose of implementing the contract.

    17.00 Force Majeure 17.01 Neither party will be liable for any claim on account of any loss, damage or compensation,

    whatsoever, arising out of any failure to carry out the terms of this contract, where such failure is caused due to war, rebellion, mutiny, civil commotion, fire, riots, earthquake, drought, flood crop failure, or Act of God or due to any restraint or regulation of the State or Central Government or a local authority/ies, provided a notice of such occurrence is given to the other party in writing within 10 days from the date of occurrence of the force majeure condition, furnishing therewith a documentary evidence supporting the invoking of the force majeure clause. On cessation of the force majeure, the party invoking force majeure will inform the other party of the period for which the force majeure condition continued and will also give documentary evidence thereof this effect.

  • NFV/PUR/AMU-151313-C1

    Page 12 of 38 17.02 Should one or both the Parties be prevented from fulfilling the contractual obligations by a

    state of Force Majeure lasting continuously for a period of six (6) weeks, the two parties shall consult each other regarding the future of the Purchase Order. Mere shortage of labour, materials or utilities shall not constitute Force Majeure unless caused by circumstances which are themselves Force Majeure, if due to Force Majeure delay caused exceeds more than three (3) months, NFL shall have the right to cancel the Purchase Order at no charge to NFL in suppliers favour and NFL shall be entitled to the reimbursement of any amount already paid to supplier.

    17.03 Supplier shall endeavor to prevent, overcome or remove the cause of Force Majeure. 17.04 No ground for exemption can be invoked if Supplier has failed to give timely Notice by

    Registered Letter and subsequently supported it by documentary evidence. 18.00 Disputes: 18.01 In all cases of disputes, the decision of National Fertilizers Limited shall be final. Failing

    this, the matter will be referred to the Arbitration in accordance with the Indian Arbitration Act and amendments thereof.

    18.02 Resolution of Disputes/Arbitration NFL and the Supplier shall make every effort to resolve amicably by direct informal

    negotiations any disagreement or dispute arising between them under or in connection with the purchase order.

    18.03 If, after thirty (30) days from the commencement of such informal negotiations, NFL and

    the Supplier have been unable to resolve amicably a Purchase Order dispute, either party may require that the dispute, be referred for resolution to the formal mechanisms as specified hereunder.

    18.04 Legal Construction

    Subject to provision of Article 19.00 below, the Purchase Order shall be, in all respects, construed and operated as an Indian Contract and in accordance with Indian Laws as in force for the time being and is subject to the jurisdiction of Guna (MP) courts.

    19.00 ARBITRATION: 19.01 For Indian Bidders:

    Except where otherwise provided in the contract all matters, questions, disputes, or differences whatsoever which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to the arbitration of Designated Unit Head / E.D / Functional Director / Chairman & the Managing Director, NFL or his/her nominee. The Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there-under shall govern the Arbitration proceedings. The Contractor hereby agrees that he shall have no objection if the arbitrator so appointed is an employee of NFL and he had to deal with the matter to which the Contract relates and that in the course of his duties as such he has expressed his views on all or any of the matter in dispute or differences.

    If the arbitrator to whom matter is referred, vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit. It is agreed by and between the parties that in case a reference is made to the Arbitrator or the Arbitral Tribunal for the purpose of resolving the disputes/differences arising out of the contract by and between the parties hereto, the Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount more than the rate of SBI PLR/Base Rate as applicable to NFL on the date of award of contract..

  • NFV/PUR/AMU-151313-C1

    Page 13 of 38 19.02 For Foreign Bidders:

    Arbitration provisions in accordance with the rules of ICC will be applicable for Foreign Suppliers.

    19.03 Execution of Purchase Order shall be continued by the Supplier during the Arbitration

    proceedings unless otherwise directed in writing by NFL. 20.00 Laws governing Purchase Order:

    The laws or Union of India for the time being in force shall govern the purchase order. 21.00 Patents

    In the event of order, the Tenderer shall agree to indemnify the NFL or/and hold it/them harmless from against all claims, liability, loss, damage or expense including counsel fees arising from or by reasons of an action or claimed trade mark patent or copyright infringement or any litigation based hereon with respect of any part of the quoted items and such obligation shall survive acceptance of and payment for the items.

    22.00 Indemnity

    In the event of order, the Tenderer shall indemnify and save harmless NFL and or customer from all claims, losses, demands, causes of action or studies arising out of the services, labour, equipment and material supplied.

    23.00 Acceptance

    With the acceptance of Purchase Order with all its terms and conditions, Seller waive and consider as void any and all of Sellers General Sales Conditions.

    24.00 Jurisdiction

    All actions at law or suits arising out of or in connection with this contract or the subject matter thereof will be instituted in Guna Courts in Guna district in the State of Madhya Pradesh.

    25.00 In case of contradiction in any terms & conditions mentioned above with respect to special condition (if any) attached to tender documents then the provision of special terms & conditions shall prevail.

    26.00 Signing of Integrity Pact

    Bidder will sign the Integrity Pact as per enclosed Annexure-F, which is an integral part of the Tender Documents, failing which the Tenderer/ Bidder will stand disqualified from the tendering process and the bid of the bidder would be rejected. Details regarding Integrity Pact can be viewed on our website www.nationalfertilizers.com

    27.00 If a tenderer resorts to any frivolous, malicious or baseless complaint/ allegations with an intent

    to hamper or delay the tendering process or resorts to canvassing/ rigging/ influencing the tendering process, NFL reserves the right to debar such tenderer from participation in the present/ future tenders upto a period of TWO (2) YEARS.

    28.00 YOU CAN ACCESS THIS NIT ON OUR WEBSITE www.nationalfertilizers.com &

    central public procurement portal (http://eprocure.gov.in). Thanking you, Yours faithfully, For & on behalf of National Fertilizers Ltd. For CHIEF MANAGER-MATERIALS

  • NFV/PUR/AMU-151313-C1

    Page 14 of 38

    Annexure-I General Information about the Job.

