Upload
others
View
2
Download
1
Embed Size (px)
Citation preview
Page 1 of 35
DECLARATION FORM
Quotation No.:________________________ Date: ___/___/_____
Chief Manager (Mech.)
M/s. National Fertilizers Limited
Vijaipur-473 111
District Guna, Madhya Pradesh
Subject: Tender for ARC for Painting of Equipments, Piping, Structures etc. for the year
2011-12 at N.F.L., Vijaipur.
Sir,
I / We have read the conditions of the
tender attached here to and agree to abide by such conditions. I / We offer to do “the ARC for
Painting of Equipments, Piping & Structures for the year 2011-12 at N.F.L., Vijaipur” work
at the rates quoted in the attached Schedule of Rates and in accordance with the inspection,
standards and instructions in writing of the Engineer In-Charge of M/s. National Fertilizers Limited
and hereby, bind myself / ourselves to complete the work schedule and progress of work.
I / We further agree to abide by the conditions of contract and to carry out all works within
the specified time in accordance with applications, workmanship and instructions referred to in the
Notice Inviting Tender.
I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera branch,
Branch Code: 8455. Details of my Bank A/c No. is as under:
A/c No. in any Branch of SBI: ________________________________________
Name & Address of the Branch: ________________________________________
Branch Code: ________________________________________
In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself /
ourselves to execute the contract as per the conditions mentioned in the tender document, failing
which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the
National Fertilizers Limited, Vijaipur.
(Signature of Tenderer with Seal)
Name: ________________________________
Address: ________________________________
________________________________
Place: ________________________________
Date: ________________________________
Page 2 of 35
DECLARATION FORM
THE FOLLOWING DECLARATION TO BE SIGNED BY CONTRACTOR
Sr. Description YES / NO
(If Yes, give the following details)
1 If a Tenderer has relations whether by
blood or otherwise with any of employees
of NFL (Owner), the Tenderer must
disclose the relation at the time of
submission of Tender, failing which, NFL
shall reserves the right to reject the
Tender or rescind the Contract.
Name &
Designation of the
Employee
Place of
Posting
Relation
with the
Employee
2. P.F. Registration No. of the Contractor to be intimated along
with Documentary proof thereof.
P.F. Registration
Number
3 PAN No. of the Contractor to be intimated along with
Documentary Proof thereof.
PAN No
4 Service Tax Registration No. (Documentary proof to be
attached)
Service Tax Break-up
Material Component (in % of
quoted rates)
Service / Labour Component
(in % of quoted rates)
Applicable Rate of Service
Tax on Service / Labour
Component
(Signature of Tenderer with Seal)
Name: ________________________________
Address: ________________________________
________________________________
Place: ________________________________
Date: ________________________________
Page 3 of 35
FORM-1
The offer against the subject job shall be submitted by the Contractors/Firms/Companies along with
the following information /documents complete in all aspects:-
1 Name of Applicant/Firm/Company i)Nationality ii) Full Address
2 Company Profile
A Whether i) Private Limited Company ii) Un-divided Hindu Family/Individual iii) Partnership Firm (Please attach certified copy
of partnership deeds/articles of association and memorandum of
association and power of attorney who is signing documents on behalf of applicant/firm/company).
B Year of Establishment
C Name of Bankers and their full address. (Solvency Certificate to be
submitted on enclosed Performa - II)
D Details of Equipment/ Machinery/Tools etc. owned by the Firm. (attach separate sheet)
E Details of Staff Working with the Firm (attach separate sheets)
F Place of Business.
3 Provident Fund Code No./ ESI Code No. (duly certified copy to be
enclosed)
4 Sales Tax/CST Registration No. (duly certified copy to be enclosed)
5 Details of Labour Licence (duly certified copy to be enclosed.)
6 Income Tax Permanent Account Number (PAN) (duly certified copy
to be enclosed.)
7 Service Tax Registration Number (duly certified copy to be
enclosed)
8 Annual Turnover during the last three financial years (Certified copy
of P&L Account and Balance Sheet etc. to be enclosed.).
9 List of works executed (Details to be provided as per attached
Performa-2)
10 Has the applicant or any of his partner or shareholders been black
listed or delisted or put on holiday list from the approved list of
contractors or demoted to lower class or Order passed, banning/suspending business with the Applicant etc. by any Deptt, in
the past? If Yes, please give the details.
11 A list of those persons who are working with the Applicant in any
capacity and who are near relatives to any of the employees of the Owner (NFL) or in the Ministry/Department should be submitted
(Names are to be intimated if employment given to such persons at
later date).
12 Declaration by Contractors: All the information filled herein and attached hereto are true to the
best of my knowledge and belief. It is further certified that I/We will
not get myself/ourselves registered under more than one name.
Note: Please attach separate sheets for the details, wherever, necessary.
Signature of authorized person of the Firm/Company with seal
Page 4 of 35
Form-II
Interested party is to submit the following with signed documentary proof.
S.
No.
Description Details of the Number
1 PF registration No / ESI registration No.
2 PAN (Income Tax Permanent Account
No.)
3 a) Service Tax Registration No.
b) Accounting Code No.
c) S.T. Code No.
4 Labour License No. (In general)
Labour License No. (Madhya Pradesh)
5 Year in which the party was established
Signature of the Contractor with Seal
Page 5 of 35
Form -III
Offer shall be submitted by the interested party along with the signed documentary proof of
the following.
S.No. Description Status Remarks
1 Certified copy of last 3 year‟s
P&L account
Yes/No.
2 Employer of the party is whether
related with any NFL employee or
not. If yes, give the details.
Yes/No.
3 Bank reference/Bank solvency
certificate on Performa enclosed as
Performa-I.
Yes/No.
4 Is the party enlisted / prequalified
with any other Govt. Deptt./Public
Ltd. Company? If yes, give the
details with the documentary
evidence.
Yes/No.
5 Financial capability of the party
with balance sheet (latest balance
sheets to be attached)
6 Status of the party (whether Pvt. /
partnership / Public Ltd.,
partnerships deed/article of
association.)
Signature of the party/Contractor with seal
Page 6 of 35
PROFORMA NO. –1
BANK REFERENCE LETTER/SOLVENCY CERTIFICATE
(On Bank’s Letter Head)
Certified that M/s ………………………………………………………………at (address)
……………………………………………………………is having an account in our bank as per
following particulars:-
1. Type of Account : Cash-Credit/Current/Savings
2. Bank Account No. …………………………………
3. Cash-Credit/O.D. Limit (If any) :NO/YES, for Rs. ………………
4. Since when holding Account? …………………………
5. Financial Standing & Soundness : .SOUND/POOR
6. Dealing & Conduct of the Party : Satisfactory/Un-satisfactory
7. Any other comments ………………………………………………
This is issued on the request of M/s ………………………………………………………...
for submission to M/s. National Fertilizers Limited, Vijaipur, Distt. Guna (MP)
(Signature of Bank Manager)
Date :
Place :
Seal :
Page 7 of 35
PROFORMA NO. –2
Eligibility Criteria of Parties W.R.T. Experience:
S.No Description Financial
Year
Annual Turnover (Details of the
documents to be submitted)
1 Average Annual Financial turnover
during last three years ending
31st
March of the previous financial
year.
2007-08
2008-09
2009-10
2 Experience of having successfully completed similar works during last seven years
ending the day of month previous to the one in which applications are invited should be
either of the following:-
a Three similar completed work
costing each not less than the
amount equal to 40% of the
estimated cost (Estimated cost: Rs.
52.95 Lakhs).
(Please attach copies of the work
orders along with the Performance
/ Completion Certificate)
1 Work Order Ref. No.
Name of Company
Contract Value
Contract Period
2 Work Order Ref. No
Name of Company
Contract Value
Contract Period
3 Work Order Ref. No.
Name of Company
Contract Value
Contract Period
OR
b. . Two similar completed work
costing each not less than the
amount equal to 50% of the
estimated cost (Estimated cost: Rs.
52.95 Lakhs).
(Please attach copies of the work
1 Work Order Ref. No
Name of Company
Contract Value
Contract Period
Page 8 of 35
orders along with the Performance
/ Completion Certificate))
2 Work Order Ref. No
Name of Company
Contract Value
Contract Period
OR
c. One similar completed work
costing each not less than the
amount equal to 80% of the
estimated cost (Estimated cost: Rs.
52.95 Lakhs).
(Please attach copies of the work
orders along with the Performance
/ Completion Certificate))
1. Work Order Ref. No
Name of Company
Contract Value
Contract Period
NOTE:
1. Similar Work means work employing same Technology, Nature of Job and skill but
quantities can vary. 2. Self attested documentary evidences for Annual Turnover to be enclosed.