    1. General Description: The Carbamate Condenser 11/21 E-5 is to be replaced by a new Carbamate condenser with same Capacity. Bidder shall ensure that the Carbamate condenser should be retrofitted in place of existing condenser without any modification in existing Foundation and piping layout. The Carbamate Condenser recover heat from the mixture of Stripper Vapors and recovered solution from medium pressure absorber C-1.The overhead gases from the stripper, and the recovered solution from the medium pressure absorber C-1 all flow to high-pressure Carbamate Condensers E-5 through mixer ME-1 where the total mixture except for a few inert is condensed and recycled to the reactor R-1. Condensing through gases at high pressure and temperature permits the recovery of condensation heat in the form of production of steam at 4.5 ata (3.5 kg/cm2 g; 147 C) in the high pressure Carbamate Condenser E-5. Chemical Formula of Carbamate: NH4-CO-NH2

    2. Operating Conditions: As per Process Data Sheet Enclosed at Annexure-VII.

  • NFV/PUR/AMU-151313-C1

    Page 15 of 38

    Annexure-II

    Basic Technical Specifications of Carbamate Condenser 11/21 E-5.

    A. List of Applicable Specifications: 1. Technical And Process Data sheet : ANNEXURE-VI & VII 2. Existing Carbamate Condenser Drawing No.:NFV/U/M-190

    B. Applicable Design Codes: 1. ASME code sect.VIII Div.2 with A92 (Latest edition) for tube side. 2. ASME code sect.VIIIDiv.1 with A92 (Latest edition) & Indian Boiler Regulation (Latest

    edition) for Shell Side. 3. TEMA Class R (Latest edition) 4. SaipemSpecification CR.UR.516 Rev.01,November 1997: General Specification regarding

    High pressure equipments for Urea plants 5. SaipemSpecification.CR.IT.516.Rev.00, November 1984: General Specification regarding

    Procedure for Inspection and Testing of High Pressure Equipments for Urea -Plants 6. SaipemSpecification.CR.UR.510.Rev.03,Sept.2003: General Specification regarding

    Austenitic Steel for Urea Plants High Pressure Section. 7. Drg. No.: NFV/U/M-190 (For Reference) 8. Std.TB-5002 Sht.1,6,9,10,11,12,13,21 9. STD.PDS:PV 001 (Vessel Tolerances) 10. STD.PDS:HE 321 (Name Plate for Heat Exchangers)

    C. Technical Details, Specifications & Requirements: 1. The existing Carbamate condenser 11E 5 was supplied by M/s.NuvoPignone, Italy in

    1986 and to be replaced with New Carbamate Condenser to be supplied against subject ITB

    2. The new Carbamate Condenser shall be of similar type as existing one in respect of outline dimensions to ensure one to one replacement to avoid modification / rerouting of connected lines.However size& no of tubes (heating surface area) and other dimension has to be same as that of existing one to ensure that thermal design of the new Carbamate condenser shall be same as that of existing one.i.e. w.r.t. total heating surface area and total heat exchanged. Further, the bidders to note that the existing Carbamate Condenser having heating surface area of 2360 M2is adequate and meeting the thermal performance as per Process Data Sheet attached at Annexure VII.

    3. The Mechanical design conditions for the Carbamate condenser shall be as per Data Sheet at Annexure-VI & VII enclosed herewith.

    4. The new Carbamate Condenser has to be installed at existing location and foundation. The Fixed and sliding saddle shall be supplied with new Carbamate Condenser but the distance of Saddles centerline shall remain same as existing so that the Carbamate condenser is installed at existing foundation without any modification or repair.

    5. The distance of all the welded and flanged nozzles from Solution inlet nozzle 1N and the nozzle projections shall be exactly similar to the existing ones to avoid any modification of existing piping.

    6. Vendor shall check and confirm adequacy of the existing foundations in case weight of the new Condenser will be more than existing one. The existing foundation data if required shall be furnished by NFL.

  • NFV/PUR/AMU-151313-C1

    Page 16 of 38

    7. The Channel/dish ends, nozzles, etc. shall be of similar design specifications as per existing ones i.e. wherever the existing parts are seamless; the same shall be supplied as seamless only.

    8. For vessel Stability as well as for support lugs all possible combination of loads shall be considered during erection, operation and testing Conditions.

    9. Vessel shall be designed also for hydrostatic tests in operating position for the corroded condition plus 25 % of design wind load.

    10. Maximum allowable pressure on foundation shall be limited to 50 kg/cm2. 11. All weep holes must be protected by SS-316 L SS tubes. 12. Material of construction will be as per ASTM standards. 13. Carbon steel used for parts under pressure shall be of the killed type. 14. The Magnitude of forces and moments coming on nozzles due to piping system shall

    be considered in design by the bidder. 15. Water used for hydrostatic testing shall not have chloride contents more than 30 ppm. 16. Nozzle pipes shall be seamless. 17. Minimum Length of skirt at tube sheet to channel joint shall be equal to thickness of

    channel. 18. Vendor shall submit the detailed dimensional drawing of the Carbamate Condenser

    indicating the thicknesses of parts, distances, weights, materials of construction etc. alongwith their bid.

    19. Vendor shall submit preliminary QAP along with their bid for the manufacturing of the condenser along with scope of Third Party Inspection Agency& IBR. QAP to satisfy all the requirements of applicable standards, codes etc.

    20. Vendor may visit NFL Vijaipur to assess the site location for design or any other details.

    21. Channel side construction shall be solid wall type. All weld Joints including tube sheet to channel shall be PWHT.

    22. Tube to tube sheet welding shall be performed by automatic welding procedure preferably. This is necessary to avoid overheating and consequential changes in metallurgy of the tube material on tube ID and ensure trouble free performance of the Carbamate condenserhaving severe corrosion service. The automatic welding procedure shall be approved by the third party inspection agency before execution of the job and a copy of the same shall be submitted to NFL. However, acceptance of any other welding procedure for tube to tube-sheet welding offered by bidder shall be subjected to approval of NFL.

    23. Diameter and tolerances of tube hole in tube sheet shall be of special close fit as per TEMA Class-R.

    24. Tube shall be strength welded to tube sheet. Welding shall be carried out in two passes and throat shall be equal to tube thickness.