3. Self attested documentary evidences for Work Orders given above to be enclosed. 4. Self attested documentary evidences for Performance/Completion Certificate of above given
Work Orders to be enclosed.
5. The Tenderer may also attach the copies of the other Work Orders / Completion Certificates, apart from the requirement detailed above.
Signature of the Party/ Contractor with seal
Page 9 of 35
PRESENT COMMITMENTS PROFORMA NO. – 3
Tenderer shall furnish the details of their present commitments strictly as per this Performa.
Sr.
No. Name of work
Name & address of
Client with the name
of person under
whom the work is
being executed
Contract
Value
Brief description of
work
Contracted
date of
completion
with the date
of start of
work
% age
completed
as on date
Expected
date of
completion
of balance
work with
approx.
value of such
balance
work
Certified that the above information is correct.
(SIGNATURE OF TENDERER)
Name ________________________________
Date _________________
Place _________________
Page 10 of 35
INFORMATION REGARDING EQUIPMENT
WHICH THE TENDERER PROPOSES TO USE FOR THIS WORK PROFORMA NO. - 4
Sr.
No Description Quantity Make Capacity Owner
Approx., date
when it will be
deployed at site
Period of
attention at
site
Certified that the above information is correct.
(SIGNATURE OF TENDERER)
Name ________________________________
Date ________________
Place ________________
ELIGIBILITY CRITERIA OF PARTIES W.R.T. EXPERIENCE
Page 11 of 35
TENDER DOCUMENTS
FOR
ANNUAL RATE CONTRACT
FOR
PAINTING
OF
EQUIPMENTS, PIPING, STRUCTURES ETC.
FOR
THE YEAR 2011-12
AT
N.F.L., VIJAIPUR
VIJAIPUR UNIT
MECHANICAL DEPARTMENT
Page 12 of 35
Annexure-I
I. TECHNICAL TERMS & CONDITIONS:
1. Scope of Work:
The Contractor‟s Scope of Work includes but not limited to the following:
1.1. Complete supply of all painting materials, transportation of materials to site, storage
at site, handling, unpacking, disposal of packing material, providing scaffolding,
cleaning, surface preparation, application testing and retouching (with paint) for
Equipments, Piping and Structures etc. at his cost, except where otherwise specified
as per Engineering Standards and Technical Specifications indicated herein and
instructions of Engineer-in-charge.
The work involves painting of Equipments, Moving Machineries, Piping and
Structural etc., which may include but not limited to items as mentioned below :
i. Steel structures: Platforms, Ladders, Hand Rails, Gratings, Staircases,
and other Plant Structures.
ii. Static Equipments: Tanks, Ducts, Heat Exchangers, Ejectors, Heaters,
Towers, Vessels etc.
iii. Machineries: Compressors, Turbines, Fans, Motors, Blowers and
Pumps Cranes, Vehicles etc
iv. Piping: Piping, Valves, Safety Showers, Safety/Control
Valves, other in-line instruments, Supports,
Mountings and Fire Hydrants etc
1.2. Writing of identification marks on Vessels, Machines, Equipments and Piping as
follows irrespective of whether painting of the same has been included in
contractor's scope or not.
1.3. All Machineries, Vessels, Equipments shall have name and respective code numbers
stencilled in either black or white paint with or without background strip with
yellow paint as desired by Engineer-in-charge on the body/foundation. All
letters/numbers stencilled shall be unbroken.
1.4. Identification Colour Bands shall be added at an interval of 10 metres and at
Junction, Valves, and Walls etc. The relative proportional width of the first colour
band and subsequent colour bands should be maintained and, the minimum width of
the narrowest colour band shall be 25 mm. The ground colour shall extend
sufficiently on both sides of colour to avoid confusion. In case the paint in the
colour and quality specified for a particular pipe and service is not available,
synthetic enamel of specified colour (suitable to resist temperature) shall be used for
colour bands. The colours for identification colour bands against each service shall
be decided by Engineer-in-charge at site. The payment of Colour Bands shall be
made on the basis of painted area.
1.5. The direction of flow shall be marked by arrows of suitable size and at suitable
intervals as per instructions of Engineer-in-charge.
1.6. Arrow marks of proper size shall be painted, indicating direction of rotation of
rotating equipments, direction of flow near valves etc.
1.7. Pipe lines carrying toxic and hazardous fluids shall be painted with
hazard marking of equal diagonal stripes of golden yellow and black at suitable
intervals.
1.8. The date of painting shall be indicated on the equipment as directed.
Page 13 of 35
1.9. The following surfaces shall not be painted:
1.9.1. Insulated surface of equipments & pipes, except colour coding, wherever
required.
1.9.2. Aluminium, galvanized iron, stainless steel, brass, copper and other
nonferrous material, plastic / plastic coated material, asbestos cement unless
specified otherwise.
1.9.3. Concrete Structures unless specified.
1.9.4. Name plates.
1.9.5. Valve stems, control valve/safety valve springs, shafts or wearing surfaces.
1.9.6. Tags/name plates attached to the equipment/machineries and piping etc.
shall not be painted / removed during painting job. Failing to comply with
above, the contractor may be required to replace the tag/name plate.
1.10. The contractor should provide sufficient number of drop cloth and shall exercise
care to protect all finished surfaces of floors and other work and shall immediately
remove all the spotters and stains/marks from such surfaces. He shall also take care
to avoid falling of paint on the moving element of equipments. Whenever required
by Engineer-in-charge the contractor shall use his own tarpaulins to avoid falling of
paints on finished products or running equipments.
1.11. It shall be responsibility of the contractor to ensure that as and when work is over
the floor and all other things around are cleaned and that no paint or stains are left
anywhere. In particular he will ensure that all glass panels are properly cleaned
after painting.
1.12. The contractor shall daily remove all the waste material as well as the empty
containers, packing cases etc., from work sites. The contractor shall be
responsible for final clearance of the site of work after completion of entire
painting work. In case of non clearance by the Contractor, NFL has a right to
recover the cost of the same from the Contractor.
1.13. The contractor shall deploy/maintain adequate no. of workforce for smooth running
and timely completion of the job.
1.14. All Dimensional Measurements should be properly recorded by the Contractor &
complete Record to be submitted to Engineer In-Charge after completion of the
work.
1.15. Surface Preparation shall be done as per the detail given in Clause No. 8.1: Surface
Preparation.
1.16. Paint Application shall be done as per the detail given in Clause No. 8.2: Paint
Application.
2. Time Schedule:
2.1. Agreement: The Contractor‟s responsibility under this contract will commence
from the date of issue of the Letter of Intent / Work Order. The Tender Documents,
Other Documents exchanged between the Tenderer and NFL, the Letter of
Acceptance and Work Order shall constitute the Contract. The successful Tenderer
shall have to execute an Agreement with National Fertilizers Limited, on a non-
judicial stamp paper of Rs.100.00 at Vijaipur, within 15 (Fifteen) days of date
of issue of the Work Order or start of work whichever is earlier. The cost of
stamp paper shall be borne by the Contractor. The Agreement to be executed will
be in the Agreement Form to be specified by NFL.
Page 14 of 35
2.2. Contractor shall bring in the Paint Material, Metallic Scaffolding Materials,
Personal Protective Equipments etc., as per the detailed List given in Table-3,
within 30 days of issue of LOI / Work Order. Paint shall be procured directly
from the Paint Manufacturer or its Authorized dealer and shall submit original
Invoice and Manufacturer Test Certificate before entry of the material in NFL
factory premises.
2.3. The Contractor shall execute each job against sub work order to be issued by
concerned Engineer-in-charge. The mutually agreed time schedule shall be recorded
on sub work order.
For jobs of critical nature, separate time bound sub-work order will be issued by
Engineer-in-charge. The contractor must adhere to such time schedule.
2.4. Extension of time to the extent the work has been held up will be granted by the
Engineer-in-charge on a request to be made by the Contractor within a period of 7
days from the date of the event necessitating such extensions. The extension of time
allowed by the Engineer-in-charge will be final and binding. No extension of time
shall be given for delay, if the cause of delay is attributable to the contractor.
3. Contractor’s Scope:
3.1 All Tools & Tackles, Hardware and other facilities such as Ladders, Scaffoldings,
Platforms etc. and any other material required for carrying out the job.
3.2 All scaffolding material including erection and dismantling of scaffolding as per site
requirement to carry out the painting works. The scaffolding shall be of steel tubes
only with proper clamping arrangement and Metallic Scaffolding Jali.
Minimum requirement of the scaffolding material is as per Table: 3 / Sr. 19.
3.3 Construction of Store cum office inside the factory premises on the space
provided by NFL.
3.4 Sand Blasting Equipment like Hopper, Mixing Nozzle, Air Hose 30 Meters Single
Length etc as per requirement.
3.5 All Consumables like Sand, Wire Brushes, Emery Papers, Cotton Waste, Paint
Brushes etc.
3.6 Personal Protective Safety Equipments like Safety Helmets, Safety Goggles, Face
Shields, Full Body Harness Safety Belts, Hand Gloves etc.
3.7 Supervision of job shall be in Contractor‟s scope. However, a close liaison shall
be maintained with the NFL‟s Engineer In-Charge for day-to-day progress of the
job.
3.8 To & fro Local Travelling of their staff and workers from work site to their place
of stay.
3.9 Shifting of material, including scrap, from Central Stores to Site & vice versa
3.10 Laboratory Test, if any, shall have to be arranged by the Contractor at his own cost
as directed by the Engineer In-Charge.
3.11 The Contractor shall make all the necessary security arrangements, at his own
cost, for his office & stores, to ensure safety of all equipments / material.
3.12 During monsoon and at other time, it shall be the responsibility of the Contractor to
keep the work site & stores free from water & ingress of moisture at his own cost.
No compensation for any damage due to rain, storm etc., during execution of work,
shall be made by NFL.
Page 15 of 35
4. NFL’S SCOPE:
The NFL shall provide the following required for carrying out the above work:
4.1. Hand Lamp (24V) for Lighting inside the Closed Vessel area as per requirement..
4.2. Air at a pressure of 4 kg/cm2 (g) (Minimum) as per requirement.
4.3. Lodging for Contractor‟s staff and workmen, if required, on chargeable basis,
subject to availability.
4.4. Space inside the factory premises for Store cum Office construction.
4.5. Medical facilities, as available in NFL Hospital, on chargeable basis.
5. Execution of Work:
5.1. The work shall be executed strictly in accordance with the terms & Conditions laid
down in this tender documents such as:
5.1.1. Technical Terms & Condition (Annexure-I)
5.1.2. General Terms & Conditions of the Contract (Annexure-II)
5.1.3. Schedule of Rates (Annexure-III)
5.2. Drawings, documents, details supplied by Engineer-in-Charge from time to time.
5.3. Relevant Indian Standard Specification, codes of practice etc., whether specifically
mentioned in the Tender Document or not. However, a detailed list of Indian
Standard Specification, relevant for the contract is given as Table-1.
5.4. The contractor may have to execute the work in co-ordination with the other
agencies, depending upon the requirement, in order to reduce overall down time.
For such job the detailed program will be conveyed to contractor in advance. You
will execute your work in such a manner so as to cause least interference in the
work of other agencies. No claim, whatsoever shall be entertained as additional cost
for any such conditions by NFL. The Engineer-in-charge will co-ordinate the
activities of the various agencies & the contractor shall adhere to the instructions of
Engineer-in-charge in this regard.
5.5. The contractor will maintain sufficient working staff as well as supervisors. He will
increase the staff adequately depending upon the quantum of job from time to time
and will provide them sufficient tools and consumables etc.
5.6. Work shall be carried out strictly in accordance with the schedule of Rates.
Tenderers shall quote labour supply rates for works as required. These labour
supply rates are meant to cover extra works, if any, which are not covered in item
rates of the “Schedule of Rates”. Labour jobs will be carried out under special
conditions only regarding which separate written instructions will be given by the
Engineer-in-charge.
5.7. If at any time in the opinion of Engineer In-Charge, the Contractor has fallen behind
the Schedule, the Engineer In-Charge may, without any extra cost to NFL, take
remedial measures as required to improve the progress such as but not limited to:
5.7.1. Employ overtime operations.
5.7.2. Increase the number of shifts.
5.7.3. Work on Sundays and holidays.
5.7.4. Increase his resource deployment
Page 16 of 35
The Contractor in such case shall demonstrate the manner as to how he proposes to
adhere to the Schedule and make up the lost time in a period to be specified by
NFL.
6. Mutually Agreed Damages: Adhering to time schedule is of paramount
importance. The contractor shall complete the work within the specified time. In the
event of failure, mutually agreed damages @ 1% of the value of the sub work order per
day or part thereof subjected to maximum of 10% of the value of the sub work order will
be leviable.
7. Tools and Equipments:
7.1 All tools & Tackles, brushes, rollers, spray, blast material and other equipments
whatsoever used shall be suitable for the work in good order and supplied by the
Contractor. Besides above, contractor shall also arrange scaffolding etc. for the job
at his own cost.
7.2 Mechanical mixing shall be used for all paint mixing operation except that the
Engineer-in-charge may allow hand mixing of small quantities at his discretion.
7.3 For blast cleaning and spray painting, compressed air supply shall be made
available by NFL free of cost.
8. Painting Procedure:
8.1. Surface Preparation:
8.1.1. A surface should be cleaned Mechanically either by hand brush / buffing,
emery paper, water cleaning etc. or combination of all above to remove all
rust lose paints, peeled off paints, grease, oil and foreign material on the
surface where paint shall be applied.
8.1.2. The surface should be coated within four hours of surface preparation
operation. In case it is not painted within four hours the same shall be again
prepared before application of paint. It at any surface the paint has badly
peeled off or the surface has got badly corroded the n the contractor shall
completely remove the paint / primer and clean the surface completely as per
good Engineering Practice and Painting Standards.
8.1.3. No sharp scratches or cuts shall be made on the surface from cleaning
operations. In case the primer could not be applied the same day, through
cleaning to be done again the next day and 1st coat of primer to be applied
after taking clearance from Engineer-in-charge.
8.1.4. Special care to be taken to thoroughly clean weld joints, corners, crevices,
bottom portion of pipe lines, base plates of columns, using pneumatic rotary
sanders, rotary wire brushes and special shaped wire brushes so as to
approach difficult to reach areas.
8.1.5. After thorough cleaning of the surface the area is to be got inspected from
Engineer Incharge and clearance may be taken for paint application.
8.1.6. Before 1st coat of primer touching up/Stripe coat is to be applied on all the
badly rusted/pitted surfaces i.e. weld joints, corners, crevices and base plates
of columns etc.
8.2. Paint Application:
8.2.1. Before the application of paints, contractor shall obtain approval from
Engineer-in-charge. Selection of paints for various surfaces & service
conditions, Paint Specification, DFT etc. shall be as per the Guidelines
attached as Table-4 and instruction of Engineer-in-charge.
Page 17 of 35
8.2.2. For the identification of pipelines, the colour code as per Table-2 shall be
used. However, the instruction of Engineer-in-charge in deciding the colour
coding for a particular service pipeline shall be final.
8.2.3. A freshly prepared bare steel surface is particularly liable to rust. The
interval between surface preparation and painting shall, therefore, be as short
as practicable (especially if there is danger of condensation) and in no case
longer than 4 hours. Unless a particular method of application is specified,
Primers and Finish Coats may be applied by brushing, conventional air or
airless spraying or roller coating. Regardless of the method selected, the
equipment or tools for application must be clean and in good workable
condition. The application procedure shall be in accordance with the
recommendation of the paint manufacturer and IS: 1477, Part 2.
8.2.4. Paint shall not be applied in rain, snow, fog or mist or when the relative
humidity is such as to cause condensation on metal surface
8.2.5. Paint shall not be applied when the surrounding air temperature is below 2°
C, nor when temperature is expected to drop to 1° C before the Paint has
dried.
8.2.6. All surfaces shall be perfectly dry before and while being painted.
8.2.7. All ingredients in any container of Paint shall be thoroughly mixed before
use and shall be mechanically agitated continuously during application to
keep the Paint in suspension. Dry pigments, which are separately packed,
shall be uniformly blended into Paints.
8.2.8. Thinner shall not be added to the Primer or Paint (unless required by the
manufacturer's instructions and then only of the type and quantity
recommended subject to maximum of 5%).
8.2.9. Where Two or more Coats of Finish Paint is indicated, they shall be
applied in two different shades to ensure that two or more Coats are
applied. The shade of each coat shall be decided by N.F.L. Engineer-in-
charge.
8.3. Paint Application Method:
In general Painting shall be carried out by hand brush. However, at few areas
painting by Spray Gun or Roller may also be carried out as per the direction of
Engineer-in-charge.
8.4. Paint Thinning and Mixing
All ingredients in any container of paint shall be thoroughly mixed before use and
shall be mechanically agitated continuously during application to keep the paint in
suspension. Dry pigment which is separately packed shall be uniformly blended into
paints.
Thinner shall not be added to the primer or paint (unless required by the
manufacture‟s instructions and then only of the type and quantity recommended)
subjected to maximum 5%.
8.5. Paint Storage
All paints and painting material shall be stored only in such rooms assigned for the
purpose. All necessary precautions shall be taken to prevent fire. The Storage
building shall preferably be separated from adjacent buildings. A signboard bearing
the words “PAINT STORAGE, NO NAKED FLAME” shall be clearly displayed
outside and shall be adequately protected with fire fighting equipment.