    25. U Tubes shall be Cold Drawn seamless conforming to specifications given in data sheet.

    26. U Tubes shall be procured from following vendors only: i. M/s. Sandvik, Sweeden ii. M/s. DNV, France iii. M/s. Kobe Steel, Japan iv. M/s. Sumitomo, Japan

  • NFV/PUR/AMU-151313-C1

    Page 17 of 38

    27. The U Tubes shall be procured under following conditions in addition to Clause 11 and 12 of Annexure IV (Inspection & Testing): 27.1. 100% Eddy Current Test 27.2. 100% hydro-test at 251 kgf/cm2 27.3. Flattening and Flare test

    28. Tubes end protrusion shall be + 5 mm out from the tube sheet 29. Tube to tube sheet welds shall be tested with helium at Pressure of 0.5 kg/cm2g. 30. The thickness of liners in the Channel, Dish Ends shall be minimum 5 mm thk. 31. All parts welded to lining must have a continuous weld and each pass shall be D.P.

    checked. 32. Liner Material of all the Nozzles shall be 25Cr-22Ni-2Mo (UNS S31050). 33. Liner material 25Cr-22Ni-2Mo (UNS S31050) inside nozzle of channel side shall be

    seamless except for Manhole Nozzle 1M where one longitudinal Seam is allowed. 34. Adequate numbers of suitable grooves and weep holes shall be provided so as to

    locate quickly any leakage at welds of lining, without any possible contact between Process fluid and C.S. lining and shall be leak tested with helium at 0.5 kg/cm2g.

    35. Pass partition plate shall be leak tight. A pressure drop of 1 Bar shall be considered between upper and lower part for design of pass partition plate. Gaskets for it shall be BI-axially expanded PTFE. The partition plate shall be absolutely leak free. Partition plate shall be designed withfull access to tube sheet for ease of inspection and maintenance.

    36. Closing circumferential weld seam on channel side shall be between Channel and Hemispherical dished head.

    37. Bidder shall specifythe Pressure and Temperature gradient for safe Start up and Shut down of the vessel. Existing:During Start up and Shut Down,Pressure and Temperature gradient shall not exceed 40 bars/hour (With temp in the range of 20 C to Design Temp.) and 40 C/hr (With pressure in the range of 1 Bar to Design Pressure) respectively.

    38. Channel side weld shall be UT examined after hydraulic testing also. 39. Wherever MOC 316L MOD / 316LUG has been mentioned/ indicated in drawing or

    data sheetshall be read as 25Cr-22Ni-2Mo(UNS S31050). 40. The material 25Cr-22Ni-2Mo (UNS S31050) will confirm to Saipem Specification

    SPC.UR.510. Rev.03, Sept.2003. 41. All bought out items shall be inspected as per applicable standards. Details of vendors

    of major bought items shall be furnished alongwith final documents. 42. All Internals shall be to be removable through Manhole Nozzle 1M. 43. Copper & Copper alloy shall not be used.

  • NFV/PUR/AMU-151313-C1

    Page 18 of 38

    Annexure-III

    SCOPE OF WORK AND SUPPLY:

    Vendor's Scope ( General ):

    1. Design, Procurement of material, Manufacturing, Testing and supply of Carbamate

    Condenser Complete in all respects as per Technical Specifications mentioned in the ITB.

    2. Mechanical Design of Complete Carbamate Condenser. 3. To ensure the thermal design of new Carbamate Condenser shall same as that of

    existing onei.e. w.r.t. total heating surface area and total heat exchanged.Bidder shall confirm the same in their bid.

    4. IBR approval of drawings at manufacturing stage and IBR inspection. 5. Preparation of datasheets, GA drawings and detailed fabrication drawings. 6. Submission of Circulation reports. 7. Submission of all Design reports, calculations& Quality Assurance Plan. 8. Load calculation and checking the adequacy of existing foundation, fixed saddle and of

    anchor bolts if weight of new Carbamate Condenser will be on higher side then existing one.

    9. Arranging Stage-wise Third party Inspection and IBR inspection at appropriate stages during manufacturing as per approved QAP.

    10. Blind Flanges with relevant bolting and gaskets for the Blanked Nozzles. 11. Studs for manhole Cover shall be of size 2 1/2 X 8 UNC thread series (Shall be of

    increased length and equipped with special hexagonal nuts suitable for tightening with hydraulic stud tensioner.

    12. AISI 316L protection pipe sleeves/caps for studs of Manhole Nozzle 1M. 13. Companion Flanges for all connections in channel side with bolting gaskets and

    companion nozzles (as per Std.TB-5002 Sht.6&10). 14. Pickling and Passivation of SS surfaces. 15. Protection of all external surface with one Coat of inorganic zinc rich primer for a

    thickness of 75 microns after sand blasting to SA 2 in accordance with Swedish Std. 16. One sample straight piece of 1m length of tube from same lot of U Tubes forcalibration

    &reference for eddy current testing in future. 17. Lifting Davit for Manhole covers. 18. Providing Insulation support cleats on Carbamate Condenser for external insulation. 19. Earthling connection/ cleats, lifting lugs, lugs for ladders, platforms, and pipe supports

    etc. on the Carbamate Condenser. 20. Equipment Nameplate with bracket. 21. Installation, Operating and Maintenance manuals in 6 sets with copies in PDF format

    along with dispatch documents 22. Tube Plug Construction/ design drawing. 23. Supply of spare parts for Carbamate Condenser as under:

    i. 2 sets of Gaskets for all connections and Nozzles ii. Two set of internal gaskets i.e. for pass partition plate. iii. Two set of Gasket for Shell and Channel joint. iv. 10% Bolts & Nuts (min.2) for high pressure side & shell side connection including

    all flanges. v. 20% bolts, nuts and washer for internal.

  • NFV/PUR/AMU-151313-C1

    Page 19 of 38

    Annexure-IV Inspection & Testing:

    1. The Carbamate Condenser shall be inspected in accordance with the applicable codes,

    standards and specifications referred in the enquiry. 2. The equipment shall be manufactured under Third Party Inspection of M/s Lloyds / TUV

    / BureauVeritas. The equipment is to be inspected by third party at all stages of manufacturing starting from the material identification up to final completion at bidders shop as per agreed Quality Assurance Plan. It shall be the responsibility of the vendor to arrange the third party inspection agency. Vendor shall clearly indicate the third party inspection charges with their bid. In addition to the above, manufacturing and testing of the equipment shall also be under IBR inspection ensuring compliance with all regulation under Indian Boiler Act (Latest edition) &ASME (Latest edition).