Page 18 of 35
9. Inspection and Testing:
9.1. The paint scheme for the work will be as per specifications and standards. All sealed
paint tins brought in for this work should be got approved by Engineer-in-charge
before opening it and applying it anywhere. The brand of paint along with
manufacturer‟s material and test certificates must be submitted to the Engineer-in-
charge before bringing the material inside the factory area for the above work. This
procedure is to be adopted for each batch of paint to be brought at the site. The
supply of paint shall be arranged from any of the following approved manufacturers.
However, the approval of equivalent paints of following selected suppliers shall be
taken from Engineer-in-charge in advance.
9.1.1 M/s Berger Paints
9.1.2 M/s. British Paints
9.1.3 M/s Garware Paints
9.1.4 M/s. Aquolac Paints
9.1.5 M/s Shalimar Paints
9.1.6 M/s Jenson & Nickolson
9.1.7 M/s Asian Paints
9.1.8 M/s Goodlas Nerolac
9.2. Primers, Paints and Thinners must be purchased directly from manufacturers or their
authorized dealers only. All material must accompany the manufacturer‟s test
certificates. All test certificates indicate batch no. correlating with the paint
supplied.
In case such certificates are not available, the Engineer-in-charge may direct the
contractor to have the materials tested in accordance with the relevant IS
specifications at outside laboratories and all costs thereof shall be borne by the
contractor.
9.3. Before procurement of paint, the contractor shall bring the standard shade catalogue
of manufacturer and get it approved from Engineer-in-charge.
9.4. In case of doubt, Engineer-in-charge may ask for additional tests of material(s)
accompanied by manufacturer‟s test certificates. In such an event the contractor
shall have to arrange tests and NFL shall reimburse the costs of these tests to
contractor at actual on production of documentary evidence.
9.5. The surface preparation must be given due considerations, as the life of coated
paints, depends upon the surface preparation. No extra claim whatsoever in this
regards shall be entertained by NFL.
9.6. The work will be inspected by our Engineer In-Charge from time to time as well as
on its completion. The work will have to be completed to the entire satisfaction of
the Engineer-in-Charge. The entire work, covered by this Contract, shall be
subjected to Stage Inspection as given below:
9.6.1 Prior to Painting:
9.6.1.1 Material.
9.6.1.2 Dilution.
9.6.1.3 Surface Preparation.
Page 19 of 35
9.6.2 During Painting:
9.6.2.1 Number of Coatings.
9.6.2.2 Drying Time.
9.6.3 After Completion of Painting:
9.6.3.1 Paint Film Thickness.
9.6.3.2 Finish Colour.
9.6.3.3 Appearance.
9.6.3.4 Identification Mark.
9.7. Dilution of Paint shall be checked to meet the requirements specified by paint
manufacturers.
9.8. Drying duration shall be in accordance with recommendations of paint
manufacturers. Dryness of previous Paint shall be ensured before subsequent
Coating.
9.9. Final inspection shall include measurement of Paint Film Thickness, checking of
Finish and Workmanship. The Thickness should be measured at least at 20 points
and should be as per the specified Thickness. This would exclude Dry Film
Thickness of residual shop Primer, if applied.
9.9.1. The procedure for Paint Dry Film Thickness measurement is as follows:
9.9.1.1. Initial DFT measurement prior to Primer application after Surface
Preparation.
9.9.1.2. DFT measurement after applying each Coat.
9.9.1.3. Final DFT measurement after applying Finish Coat.
9.9.2. The differences of above readings shall be as per the specifications for a
particular Paint. The film thickness shall be within +10% of specified
thickness.
9.10. Tint of Finish colour shall be checked visually. It shall also be checked that the
coated surface are free from any detrimental film irregularities such as lifting,
peeling, crack and non-adherence.
9.11. At the discretion of NFL, the paint manufacturer may also be associated with the
inspection of the paint work to ensure satisfactory application in conformity with
the procedure laid down by them. Any defect pointed out by the paint manufacturer
shall be made good.
9.12. Contractor shall keep records of the Inspection in a register maintained by him
under guidance of Engineer-in-charge. The payment shall be made on the basis of
certification by Engineer-in-charge after proper surface preparation, primer
application and final paint application, after completion of work in respects for
particular section of pipelines/structures etc.
9.13. Contractor shall immediately rectify the defect(s) noticed at any stage of inspection
to the entire satisfaction of Engineer-in-charge, before proceeding next stage. In
case of failure, either contractor has to repeat the complete job or no payment shall
be made to them. Irrespective of the inspection, repair and approval of immediate
stages of, the contractor shall be responsible for making good the defects found
during final inspection and during defect liability period.
Page 20 of 35
9.14. Contractor shall provide thickness measuring instrument (Elkometer), access ladder,
lighting, personnel and any other necessary items, for the purpose of inspection, at
his own cost.
9.15. The stores of the Contractor can be inspected by Engineer In-Charge or his
authorized representative for any such materials which are not brought inside and
these shall be considered as not the property of Contractor. No tools & tackles shall
be removed from the site without prior permission of Engineer In-Charge.
9.16. The Contractor shall ensure expert technical service at site from the paint
manufacturer immediately, as and when required by the Engineer-in-charge free of
cost and without any obligation.
10. Measurement of work:
10.1. All measurement shall be in metric system. All the works in progress will be jointly
measured by the representative of Engineer-in-charge and the contractor‟s
authorized agent, as per the relevant standard/method outlined in the special,
General Terms & Condition of the contract. Such measurement will be got recorded
in measurement book by the Engineer-in-charge or the authorized representative
and signed in token of acceptance by contractor or his authorized representative.
10.2. 20% counter checking of the measurement shall be carried out by one of NFL‟s
concerned senior officer.
10.3. Piping:
10.3.1. Payment will be made on linear measurement along with the centreline
through Flanges, Valves and all types of fittings.
10.3.2. Rates of paintings of pipes shall be inclusive of all types of Valves
(including Instrument Control Valves), all types of pipe supports
(including guide, shoes, saddles, clamps etc., and all types of fittings. No
separate measurement for the purpose of payment will be made on
providing Colour Bands, Hazard Signs, Fluid Description, Line Number,
Arrows etc. and the rate quoted for painting shall be inclusive of all these
costs.
10.3.3. In the case of insulated pipes and non-ferrous pipes etc. which will not
require complete painting, the measurement shall be made only for the
length of section including valves, flanges and fittings on which ground
colour is applied. No separate measurement for payment shall be made
for applying colour bands above the ground colour. For the purpose of
payment nominal pipe size for insulated pipes will mean diameter
outside insulation.
10.4. Steel Structure / Gratings:
10.4.1. Measurement for the painting work executed on Steel structure shall be
made in Squire Meter of the structure painted.
10.4.2. Welds, Bolts, Nuts, Washers etc. shall not be measured and the rates quoted
shall be inclusive of painting such item.
10.5. Vessels, Tanks, Heat Exchangers etc.:
Measurement for the painting work executed on equipments like Vessels, Tanks,
and Exchangers etc. shall be made on Squire Meter basis. In case of vessels and
Tanks computation shall be based on diameter and length / height without any
addition or subtraction for nozzles attachments, openings etc. and the rates quoted
will be deemed to include the necessary allowance for the same. The rate quoted for
Page 21 of 35
painting of equipment will be deemed to include cost for provision for identification
marks like Equipment Number, Name Hazard marking, if any and no separate
measurement for payment will be made for these works.
10.6. In case of build up sections like steel boxes consisting of channels welded face to
face, where painting is not possible on the inside, corresponding deduction for the
area not painted shall be made while measuring the quantity. Also in case of other
structures like angles, beams, channels etc. where painting is not possible on the
inside, corresponding deduction for the areas not painted shall be made while
calculating the total quantity.
10.7. Supporting structure shall not constitute the part of platform.
10.8. Bunkers, Transformers etc.:
For Bunkers, Transformers etc. having irregular shapes, payment shall be
specifically defined in the Schedule of Rates or wherever this is not defined, the
payment shall be made on the basis of squire meter of the surface painted. The
measurement of which shall be taken on the basis of overall dimensions. No extra
payments shall be made for any attached structures / projected parts separately and
the rates quoted will be deemed to include necessary allowance for the same.
10.9. Moving Machineries (Pumps, Motors, and Compressors etc.)
For Moving Machineries having irregular shapes, payments shall be specifically
defined in Schedule of Rates or wherever it is not defined, the payment shall be
made on the basis of the squire meter of the surface painted. The area for painting
shall be calculated on the basis of minimum box measured in three point i.e.
elevation on the basis of minimum box and top view. The total area to be painted
shall be as = 2A + 2B + 2C, where area in elevation is A, area in side view is b &
area in top view is C.