    3. It shall be the responsibility of the vendor to make available the drawings, design calculations and other documents to the inspector. All bought out items shall be procured under third party inspection and the cost of such inspection shall be borne by the vendor.

    4. It shall be the responsibility of the Vendor to take all necessary approvals as per IBR during the manufacturing and testing at manufacturers works.

    5. Vendor shall submit a preliminary QAP along with their bid. Final QAP shall be submitted by the vendor for approval of NFL prior to manufacture.

    6. Weld procedure shall be qualified for tube to tube sheet joint. Mock-up test shall be carried out to establish all the requirements to the satisfaction of inspector.

    7. Chloride content in water used for hydrostatic testing shall not exceed 30 ppm for CS and low alloy steelequipment. Duration of test shall be as per applicable codes& standards. The Channel side hydro test pressure shall be attained by pressurizing uniformly with the pressure gradient not exceeding 40 kg/cm2 g per hour. Test medium/watershall be tested for the chlorine contents before filling the equipment.The temperature of test water shall comply with requirement of Fabrication code.

    8. All Reinforcement Pad welds shall be pneumatically tested at 1.5 k/cm2g using soap solution. Nozzle shall be pneumatically tested at 0.5 kg/cm2 with soap solution before Hydro test.

    9. The following NDT requirements are mandatory in addition to codes, standards and specifications of the NIT:

    i) Ultrasonic (UT) examination of all butt welds in thickness greater than 50 mm as supplement to radiography.

    ii) UT examination of FPW of nozzle attachments as supplement to radiography. iii) UT examination of all forgings. iv) MP/PT examination of :

    a) All edges of plates and opening in shell having thickness more than 25 mm. b) Root and final layer of all butt welds. c) Welds having a thickness of more than 25 mm before backwelding or

    applying SS overlays. d) All weld surfaces after PWHT e) All forgings after machining f) All fillet and butt weld after hydro testing g) Each pass of tube to tubesheet joint

    10. All nozzles, if fabricated from plates, shall be 100% radiographed. 11. 100% Eddy Current Test of all tubes. 12. 100 %Hydraulic test of all tubes along with Fattening and Flare test. 13. Prior to shell side Hydro testing, carry out helium leak test for testing channel lining

    welds by pressurizing the interspace through weep holes at 0.5 kg/cm2g and holding the pressure for 30 minutes.

  • NFV/PUR/AMU-151313-C1

    Page 20 of 38

    14. Carry out helium leak test for testing tube to tube-sheet weld joints by pressurizing shell side to 0.5 kg/cm2 g with helium and subsequently increasing the pressure to 2 kg/cm2 g with nitrogen & holding the pressure for 12 hrs. Leakage shall be detected by using suitable sniffer with sensitivity not less than 4X10-04 atm.cm3/sec. This test shall be carried out after the tube side hydro static test and before the shell side hydrostatic test.

    15. Hydrostatic Test of Complete Equipment i.e. Shell side and Tube side. 16. The third Party Inspection Agency shall be responsible for ascertaining and confirming in

    writing that the completed equipment meets the requirements of approved drawings / specifications by issuing final acceptance certificate.

    17. Scope of third party inspection shall include but not limited to: A) For Raw Material.

    i) Approval of Inspection Program. ii) Verification of Heat Treatment Records iii) Verification of NDT records / certificates e.g. RT / UT / MP / PT / hardness,

    etc. iv) Verification of Material Test Certificates for Mechanical and Chemical

    Properties and material identification. v) Witness and verification of eddy current tests of tubes (10%minimum). vi) Verification of hydraulic tests of tubes (10% minimum). vii) Checking of dimensions for conformity for bought out items. viii) Witness of Stamping of materials and marking transfer. ix) Witness of mechanical tests of pressure retaining parts. x) Witness of NDT of pressure retaining parts. xi) Visual Inspection.

    B) For Fabrication. i) Approval of Inspection Program. ii) Approval of Manufacturers Drawings and Design Calculations. These shall be

    submitted for approval by NFL also. iii) Approval of Heat Treatment Procedures iv) Approval of Welding Procedures Specifications and PQR. v) Approval of NDT Procedures vi) Review of test procedure for Chemical, Mechanical and Hydrotest. vii) Approval of Tube to Tubesheet welding procedure viii) Verification of WPS & PQR records. ix) Verification of Heat Treatment Records x) Verification of NDT records / certificates e.g. RT / UT / MP / PT / hardness,

    etc. xi) Verification of Material Test Certificates for Mechanical and Chemical

    Properties and material identification. xii) Verification of Production Test Coupons xiii) Verification of Conformity between actual material supplied and material / mill

    certificates (for material used in pressure retaining parts including bolts and nuts) and construction code & specification.

    xiv) Witness / Approval of Edge Preparation and fit-up. xv) Witness of Radiographic examination. xvi) Visual Inspection. xvii) Witness and approval of ultrasonic examination, MPT after PWHT, MPT after

    hydrostatic test, LPT after hydrostatic test. xviii) Verification of hardness tests of welds. xix) Approval of Inner and outside surface of welds xx) Checking of tube to tube sheet joint. xxi) Witness and verification of DPT of tube to tubesheet joints.

  • NFV/PUR/AMU-151313-C1

    Page 21 of 38

    xxii) Approval of Dimensions including nozzle orientations. xxiii) Approval of Straightness. xxiv) Approval of Surface preparation and cleaning. xxv) Witness of Hydrostatic test for tube to tube sheet joint. xxvi) Witness and approval of Hydrostatic test of complete equipment shell side and

    tube side including circumferential measurement. xxvii) Issue of release Note.

    18. NFL, at any stage, may send its representative for inspection at vendors shop. Vendor shall provide all assistance for such inspections and NFL shall have free access for such inspections at vendors shop.