Page 22 of 35
Table 1: Reference Codes & Standards:
Sr. Standard No. Standard Nomenclature
1. IS: 5 Colour for ready mixed paints
2. IS: 101 Methods of test for ready mixed paint and
enamels
3. IS: 150 Specification for ready mixed paint, brushing,
bituminous black lead free acid, alkali, water
and heat resisting for General Purposes.
4. IS: 1477 Part 2 Codes of practice for painting
5. IS: 2074 Specification for ready mixed paint, Red Oxide
Zinc Chromate Primer
6. IS: 2339 Aluminium Paints
7. IS: 363 Ready mixed paint, exterior, General purpose
8. IS: 2379 Colour codes for Pipelines.
9. Swedish Standard
No.: 05-5900:1967
This standard contain photographs of various
standards on four different degrees of rusted
steel and as such is preferable for inspection
purpose.
Page 23 of 35
Table 2: Colour Codes for Pipe Lines as per IS: 2379
Sr.
No.
Service Ground colour First Band Second Band
Colour IS
No.
Colour IS
No.
Colour IS
No.
1 Ammonia Gas/Liquid Dark Violet 796 ---- ---- ---- ----
2 Nitrogen Canary Yellow 309 Black ---- ----
3 Synthesis Canary Yellow 309 Signal Red 537 Black
4 Carbon dioxide Canary Yellow 309 Light Grey 631 ---- ----
5 Fuel Gas Canary Yellow 309 Signal Red 537 White
6 Hydrogen Canary Yellow 309 Signal Red 537 French Blue 116
7 Process Gas Canary Yellow 309 Signal Red 537 White
8 Natural Gas Canary Yellow 309 Signal Red 537 Light Grey 631
9 Process Air Sky Blue 101 Signal Red 537 French Blue 116
10 Instrument Air Sky Blue 101 ---- ---- ---- ----
11 Instrument Air Wet Sky Blue 101 Signal Red 537 White
12 Service Air Sky Blue 101 Signal Red 537 Brilliant
Green
13 Cooling Water Sea Green 217 French Blue 116 ---- ----
14 Service Water Sea Green 217 French Blue 116 White
15 Sweet Cooling Water Sea Green 217 Black ---- ----
16 Ammonia Water Dark Violet 796 Canary Yellow 309 Light Grey 631
17 D.M. Water Sea Green 217 Signal Red 537 ---- ----
18 Drinking Water Sea Green 217 French Blue 116 Signal Red 537
19 Boiler Feed Water Sea Green 217 ---- ---- ----
20 Process Condensate Sea Green 217 Canary
Yellow
309 ---- ----
21 Steam Condensate Sea Green 217 Canary
Yellow
309 French Blue 116
22 Raw Water Sea Green 217 White ---- ----
23 Effluents Water Sea Green 217 French Blue 116 Black
24 Boiler Blow Down Sea Green 217 Signal Red 537 French Blue 116
25 Steam Low Pressure Silver Grey 628 French Blue 116 ---- ----
26 Steam Medium
pressure
Silver Grey 628 White ---- ----
27 Steam High Pressure Silver Grey 628 Signal Red 537 ---- ----
28 Seal Oil Light Brown 410 French Blue 116 ---- ----
29 Governor Oil Light Brown 410 White ---- ----
30 Lubrication Oil Light Brown 410 Light Grey 631 ---- ----
31 HPC Mixture Terra Cota 444 ---- ----
32 Hydrazine Dark Violet 796 Canary
Yellow
309 ---- ----
33 Phosphate Dark Violet 796 Light Grey 631 Canary
Yellow
309
Page 24 of 35
Table 3: Material Required Before Start of the Painting Work (All the
Paint materials shall confirm our NIT Annexure-I/Table: 4)
Sr. Paint Description Qty. (in Litres)
1 High Build Zinc Phosphate Primer 1000
2 High Build Chlorinated Rubber Light Grey 1000
3 High Build Chlorinated Rubber Dark Grey 1000
4 High Build Chlorinated Rubber Golden Yellow 200
5 Superior Quality Synthetic Enamel Paint Sea Green 300
6 Superior Quality Synthetic Enamel Paint Sky Blue 100
7 Superior Quality Synthetic Enamel Paint P.O. Red 200
8 Superior Quality Synthetic Enamel Paint Leaf Brown 100
9 Superior Quality Synthetic Enamel Paint Violet 20
10 Red Oxide Zinc Chromate Primer 500
11 Oleoresinous Aluminium Paint confirming to
IS:2339 suitable up to 200 deg C
200
12 Heat Resistant Silicon resin Aluminium Paint
suitable up to 500 deg C
60
13 Epoxy based Zinc Phosphate Primer 300
14 High Build Epoxy Paint Light Grey 500
15 High Build Epoxy Paint Dark Grey 500
16 High Build Coaltar Epoxy Paint 500
17 Full Body Harness Safety Belts 20 Nos.
minimum
18 Safety Helmets 40 Nos.
minimum
19 Scaffolding Materials with required clamps
(only Metallic Scaffoldings shall be used)
Minimum 100
Nos. Metallic
Scaffolding
Pipes of 6 mtrs.
length each &
25 Nos. Metallic
Scaffolding Jali
20 Scrapper Patti, Wire Brushes, Emery Papers, Cotton
Cloths, Paint Brushes and other Cleaning Tools
In sufficient
quantity
Page 25 of 35
Table 4: Selection and Application of Protective Coating - Primers & Finish Paints shall confirm to the following Specification:
1. Alkyd High Build Zinc Phosphate Primer
Composition - Modified alkyd medium with zinc phosphate pigments.
Application - Brush or Airless Spray. Film Thickness - 40-50 microns per dry coat. Drying time - Hard dry - Overnight Recoating - 24 hrs. 2. Red Oxide Zinc Chromate Primer
Type - Single pack Air Drying Composition - Modified alkyd primer with zinc chromate pigment. Application - By brush Film Thickness - 25-35 microns per dry coat Drying time - 4 - 6 hours. Recoating - 16 hours. 3. Epoxy Based Zinc Phosphate Primer Composition - Catalyzed epoxy resin/zinc phosphate Application - Airless spray, Air spray or Brush. Film Thickness - 35 microns per dry coat Recoating - Overnight. 4. Epoxy Based Zinc Rich Primer Composition - Epoxy resin / metallic zinc Application - Brush or Spray. Type - Two component. Mixing Ratio - Base to hardener 3:1 by vol. Pot life - 8 hours. Film Thickness - 40-50 microns per dry coat. Drying time - Surface dry - 2 hours
Hard dry - 8 hours Recoating - Overnight. 5. High Build Chlorinated Rubber Paint
Composition - Plasticized HB chlorinated rubber medium suitably pigmented. Chlorine content - Minimum 15% paint. Application - Brush or Roller. Film Thickness - 50 microns per dry coat. Drying time - Surface dry - 4 hours Hard dry - 8 hours Recoating - Overnight. 6. High build Epoxy Paint
Composition - Epoxy medium suitably pigmented Application - Airless spray, Brush or Air Spray. Type - Two component Mixing ratio - As per manufacturer's recommendation. Film Thickness - 100 microns per dry coat. Drying time - Surface dry - 12hours.
Page 26 of 35
Recoat Interval - 24 hrs min ,72 hrs max. Complete cure - 7 days. 7. Aluminium Paint
Composition - Oleoresinous Aluminium paint confirming to IS:2339 with good light reflection suitable upto 200 deg. C.
Application - Airless spray, Air spray or Brush/Roller. Film Thickness - 12-15 microns per dry coat. Drying time - 8 hours Recoating - Overnight. 8. Silicone Aluminium Paint Composition - Heat resistant silicone resin aluminium pigmented suitable upto 500 deg. C. Application - Airless spray, Air spray or Brush. Film Thickness - 25 microns per dry coat. Recoat interval - Overnight. 9. Synthetic Enamel Paint
Type - Single pack, air drying. Composition - Alkyd medium, pigmented with superior quality pigments. Finish - Smooth & high gloss Recoating interval - Overnight. Drying time - Hard dry - 6 to 8 hours. Solvent - General purpose thinner for air drying finished.
10. High Build Coal Tar Epoxy Paint Composition - Epoxy resin / coal tar blend suitably pigmented. Application - Brush/Airless Spray Film Thickness - 100-125 microns per dry coat. Drying time - Surface dry - 12hours Hard dry - 24hours. Recoatability Min. - 24hours. Max - 5 days. 11. High Build Black Bitumen Paint
Type - Single pack Air Drying Composition - Reinforced Bitumen with Phenolic Resin medium Application - Brush/Roller or Airless spray Film Thickness - 100 to 120 microns per dry coat. Drying time - 24 hours depending on climatic conditions. It may be necessary to allow 48 to 72 hours interval before applying second coat.