    19. In addition to TPIA scope, NFLs scope of inspection shall be as below: i) Approval of Quality Assurance Plan. ii) Approval of manufacturers drawings. Vendor shall submit the drawings to NFL

    for approval. iii) Review of all procedures like heat treatment, NDT, etc. iv) Witness of some stages of fabrication. v) Witness of Tube to tubesheet leak test. vi) Witness of hydrostatic tests of complete equipment.

    20. Vendor shall submit Certificates of all necessary IBR approvals of manufacturing stages. 21. Vendor Shall submit all IBR Documents including the Following:

    i. Form II-Certificate of Inspection during Construction ii. FormIII-Construction certificate of Manufacture & Test iii. Form IV-Extracts from steel Makers Certificates of manufacture and result of

    tests iv. H.T.Charts. v. Rub-off of stamping

    22. Following Test Certificates, duly certified by Third Party Inspection Agency are to be submitted:

    i) All the Material test certificates for physical, mechanical and chemical properties, metallographic examination, heat treatment records, pressure testing certificates, all NDT reports, etc. duly certified by the above inspection agency, of each part as per applicable standards, are to be submitted.

    ii) FEA Analysis of tubesheet. iii) WPS, PQR and Design calculations. iv) Hydraulic test certificates of all the tubes, eddy current report of tubes and leak

    test of tube to tubesheet joints report, duly certified by the above inspection agency, are to be submitted.

    v) Hydraulic Test Certificate of Complete Equipment of shell and tube side. vi) Dimensional Check report vii) Inspection release note from third party inspection agency is to be submitted before final dispatch of equipment.

  • NFV/PUR/AMU-151313-C1

    Page 22 of 38

    Annexure-V

    TECHNICAL SPECIFICATION FOR CARBAMATE CONDENSER 11/21E-5

    A. Workmanship Guarantee:

    Bidder shall guarantee the equipment against faulty design, improper material of construction and poor workmanship for a period of 24 months from the date of supply or 12 months from the date of commissioning, whichever is earlier. Approval by Owner/TPI for design calculations, drawings & other documents will not in any way absolve the Bidder from his responsibility. Should any repair or replacement be necessary owing to any type of failure on account of design material and workmanship of the item, Bidder shall in view of this guarantee be bound to replace the same either in part or whole without any commercial implications to Owner. Repaired or replaced part shall also be covered by same guarantee as in case of main supply

    B. Documentation: 1. The supply of documentation shall include all the technical documentation

    needed for the design, fabrication, examination, acceptance, transport, site storage, start-up, operation, maintenance and repair of all parts included in this purchase order.

    2. Detailed fabrication drawings shall be prepared by vendor clearly indicating all design data, nozzle data, details of all parts with tolerances, all welding joints details and detailed bill of materials etc. Location of weld seams, construction notes, welding processes, detailed specification of electrodes/FILLER WIRE including NDT tests etc. as applicable shall be clearly indicated in the drawing. Fabrication drawing shall also indicate Empty Weight, operating weight & hydro test weight of the equipment. Drawing submitted for approval must be complete in all respects and thoroughly checked and approved by vendors competent authority before submitting to NFL/Third Party Inspection Agency.

    3. When materials not covered by ASTM standards are employed, relevant chemical composition and mechanical characteristics shall be furnished with the Bid.

    4. Drawings may be drawn in AUTOCAD to scale. Manual drawing shall not be accepted.

    5. All documents / drawings shall be in English language and in Metric system. Further the following documentation shall be submitted by Bidder for review & approval as per NFLs requirement besides other documentation listed elsewhere.

    6. 3 sets of hard copies of GA drawing, design calculation, procedures, etc with soft copies (pdf format) to NFL for review.

    i) 6 sets of hard copies of all final documents such as design calculations, fabrication drawings, test certificates, material test reports, repair procedure along with the reproducible copy. The final documents shall also be submitted in soft copy in pdf format. Hard copies etc shall be properly arranged, indexed and bound in one folder and submitted to owner.

    C. Miscellaneous:

    1. No deviation is allowed from the details given in the applicable standards and specifications mentioned without prior approval of NFL.

  • NFV/PUR/AMU-151313-C1

    Page 23 of 38

    2. Vendor shall clearly mention the deviations separately with their bid. 3. In case vendor requires any other information/drawing, the same shall be

    furnished as available.

    D. Packing

    It is included in the scope of supply that the goods are delivered carefully and properly packed and marked in order to protect them from moisture, rain, rust and corrosion so as to withstand numerous handlings during sea voyage and inland transportation and to ensure their safe arrival and storage at the plant site during the full guaranty period without any risk of rusting, corrosion or damage due to humid and hot climate. Storage in open area is to be foreseen. Vessel shall be filled with dry Nitrogen (at 0.7 kg/cm2g) and supplied with necessary valve, pressure gauge, metallic blinds and spare nitrogen cylinder. All necessary supports and fixtures as required for transportation shall be included in supply and complete responsibilities lies with bidder. Instructions for the correct handling and the required surveillance and service must be clearly stated in the documentation for the unit. Furthermore, the instructions shall be attached to the equipment in a way which ensures full legibility throughout the shipping and storage period.

    E. Painting:

    All external C.S. surfaces shall be Sandblasted to SA2 finish (Gasket faces shall be protected) and painted with two coats of inorganic Zinc rich primer(75 thk). Gasket Contact surfaces shall be protected with rust preventing compound. Threads of External Bolting shall be lubricated with molycoat.

  • NFV/PUR/AMU-151313-C1

    Page 24 of 38

    ANNEXURE-VI

    No. Required .Shells/unit: One Position Hor./Ver. Hor.Size I.D.2880

    Tube No. 1643 "U" O.DXThks 3/4"X14 Bwg Av Pitch 1" Triangular

    SHELL SIDE TUBE SIDE Shell 3.5 146.0 Head6.0 165.0 Shell Flange

    147/147 179/158 Channel Shell 180.0 210.0 Lining Channel side

    1.0 2.0 Channel Dished Head3.2 - Pass Partion Plate

    BUTT BUTT Tube Sheet

    1 1 TubesYes Yes

    0.0001 0.0001Full Full Tie Rods

    DIV.1 DIV2Spacers

    9.0/As per Code Whichever is higher

    206.25/As per Code

    Whichever is higher Nozzle Shell side

    Nozzle Tube sideNozzle Flange Shell sideNozzle FlangeTube sideBOLTS & StudsNutsGasket shell Side NozzlesGasket Shell-TubeSheetGasketChannel ManholeExt.padName PlateBracket for name PlateScrew for name plateSupports.