Page 27 of 35
Annexure-II
I. GENERAL TERMS & CONDITIONS:
1. Interested Tenderer, after studying all the tender documents carefully, may obtain
necessary clarifications, if any, in writing before tendering. The Contractor should satisfy
himself with the site conditions prevailing at the place of work. Submission of tender
implies that the Tenderer has obtained all the clarifications, required and shall be deemed
to have appraised himself of all the ground conditions at site including weather
conditions. No claim on ground of want of knowledge in this respect will be
entertained. No claim for extra charges consequent upon any misunderstanding or
otherwise will be allowed.
2. The company reserves the right to accept the lowest or any other tender in part or in full or
award parallel contracts or reject all or any of the tenders without assigning any reasons.
3. The following tenders will be liable to summary rejection:
3.1. Tenders submitted by Tenderer who resort to canvassing.
3.2. Tenders, which do not fulfil any of the conditions, laid down in the Tender
Documents or are incomplete, in any respect.
3.3. Tenders not accompanying the required details / Earnest Money.
3.4. Tenders received late / delayed.
3.5. Tenders, which contain uncalled for remarks or any alternative additional conditions.
4. If the Tenderer has relations whether by blood or otherwise with any of the
employees of the NFL, the Tenderer must disclose the relations in the Form of
Declaration attached, at the time of submission of Tender failing which NFL shall
reserve the right to reject the Tender or rescind the Contract.
5. The execution of the work may entail working in all the site and weather conditions and
no extra rate will be considered on this account. The Contractor may have to carry out
the jobs to work round the clock as per our requirement to be decided by the Engineer In-
Charge and the Contractor should take this aspect into consideration for formulating his
rates and quotation. No extra claim / overtime shall be paid on this account.
6. Validity of Contract:
6.1 The contract shall remain valid for a period of 12 (Twelve) months reckoned from the
date of its award. The job can, therefore, be got done any time during the tenure of the
contract. Normally, a Notice of 7 days would be given for starting the job but the
Tenderer should be able to mobilize within 24 hours, if the necessity so arises.
6.2 The contract can further be extended for a period of one year on the same rates,
terms & Conditions, if mutually agreed.
7. Quantum of Job:
7.1. The estimated value of work has been given on the basis of technical assessment
and indicates approximate quantities. However, the Contractor shall have to execute
any or all the jobs depending upon the requirements of the Plant. The rates shall
remain firm for the increased or decreased quantities. However, NFL will not give
any guarantee for minimum billing or minimum quantum of work during the
contract.
7.2. The rate shall remain firm for any increased or decreased quantities.
Page 28 of 35
7.3. If the Contractor is unable to execute the work and any loss is incurred by the
contractor in this respect, it will be to the Contractor‟s account.
7.4. Contractor is supposed to quote for complete items of Schedule of Quantities and
Rates. NFL reserves the right to reject the incomplete tenders.
7.5. NFL reserves the right to interpolate the size of items of work that falls in between
items of lower and higher sizes.
7.6. NFL reserves the right to reject the tender of the party if the quoted rates are not
workable or if there is any deviation from the terms and conditions of NIT.
8. Escalation in Rates: The rates quoted will be firm till the currency of the contract
and will not be subjected to escalation irrespective of any increase whatsoever in labour
or material cost etc. The tenderer shall quote their rates inclusive of all taxes & duties
excluding Service Tax. No request for increase / decrease or inclusion of any taxes shall
be entertained afterwards.
9. Earnest Money Deposit: The Tenderer should make a deposit of Rs. 50,000/- (Rs. Fifty
Thousand only) as Earnest Money Deposit in the form of an A/c. Payee Demand Draft,
drawn on State Bank of India in favour of "National Fertilizers Limited, Vijaipur"
payable at Bavrikhera (Branch Code: 8455). The Earnest Money shall not be accepted
in any form other than specified above. Earnest Money should accompany the tender
in a separate envelope without which tender will not be opened and it will be
considered as rejected.
10. Security:
10.1. Initial Security Deposit (I.S.D.) @ 2.5% of the total contract value including
E.M.D. shall have to be deposited within 30 (Thirty) days from the date of issue
of Work Order.
10.2. Security Deposit (S.D.) @ 7.5% of the bill value shall be deducted from the
Running Bill of the Contractor so as to make the total recovery for Security
Deposit @ 10% (including I.S.D. & E.M.D.) of the gross value of work done.
E.M.D. shall be considered as part of the S.D. Alternatively, Performance Bank
Guarantee from any Nationalized / Scheduled Bank may be submitted for 10% of
the contract value. The Performance Bank Guarantee shall be valid till the expiry of
defect liability period. The Security Deposit shall be refunded after expiry of
Defect Liability / Guarantee Period. No interest shall be paid on E.M.D., I.S.D.
and S.D.
11. Billing Procedure for Works in Progress:
11.1. Measurement and Billing: All measurement shall be in Metric System. All the
works in progress will be jointly measured by the representative of the Engineer In-
Charge and the Contractor‟s authorized agent, as per methods outlined in the
General and Technical Conditions of the contract. Such measurements shall be got
recorded in the measurement book by the Engineer In-Charge or his authorized
representative and signed in token of acceptance by the Contractor or his authorized
representative. The Contractor will submit a bill in approved Performa in
triplicate to the Engineer In-Charge of the work giving abstract and detailed
measurements for the various items executed during a month before expiry of the
1st week of the succeeding month.
11.2. Running Account Payments: All running account payments shall be considered as
advance payment against the final bill payment and not as payments for work
actually done.
Page 29 of 35
11.3. Completion Certificate/Final Bill: The Engineer In-Charge shall normally issue
to the Contractor the completion certificate within one month after receiving an
application thereof from the Contractor after verifying from the completion
documents and satisfying himself that the work has been completed in all respects
in accordance with the instructions, specifications of contract documents. The
Contractor after obtaining the completion certificate is eligible to present the final
bill for the work executed by him. The final bill shall be prepared on the basis of
the final measurements entered in the measurement books / sheets. The final bill
shall be prepared in the prescribed Performa with reference to the total work
covered by the contract. Such bill to be drawn up applying the applicable rates
specified in the schedule of rates to the relative measured quantities. The final bill
shall also include all additional claims of the Contractor and considered as
conclusive. The final bill, complete in all respects, shall be submitted by the
Contractor within one month of the completion of work. No further claim shall be
allowed by NFL after this period
11.4. Final Certificate: Within 15 days of contractors application made after the
expiry of the period of defect liability provided in clause 12 here of satisfaction
of all liabilities of the contractor in respect there of the Engineer-in-charge that
the contractor has performed there obligations in respect of the defect liability
period and until issue of such final certificate, not withstanding issue of completion
certificate or payment of the final bill by NFL.
12. Period of Defect Liability: Tenderer will stand guarantee against the defective
workmanship and premature failure for a period of 12 months from the date of
completion of work. Any damage or defect or other faults that may arise or lie
undiscovered at the time of issue of completion certificate, or appear within defect
liability period after the virtual completion of the work, arising in the opinion of the
owner from material or workmanship not in accordance with the contract, shall upon the
directions in writing of the owner and within such reasonable period specified therein,
shall be rectified by the Tenderer at his cost, most expeditiously or in case of default. In
the even of the contractor failing to rectify the job, NFL reserve the right to get the same
repaired at the risk & cost of the contractor PLUS 25% (twenty five percent)
Departmental charges, and the expenditure so incurred by NFL shall be adjusted towards
the Security Deposit /Performance Bank Guarantee and / or any other dues lying with
NFL. NFL shall be under no obligation to accept / entertain any claim / demand
whatsoever in this behalf. The workmanship guarantee for rectified portion of work
shall commence from the date of rectification for a subsequent period of 12 (twelve)
months.
The Contractor shall be responsible for the proper workmanship and shall not be relieved
of his obligation in this regard just because no objection was raised by NFL during the
progress of work. The decision of the Owner regarding bad workmanship shall be final,
binding and conclusive.
Any defect noticed during the various stages of inspection shall be made good by the
Contractor to the satisfaction of NFL before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, the Contractor shall be responsible for making good any defect found during final inspection and guarantee period.
13. Sub-Contracting: Sub-Contracting of the job will not be allowed without prior
permission of the owner, i.e., NFL, Vijaipur and shall be a ground for the termination of
the contract.
14. If the Contractor fails to fulfil his obligations under the contract, NFL shall have the right
to get the work done by the agency other than the Contractor, at the Risk and Cost of
the Contractor, till the expiry of the period of the contract.
Page 30 of 35
15. Termination of Contract:
If the Contractor is unable to execute the work, any loss incurred by the company in this
respect will be to the Contractor's account. The company may also terminate the
contract after giving a 15 (Fifteen) days notice in writing, if in its opinion; the work
under the contract is not being done to its satisfaction if:
15.1. At any time, the Contractor makes default in proceeding with the work / job with
due diligence and continues to do so after giving in writing a notice of 3 days from
the Engineer In-Charge, or
15.2. If the Contractor persistently disregards the instructions of Engineer In-Charge or
fails to take steps to employ competent or additional staff required or commits
default in complying with any of the terms and conditions of the contract and does
not remedy it or does not take steps to remedy it within 3 days after notice in
writing given to him by the Engineer In-Charge, or
15.3. If the Contractor obtains the contract with NFL as a result of ring tendering or other
non-bonafide methods of competitive tendering, or
15.4. If the Contractor assigns, transfers or sublets or attempts to assign, transfer or sublet
the entire work or any portion thereof without the prior written approval of the
accepting authority, or
15.5. If the Contractor abandons the contract.
15.6. If the Contractor becomes bankrupt / insolvent.
16. Consequences of Termination: If the contract is terminated by NFL for the reason
detailed under clause 15 or for any other reason whatsoever:
16.1. NFL reserves the right to get the work completed at the risk and cost of the
Contractor and to recover from the Contractor any amount by which the cost of
completing the work by any other agency exceeds the value of the contract, without
prejudice to any other remedies/rights/claims etc. that may be available with NFL.
16.2. Security Deposit/Performance Bank Guarantee Bond submitted by the contractor
shall stand forfeited.
16.3. The contractor shall have no right to claim any compensation for any loss sustained
by him by reason of his having entered into any commitment or made any advances
on account of or with a view to the execution of the works, or on account of
expected profits.
16.4. All the dues payable to the contractor for the work executed by him before and up to
termination shall only be released after making adjustments for the expenses,
charges, damages and expected losses etc. incurred by NFL as a consequence of the
termination of the contract.
17. Terms of Payment:
17.1. Payment against receipt of material: 60% of the value of the materials
procured by the contractor will be paid against Hypothecation bond and Insurance
Cover after receipt of material at site and after inspection and certification by NFL
Engineer-in-charge. This amount shall be recovered proportionately as per the
certification by NFL Engineer-in-charge from the running bills submitted by the
contractor. Any outstanding amount shall be recovered from the final bill.
17.2. Payment against the running bills: 90% payment shall be made through Electronic
Mode after making necessary recoveries for Income Tax, Sales/Works Tax,
Mutually Agreed Damages etc as applicable from time to time, including any
amendment or modification thereof., against submission of Bill after completion of
Page 31 of 35
the work and balance 10% shall be retained as Security Deposit as per clause 11 (in
case of non submission of PBG), which shall be paid after expiry of the Defect
Liability / Guarantee Period as per Clause-11. Such payments will be made in full
within 30 days of receipt of bill complete in all respects.
17.3. The following information shall be furnished and put in the second envelop
marked as Un-price Bid. The may be furnished along with the Tender:
17.3.1. Acceptance for release of payment by ECS / EFT from our Bank, i.e., State
Bank of India, Bavrikhera Branch, Branch Code: 8455, N.F.L. Complex,
Vijaipur-473 111, Dist. Guna, Madhya Pradesh.
17.3.2. The details of Tenderer's Account Number in any Branch of State Bank of
India.
17.3.3. Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the
Tenderer's Bank.
18. Tax Deduction at Source: Statutory deduction on account of Income Tax / Works Tax
& other Taxes on Works Contracts shall be made from the bill of the Tenderer at the
prevailing rates, as per Income Tax Laws / Commercial Tax Laws of M.P. at the time of
release of payment to the Tenderer.
19. Income Tax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the
new series Permanent Account Number allotted by the Income Tax Authorities in his Tender.
20. Service Tax: The tenderer shall indicate separately the portion of the taxable
services (Percentage of Service Component in the quoted rates) on which Service Tax
shall be payable by NFL and the portion of the exempted services (Percentage of Material
Component in the quoted rates) representing value of goods sold to NFL, for which
necessary documentary proof shall be available with the tenderer.
The amount of Service Tax shall be reimbursed by NFL on submission of the
documentary evidence of the payment thereof. The tenderer must mention Service Tax
Registration/Service Tax code and the Accounting code in the invoice/receipts. The
tenderer shall indicate the Service Tax rate in his offer. Any variation in the rate shall be
to NFL‟s account during contractual period only.
21. Engineer In-Charge: The Engineer In-Charge shall have general supervision and
direction of the work. He has authority to stop the work whenever such a stoppage may
be necessary to ensure the proper execution of the contract. He shall also have authority
to reject all work, direct the application of forces to any portion of the work as, in his
judgment, is required and order force increased or diminished and to decide disputes
which arise in the execution of the work. The Engineer In-Charge reserves the right to
suspend the work or the part thereof at any time and no claim whatsoever on this account
will be entertained. In case of any dispute the Contractor may appeal to the Engineer In-
Charge whose decision shall be final and binding. The decision of the Engineer In-
Charge of National Fertilizers Limited shall be final in regard to all matters relating
to this Tender including for determining the category of work with reference to
material of an item not mentioned in the Scope of Work.
22. The Contractor may employ such employees / labourers, as he may think fit. Such
employees would be employees of the Contractor for all purpose whatsoever and shall
not be deemed to be in the employment of NFL for any purpose whatsoever. The
Contractor shall adhere to all the Laws, Rules and Regulations that may be in force from
time to time concerning the employment or service conditions of its employees. If under
any eventuality whatsoever, NFL is held liable or responsible in any manner whatsoever
for the default or omission on the part of the Contractor in abiding by the aforesaid Rules,
Regulations & Laws or held liable or responsible to the employees of the Contractor in
Page 32 of 35
respect of any matter whatsoever, and called upon to make payment on that account, the
Contractor shall reimburse NFL for the same as also any other expenses, costs & charges
incurred by NFL in any proceedings or litigation arising out of any claim, demand or act
on the part of the Contractor. NFL shall be entitled to claim damages or compensation
from the Contractor in that event. NFL shall also be entitled to recover the aforesaid
amount from the money that may become due and payable to the Contractor.
23. Contractor to Remove Unsuitable Employees: The Contractor shall, on instruction of
the Engineer In-Charge, immediately remove from the work any person employed
thereon who misbehaves or causes any nuisance or otherwise in the opinion of the
Engineer In-Charge is not a fit person to be retained on the work and such person shall
not be again employed or allowed on the works without the prior written permission of
the Engineer In-Charge.
24. The Contractor shall be liable to the company for any Omission or Commission on his
part or on the part of his employees causing any loss, damages or inconvenience to the
plant/company. It is understood by the Contractor that in the event of any losses/damages
caused to the owner due to the reasons whatsoever within his control and the same
losses/damages are proved, the Contractor shall make good all the consequential
losses/damages to the owner without any protest & demur. These losses/damages shall
be apart from other claims/damages to which the owner is entitled under the contract or in
the course of law.
25. Loss to Plant during Execution: Any damage or loss caused to plant equipment etc.
during execution of this contract by the Contractor‟s employees will be made good by the
Contractor at his own cost and risk.
26. The Contractor shall pay the wages to the workmen directly without the intervention of
any Jamadars or Thekedars and the Contractor shall ensure that no amount by way of commission or otherwise is deducted or recovered by Jamadars from the wages of workmen.
27. The Contractor shall ensure that the payment of the minimum wages to the labourers,
specified by the government from time to time, has been made in accordance with the
Minimum Wages Act. Upward revision of Minimum Wages from time to time shall
be deemed to be inbuilt in the quoted rates of the Contractor. If at any time, it is
noticed or it comes to the knowledge that the payment, to the labourers employed by the
Contractor, is not made in accordance with the Minimum Wages Act, NFL shall reserve
the right to take remedial action to regulate the payments.
28. The Contractor shall comply with the provisions of Contract Labour (Regulation &
Abolition) Act 1970 and rules framed there under & amended from time to time.
29. In case of non compliance with any of the conditions / provisions contained in E.P.F. Act
1952 as amended from time to time, NFL reserves the right to provisionally retain 24% of
the Contractor's payment towards employees‟ and employer's contributions, which may
be released only on verification of Challan by Engineer In-Charge for deposit of PF
Contribution.
30. Provident Fund Account Number (PF A/c. No.): The Contractor shall mention the
Account Number allotted by the Provident Fund Authorities in his Tender as per statutory
requirements.