    RATING TYPE FACE1N 8" 1500# LENS SOLUTION INLET -2N 8" 1500# LENS SOLUTION OUTLET -3N 6" 150# Sch120 W.N R.F CONDENSATE INLET 4N 2" 150# Sch160 W.N R.F MAKE UP INLET 6 NA/B 20" 150# Sch XS W.N R.F STEAM OUTLET 7N 3" 150# Sch160 W.N R.F CONDENSATE OUTLET 8N 4" 150# Sch120 W.N R.F DRAIN 9N 1 1/2" 1500# LENT WITH B.F. DRAIN WITH COMP. FLANGE10N 1 1/2" 1500# LENT VENT WITH BLIND FLANGE2CN A/B 1" 600# SO R.F LG CONNECTION WITH BLIND FLANGE3 CN A/B 6" 150# Sch.120 W.N R.F PSV CONNECTION WITH BLIND FLANGE4CN 1" 600# SO R.F PI Connection WITH BLIND FLANGE5CN A/B 2" 150# Sch.160 W.N R.F LIC CONNECTION WITH BLIND FLANGE7CN 1 1/2" 600# SO R.F TI CONNECTION WITH BLIND FLANGE1M 20" MANHOLE WITH BLIND FLANGE + DAVIT2M 20" 150# SchXS W.N R.F MANHOLE WITH BLIND FLANGE + DAVIT

    Approx wt.kg 1. Empty Wt. 2.Operating wt.3.Full Of water 4.Tube Bundle.

    TECHNICAL DATA SHEET

    Fouling Resistance h m2C/KcalBaffles AISI 304L

    The Manufactur shal guarantee the HUEY Test as per ASTM A262 Practice C.

    Spl.Instruction :

    INSPECTION Third Party

    SPECIAL

    SA 193 Gr.B7SA 194 Gr.2H

    SS SPIRAL WOUND3 NOS.GRAFOIL LAYERS WIDTH 25.4 MM

    EXTERNAL ANNEALED AL.99.5%+Teflon BRINNEL HARDNESS 30 MAX.

    18/8 SS

    AISI 304

    CARBAMATE CONDENSER 11/21E5

    As

    per C

    ode.

    One No

    Baffle spacing : 1000 max

    Length: 12000 Straight

    25-22-2 Cr-Ni-Mo (UNS S31050)

    MATERIAL OF CONSTRUCTION

    TABLES FOR NOZZLE AND FLANGES

    Insulation * *by others

    NOZZLE SCH./THK.

    SIZEMARK SERVICE REMARKS

    TEMA TYPE-CKUSTEAM & CONDENSATE

    Carbamate solution

    20.15X10x1.2 K Cal/h2360 m2

    SA 516 GR60DESIGN DATA

    HE 321AS PER SHEET 4

    SA 516 GR60

    SA 266 CL2+LINING25-22-2 Cr-Ni-Mo (UNS S31050)SA 266 CL2

    5thk min.AISI 25-22-2 Cr-Ni-Mo (UNS S31050)

    SA266 CL2+ Lining 25-22-2 Cr-Ni-Mo (UNS S31050)

    SA 516 GR60 + Lining 25-22-2 Cr-Ni-Mo (UNS S31050)

    SA 266 CL2+ OVERLAY 10 THK 25-22-2 Cr-Ni-Mo (UNS S31050)

    25-22-2 Cr-Ni-Mo/Sandvik 2RE69/SUMITOMO NK3 ELM

    AISI 304L

    AISI 304L

    SA 106 Gr.B

    SA266 Cl2+ Lining25-22-2 Cr-Ni-Mo (UNS S31050)SA105

    As per the refrence drawing No. NFV/U/M-190

    YES 90mm THK.FOR SHELL SIDE90 MM THK. FOR Channel side

    Pressure working kg.cm2/g

    STRENGTH WELDEDAs Per Code

    Pressure Design kg.cm2/gTemp.Fluid In/Out CTemp. Design Metal Walls C

    No.of PassesCorrosion Allowance mm

    Joints

    Weld efficiencyPost weld heat Treatment

    AS PER TEMA RANSI B16.21/TB5002

    YES

    RadiographyDesign Code:ASME SEC.VIII IBR &TEMA CL.R

    Test : Hyd Pressure kg.cm2/g

    Head Type

    ANSI B 1.1 2A/B 1.1 2B

    Size: 2800f i x13550 mmFLUID SHELL SIDE FLUID TUBE SIDE

    Heat Exchanged

    Surface area/Shell

    To be filled by vendor

    APPLICABLE SPECNS. & STDS.

    Welding of shell to tubesheetBolting Std.Baffle Std.Gasket Std. SHELL/CHANNEL

    FLANGES

    PaintingName Plate & Bracket std.Support Std.

    Technical spec:SA 516 GR60

    SA 516 GR60

    SA 516 GR60Annexure I

    Joining of tube-tubesheet

  • NFV/PUR/AMU-151313-C1

    Page 25 of 38

    ANNEXURE-VII

    PROCESS DATA SHEET

    PERFORMANCE OF ONE UNIT

    SHELL SIDE TUBE SIDE

    FLUID CIRCULATED STEAM &

    CONDENSATE CARBAMATE SOLUTION

    TOTAL FLUID ENTERING kg/hr 51250 100288

    IN OUT IN OUT LIQUID kg/hr 47089 96475 VAPOUR OF NH3-CO2-H2O kg/hr 53199 3813 STEAM kg/hr 41700 WATER kg/hr 51250 9550 DENSITY AT T AND P LIQ/VAP KG/M3 930/122.7 925/121.5 TEMPERATURE oC 147 147 179 158 OPERATING PRESSURE kg/cm2 3.5 3.5 146 146 FOULING RESISTANCE m2oC h/kcal 0.0001 0.0001

    HEAT EXCHANGED kcal/h 20.15 X 106 X1.2

  • NFV/PUR/AMU-151313-C1

    Page 26 of 38

    Annexure-A PROFORMA FOR PRICE BID FOR INDIAN BIDDERS

    (To be submitted on your Letterhead)

    Quotation Ref:_____________________ Dated :_____________________

    To, The Chief Manager (Matls) National Fertilizers Limited VIJAIPUR 473111, Dist: Guna (MP) Sub: Your NIT No.NFV/PUR/AMU-151313-C1 dated 10-JUNE-2016, Due on: 10-AUGUST-2016 Dear Sir, 1.With reference to above-mentioned tender, we hereby submit our Price Bid for subject material as under:

    3. Total Basic Price on Ex-works basis 4. P& F Charges (if any) 5. Excise Duty @.. % on SL No 3 to4 6 Educational Cess on Excise Duty ..% on SL No5 7 Sales Tax @.% against Form-C on SL No 3 to 6 8 Third Party Inspection Charges (if any) 9 Service Tax on TPI (if any) 10 Any other charges (Please specify) 11 Freight from partys works to NFL Vijaipur Site, Dist. Guna (MP)

    12

    GRAND TOTAL (on Landed Cost basis i.e. 3+4+5+6+7+8+9+10+11)

    13 Name of Third Party Inspection Agency to be engaged by you

    2. Are you registered as MICRO, SMALL or MEDIUM Enterprise under MSMED Act 2006? : If YES,

    A) Please indicate relevant category with copy of documentary proof issued by the concerned authorities :

    B) Does your firm fall under MSEs owned by SC/ST Entrepreneurs? If so, enclose a copy of documentary evidence :

    S.No. Description Unit Qty Unit Rate (Rs)

    Amount (Rs)

    1. NFL Material Code: UE0005000 Complete Design, Procurement of Material, Fabrication, Testing, Inspection and Supply of Carbamate Condenser 11 E-5 as per detailed Technical Specifications at Annexures-I to VII and as per our Drawing No. NFV/U/M-190

    No. 01

    2. Spare parts for Carbamate Condenser

    2.1 Set of Gaskets for all connections and Nozzles

    Set 02

    2.2 Set of internal gaskets i.e. for pass partition plate

    Set 02

    2.3 Set of Gasket for Shell and Channel joint.

    Set 02

    2.4 10% Bolts & Nuts (min.2) for high pressure side & shell side connection including all flanges

    Set 01

    2.5 20% bolts, nuts and washer for internal Set 01

  • NFV/PUR/AMU-151313-C1

    Page 27 of 38 3. Our Bank Details for payment through RTGS/EFT: Account Number & Type : Name of the Bank :

    Branch Name & Code : Branch Address : IFSC/NEFT/RTGS/MICR Code : 4. I/We have read all the terms and conditions of the NIT and the Annexure(s) thereto and agree to

    accept and abide by the same in toto. The above quotation has been prepared after taking into account all the terms and conditions of the NIT. We enclose a break up of the various cost components quoted by us.

    Signature & Seal of Tenderer or Their Authorized Representative: ____________

    Dated: Name & Address of Tenderer: _______________ _______________________________________ Phone No: ______________________________ Fax no.: ________________________________ E-Mail:__________________________________

  • NFV/PUR/AMU-151313-C1

    Page 28 of 38

    Annexure-A PRICE BID PROFORMA FOR FOREIGN BIDDERS

    (To be submitted on Tenderers Letterhead) Quotation Ref:_____________________

    Dated :_____________________ To, The Chief Manager (Matls) National Fertilizers Limited VIJAIPUR 473111 Dist: Guna (MP)

    Sub: Your NIT No.NFV/PUR/AMU-151313-C1 dated 10-JUNE-2016, Due on: 10-AUGUST-2016 Dear Sir, 1. With reference to above-mentioned tender, we hereby submit our Price Bid for subject material as under:-

    3 Total Basic Ex-W Price (Quoted Currency:..........................) 4 Packing , Forwarding Charges( if any ) 5 Inland Freight from our Works to Port of Embarkation (i.e. FOB

    Charges), if any

    6 Third Party Inspection Charges (if any) 7 Service Tax on TPI (if any) 8 Any other charges (Please specify) 9 GRAND TOTAL (ON FOB SEAPORT BASIS i.e.3 + 4+5+6+7+8) 10 Name of the Port of Embarkation 11 Name of Third Party Inspection Agency to be engaged by you 2. I/We have read all the terms and conditions of the NIT and the Annexure(s) thereto and agree to accept and abide by the same in toto. The above quotation has been prepared after taking into account all the terms and conditions of the NIT. We enclose a break up of the various cost components quoted by us. Dated: Signature & Seal of Tenderer or their Authorised Representative __________________________ Place: Name & Address of Tenderer: _______________ Phone No.: _____________________________

    Fax No._________________________________ Email ID:_______________________________

    S.No. Description Unit Qty Unit Rate (Indicate quoted Currency)

    Amount (Indicate quoted Currency)

    1. NFL Material Code: UE0005000 Complete Design, Procurement of Material, Fabrication, Testing, Inspection and Supply of Carbamate Condenser 11 E-5 as per detailed Technical Specifications at Annexures-I to VII and as per our Drawing No. NFV/U/M-190

    No. 01

    2. Spare parts for Carbamate Condenser

    2.1 Set of Gaskets for all connections and Nozzles

    Set 02

    2.2 Set of internal gaskets i.e. for pass partition plate

    Set 02

    2.3 Set of Gasket for Shell and Channel joint.

    Set 02

    2.4 10% Bolts & Nuts (min.2) for high pressure side & shell side connection including all flanges

    Set 01

    2.5 20% bolts, nuts and washer for internal Set 01

  • NFV/PUR/AMU-151313-C1

    Page 29 of 38

    Annexure-B

    LOADING CRITERIA

    The bidders must accept the terms and conditions stipulated in the NIT, failing which the bid is likely to be rejected at the sole discretion of NFL. However, NFL may at its sole discretion, accept bids having deviation to NIT terms and Conditions by adopting the following loading Criteria.

    i. Offers received without EMD:-

    EMD amount (absolute value), as required in the NIT shall be loaded on landed cost of total offer value.