31. The Contractor shall abide by all the Acts / Labour Laws related to PF, Wages, Holidays,
Leaves, and Overtime etc. The Contractor is required to comply with all statutory
provisions, from time to time, during the tenure of the contract.
32. Workmen Compensation / Insurance
32.1. In every case in which by virtue of the provision of Section 12, sub-section I of the
Workmen Compensation Act 1923 or any other law for the time being in force,
Page 33 of 35
NFL is obliged to pay compensation to a workman employed by the Contractor in
execution of the work, NFL will recover the amount of the compensation so paid
from the Contractor‟s bill.
32.2. The Contractor will be solely responsible for any liability to his workers in respect
of any accident, injury arising out of and in the course of contractor‟s employment.
To meet his aforesaid obligations under the Workmen Compensation Act, the
Contractor will obtain Cover Note under Workmen Compensation Policy from
an Insurance Company in respect of persons employed by him for carrying out
his work and obligations under the agreement. The premium payable for the
aforesaid Insurance Policy shall be borne by the Contractor. The Contractor shall
ensure that the said Insurance Policy remains valid till the expiry of the contract.
32.3. Photocopy of this Insurance Cover is required to be submitted by the
Contractor to NFL immediately after the issue of L.O.I./Work Order but
before the start of the work. Payment against the work done will not be released
to the Contractor until and unless photocopy of the Insurance Cover is submitted to
the NFL.
33. The Company will not be responsible for any injury sustained by the workers of the
Contractor during the performance of the above contract, any damage, compensation due
to any dispute between the Contractor and his workers. All liabilities arising out of any
provision of Labour Acts / Enactments hereto in force shall be the responsibility of the
Contractor. Any other expenditure incurred by NFL to face the situation arising out of the
negligence of the Contractor will be recovered from his dues payable by NFL under the Contract.
34. The Contractor shall indemnify and keep indemnified the NFL against all losses and
claims for injuries or damages to any person or property of NFL whatsoever which may
arise out of the consequence of the execution of works either negligently or otherwise and
against all claims, demands, proceeding damages, cost, charges and expenses thereto
whatsoever in respect of or in relation thereto.
35. The Contractor shall at all times keep the NFL indemnified against all claims, damages or
compensation under the provisions of the Payment of Wages Act 1936, Minimum Wages
Act 1948, Equal Remuneration Act 1976, Workman‟s Compensation Act 1923,
Employees Liability Act 1938, Employment of Child Labour Act 1938, Abolition of
Bonded Labour Act and Contract Labour (Regulation & Abolition) Act 1970 or any other
Act regulating the employment of labour by the Contractor.
36. The Contractor shall ensure that all the formalities, required to be completed under the
existing laws of India for and/or in connection with engaging/employment of labourers, have
been fulfilled. NFL shall be under no obligation to accept / admit any claim on this behalf.
37. Alterations, Omissions, Additions Or Substitutions of Work:
37.1. NFL shall have power to make any alteration in, omission from, addition to, or
substitutions for original specifications and instructions which may be considered
necessary, during the progress of work and the Contractor shall carry out the work
in accordance with any instruction which may be given to him in writing duly
signed by the Engineer In-Charge. Such alterations, omissions, additions,
substitutions shall not invalidate the contract and any altered, additional or
substituted work, which the Contractor may be directed to do in the manner above
specified as a part of the work, shall be carried out by the Contractor on the same
conditions in all respects on which he has agreed to do the main work.
37.2. If the rates for additional, altered or substituted work are specified in the contract for
the work, the Contractor is bound to carry out the additional, altered or substituted
work at the same rates as per specifications in the rate contract for that work.
Page 34 of 35
38. Preservation of Free Issue Material: All materials issued to the Contractor by the
Owner shall be preserved against deterioration and storage while under Contractor's
custody. Any damage / losses suffered on account of non-compliance with the
requirement stipulated herein shall be considered as losses suffered due to willful
negligence on the part of the Contractor and he shall be liable to compensate NFL for the
losses suffered at penal rates to be determined by the Engineer In-Charge with reference
to the rates charged for the purpose of recovery and shall be final and binding on the
Contractor.
39. Handling during Execution: The parts supplied for installation / scaffolding material for
execution of job shall be handled with utmost care. Any damage or loss caused to items
during shifting / execution of this contract by the Tenderer will be made good by the
Tenderer at his own cost and risk.
40. Safety Regulations: The Contractor shall observe and abide by all the Fire and Safety
Regulations of the NFL. Before starting maintenance work, the Contractor shall consult
NFL's Safety Officer or the Engineer In-Charge, if the Safety Engineer is not available,
and familiarize himself with such regulations, copies of which will be furnished to him by
NFL, when requested. He shall be responsible for and must make good, to the
satisfaction of the NFL, any loss or damage due to fire to any portion of the work to be
done under this agreement or to any of the NFL's existing property.
All the accidents to Contractor's staff will be reported to the Safety Officer
promptly. This will, however, not relieve the Contractor of any other statutory
obligations. The Contractor shall not undertake any hot job without Safety Work Permit.
He has to maintain First Aid Box in his office. Also necessary Safety Personal
Protective Equipment like Helmets, Hand Gloves, Face Shields, Full Body Harness
Safety Belts etc. are to be provided to his workmen by the Contractor. However,
Special Safety Equipment required as per the job requirement will be provided by NFL
free of cos
41. Force Majeure: The terms and conditions mutually agreed upon with respect to this
agreement shall be subject to Force Majeure. Neither the Contractor nor NFL shall be
considered in default in the performance of their obligations contained therein, if such
performance is prevented or delayed or restricted or interfered with by reason of War,
Hostilities, Revolution, Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone,
Wind, Flood, Earthquake, Regulation or Ordinance or Requirement of any Government
or any Sub-Division thereof, or Authority or Representative of any such Government and
/ or due to Technical Snag/Reasons, or any other Act whatsoever, whether similar or
dissimilar to those enumerated, beyond reasonable control of the parties hereto, or
because of any Act of God. The party so affected, upon giving prompt notice to the other
party, shall be excused from such performance to the extent of such prevention, delay,
restriction or interference for the period it persists, provided that the party so affected
shall use its best efforts to avoid or remove such causes of non-performance, if possible,
and shall continue performance hereunder with the utmost despatch whenever such
causes are removed. Should one or both parties be prevented from fulfilling their
contractual obligations by a state of Force-Majeure lasting continuously for a period of
three months, the two parties to the contract shall meet and decide about the future course
of action for implementation of the contract.
42. Settlement of Disputes:
All disputes or differences of any kind, whatsoever arising out of or in connection with
the CONTRACT, whether during the progress of the work or after its completion and
whether before or after termination of the CONTRACT, shall be referred by the
Contractor to NFL and NFL shall within a reasonable time after such representation,
make and notify his decision(s), thereon, in writing. The decision, directions and
Page 35 of 35
certificates with respect to any matter, as is especially provided for by these conditions,
given and made by NFL shall be final and binding upon the Contractor. In case the
decision of NFL is not acceptable by the Contractor, he can resort to the remedies
available to him under the Contract i.e. Arbitration. However, if the final bill is signed by
the Contractor as „Accepted‟ in full and final settlement thereof, no dispute raised
thereafter shall be valid.
43. Conciliation & Arbitration:
43.1. “ Except where otherwise provided in the contract all matters, questions, disputes or
differences whatsoever, which shall at any time arise between the parties hereto,
touching the construction, meaning, operation or effect of the contract, or out of the
matters relating to the contractor breach thereof, or the respective rights or liabilities
of the parties, whether during or after completion of works or whether before or
after termination shall after written notice by either party to the contract be referred
to the arbitration of Designated Unit Head / E.D / Functional Director / Chairman &
Managing Director, National Fertilizers Limited or his / her nominee.
The Arbitration & Conciliation Act, 1996 or any statutory modification or re-
enactment thereof and the rules made there under shall govern the Arbitration
proceedings.
The Contractor hereby agrees that he shall have no objection if the arbitrator so
appointed is an employee of NFL and he had to deal with the matter to which the
contract relates and that in the course of his duties as such he has expressed his
views on all or any of the matter in dispute or differences.
If the arbitrator, to whom matter is referred, vacates his / her office by any reason
whatsoever then the next arbitrator so appointed by the authority referred above may
start the proceedings from where his predecessor left or at any such stage he may
deem fit.”
43.2. It is agreed by and between the parties that in case a reference is made to the
Arbitrator or the Arbitral Tribunal for the purpose of resolving the disputes /
differences arising out of the contract by and between the parties hereto, the
Arbitrator or the Arbitral Tribunal shall not award interest on the awarded amount
more than the rate of SBI PLR / Base Rate as applicable to NFL on the date of
award of contract.
The venue of arbitration proceedings shall be at GUNA (M. P.).