    ii. a. Non-submission of Security Deposit

    The loading shall be adopted for shortfall in the bank guarantee agreed by the bidder. For example, NIT calls for bank guarantee for 10%, then loading shall be done as under:-

    Bank guarantee for Security Deposit

    Loading Criteria

    Less than 10%. (10%-Quoted Percentage) of basic price @ Prime Lending Rate {SBI PLR} + 1% on shortfall in Bank Guarantee value agreed by the Bidder for delivery period with additional one month period

    b. Non-submission of Performance Bank Guarantee

    The loading shall be adopted for shortfall in the bank guarantee agreed by the bidder. For example, NIT calls for bank guarantee for10%, then loading shall be done as under:-

    PBG Quoted Loading Criteria Less than 10%. 10% - Quoted Percentage of CIF/Ex-Works Prices

    c. Loading on account of discrepancy in the Warranty/Guarantee Period Wherever Bidders quote reduced Warranty/Guarantee Period, following loading criteria shall be adopted:

    [10% of CIF/Ex-Works Price x (No. of Months as per NIT No. of Months quoted]

    No. of Months as per NIT NOTE:

    If the sum of (b) and (c) above is more than 10% of CIF/ Ex-Works Prices, then the loading shall be limited to 10%.

    iii. Payment Terms

    NFL will not make any advance/progressive payments. NFLs standard payment term is 100% within 30 days of receipt and acceptance of material at site. The deviation in differential payment terms with respect to NIT Clause shall be loaded as under for interest @Prime Lending Rate (SBI PLR) + 1% for the period:

    (a) Interest calculation against Mobilization Advance: Payment Terms Period of Loading 1. Advance against LOI/PO Full delivery period +30 days

    (b) Interest calculation on progressive payment: Interest on progressive payment shall be calculated on FOB/Ex-Works price for the following period:

    SNO. Payment Terms Period of Loading 1. Against submission of drawing Full delivery period less one month 2. Against drawing approval Full delivery period less one month 3. Against placement of PO for raw material a. if delivery period 8 months, Full delivery period less three months

  • NFV/PUR/AMU-151313-C1

    Page 30 of 38

    4 Against Shipment of raw materials Full delivery period less five months or five months whichever is more

    5 Against receipt of raw materials Full delivery period less six months or four months whichever is more

    6 Against Payment for dispatch of material/ through Bank

    6a Foreign Bidders

    Three Months

    6b Indian Bidders Depending on Delivery Conditions viz. Ex-Works One and a Half Month FOR Destination One Month

    7 100% within 30 days of the receipt and acceptance of material at NFL Stores

    Nil

    iv. Packing & Forwarding

    Wherever Bidders have not indicated P&F Charges, but mentioned that P&F Charges extra at actual, their Prices shall be loaded @2% of Ex-Works Prices or the maximum amount as quoted by another bidder whichever is higher. NFLs maximum liability to pay P&F Charges shall be limited to the amount loaded for evaluation purpose.

    v. Liquidated damages due to delay in supplies:-

    If deviation is noted in the quoted liquidated damages, the proportionate loading for shortfall shall be adopted. For example, NIT calls for 0.5% per week subject to maximum of 5% of the total order value, loading criteria shall be as under:-

    Quoted Liquidated Damages Loading criteria a) 0.5% per week subject to a ceiling of 05% of total order

    value (Ex-Works/CIF Value) No loading.

    b) 0.5% per week subject to a ceiling of 2.5% of total order value.

    2.5% loading.

    c) Liquidated Damages accepted on undelivered value instead of total order value.

    2.5% loading.

    d) Non-acceptance of liquidated damages. 5% loading.

    vi. Third Party Inspection Charges Wherever Bidders have not indicated the TPI Charges in their quotations but mentioned that TPI Charges extra at actual, the highest Third Party Inspection Charges quoted by other Bidders shall be loaded for evaluation purpose

    viii. Loading of Ocean Freight (For Foreign Bidders):

    Offers of Foreign Bidders shall be loaded for Ocean Freight as under:- In case of foreign vendors the offers are required to be submitted on F.O.B. basis and for considering the sea freight for evaluation purpose budgetary quotes, for transportation of super ODC consignment by Sea, from M/s Balmer Lawrie and M/s Shipping Corp. of India will be obtained. In case both the quotes are available, average of the two will be taken for evaluation. However, in case only one quote either from M/s Balmer Lawrie or M/s Shipping Corp. of India is available then the same shall be considered for evaluation purpose. After opening of Techno-commercial bids, offers of foreign vendors will be evaluated as per above clause.

    Viii Loading of Road Transport from Kandla Port to NFL Vijaipur site ( For Foreign

    Bidders): Offer will be loaded @ 1 % of FOB value on account of transportation of equipment From Kandla Port to NFL Vijaipur Site.

    For Chief Manager-Materials

  • NFV/PUR/AMU-151313-C1

    Page 31 of 38

    ANNEXURE-C

    SPECIFIC CONFIRMATION BY VENDOR Note: Please submit this ANNEXURE duly filled, signed and stamped along with your

    Unpriced Techno-Commercial Bid 1. Complete Technical Specifications of offered items provided in the Part-I

    (i.e. Unpriced Techno-Commercial) Indicated

    2. Complete compliance to Technical Specifications as per Annexures of NIT. If NOT, Annexure-wise & Clause-wise Deviations List is submitted.

    Confirm

    3. a) Prices quoted are on F.O.R. NFL Vijaipur basis giving price break up as per Proforma for Price Bid (Annexure-A) b) Prices quoted are on FOB _______________ Seaport basis indicating Port of Embarkationgiving price break up as per Proforma for Price Bid (Annexure-A)

    Yes.

    4. Indicate the Name of the Third Party Inspection Agency to be engaged by you (i.e. M/s LRA/ M/s BV/ M/s TUV)

    5. Tender Cost of Rs.1150/- (Rupees One Thousand One Hundred Fifty only) as per Clause No.2.36.

    Yes

    6.

    EMD of Rs.1,00,000/- (Rupees One Lakh only) or equivalent in quoted currencysubmitted as per Clause No. 3.00

    Yes

    7. Furnishing of Security Deposit-cum-Performance Guarantee @10% of Order Value within 30 days of receipt of Purchase Order as pe