Upload
lelien
View
224
Download
1
Embed Size (px)
Citation preview
page 1 of 2
Due Date/Time : 05.02.2014 / 15 hrs
Opening Date/Time: 05.02.2014 / 16 hrs
ONLY APPROVED VENDORS
TO WHOM ENQUIRY IS SENT BY POST NEED RESPOND.
OTHERS CAN VISIT OUR WEBSITE FOR VENDOR
REGISTRATION
India 000000
REQUEST FOR QUOTATION
RFQ NO. 6000009656/1171/32059B
RFQ DATE : 16.01.2014
Dear Sirs,
We shall be grateful to receive your quotation in duplicate for the supply of the under mentioned articles subject to our
standard terms and conditions attached herewith. Quotations indicating price, terms of delivery, detailed specification,relevant
drawings, pamphlet and literature wherever applicable shall reach us on or before the due date and time stipulated above.
SL.No. MATERIAL CODE & DESCRIPTION UNIT QTY.
1 06064400
Quotation in all inclusive rate in two bid system for the supply, transportation,
unloading, erection. performance testing, commissioning of ONE NUMBER
LUBRICATED SCREW COMPRESSOR as per specification and terms and
conditions given Annexures given below:
ANNEXURE I - TECHNICAL SPECIFICATION
ANNEXURE IA - TECHNICAL CHECKLIST
ANNEXURE II - ADDITIONAL TECHNICAL REQUIREMENTS
ANNEXURE IIA - AGREEMENT FROM VENDOR
ANNEXURE IIB - SPECIAL INSTRUCTIONS FOR TWO BID SYSTEM
ANNEXURE IIC - PRE QUALIFICATION CRITERIA
ANNEXURE IID - CHECKLIST FOR PRE QUALIFICATION
ANNEXURE III - GENERAL TERMS AND CONDITIONS
ANNEXURE IIIA - LABOUR LAWS RELATED TO WORK
ANNEXURE IIIB - LABOUR LAWS - CHECK LIST
ANNEXURE IV - PROFORMA FOR NON-BLACKLISTING
ANNEXURE V - SUB VENDOR LIST
NOTE : A PRE BID MEETING SHALL BE ARRANGED AT 2.30PM ON 22.1.2014.
BIDDERS ARE REQUESTED TO ATTEND THIS MEETING. THE OUTPUT OF THE
MEETING SHALL BE PUBLISHED IN COMPANY WEBSITE WITHIN 3 DAYS FROM
THE DATE OF THIS MEETING. BIDDERS ARE REQUESTED TO GO THROUGH
THE OUTPUT AND QUOTE ACCORDINGLY.
Numbers 1
FOR HINDUSTAN ORGANIC CHEMICALS LTD.
TENDER SPECIFICATION SPECIFICATION VALUE
1 DISCHARGE CAPACITY 632 + 10 % (CFM) @ 7 BARG ( DISCHARGE PRESSURE) / 30oC ( INLET AIR TEMPERATURE)
2 WORKING PRESSURE 7 BARG
3 NO. OF STAGES REQUIRED 2 STAGES
4 COOLING SYSTEM AIR COOLED
5 TYPE ROTARY SCREW
6 DRIVE MOTOR
7 DUTY CONTINUOUS
8 LOAD VARIATIONCOMPRESSED AIR FLOW REQUIREMENT VARIES FROM 40% TO 100 % OF DISCHARGE CAPACITY. CONTROL SYSTEM TO ACCOMMODATE LOAD VARIATION
9 CANOPY / ENCLOSURE WITH ACCOSTIC ENCLOSURE (SEE NOTE)
10 MOUNTING SKID MOUNTED ON SUITABLE VIBRATION MOUNTS
11 AIR DISCHARGE TEMPERATURE ( AFTER AFTERCOOLER) MAXIMUM: AMBIENT + 10 OC
12TESTING OF COMPRESSOR AS PER ISO 1217 & API 619
(SECTION 7)
ALL THE STANDARD TESTS SHALL BE PERFORMED AND ALL DETAILED DRAWINGS /DOCUMENTS / TEST RESULTS SHALL BE FURNISHED AS PER THE STANDARDS SPECIFIED ( ISO1217 & API 619) & TEST VALUES TO BE CONFIRMED AGAINST SPECIFICATION VALUES.
13 AIR TREATMENT / QUALITY AT DISCHARGEISO 8573.1 CLASS - . - . 2 (SOLID PARTICLE TO BE FILTERED THROUGH INLET FILTERS),(WATER / MOISTURE TAKEN CARE BY REGENERATIVE TYPE DECICANT DRIER ALREADY
AVAILABLE WITH HOCL), OIL REMOVAL IN SCOPE OF VENDOR.
13.1COMPRESSOR UNIT SHOULD DELIVER COMPRESSED AIR STRICTLY AS PER ISO 8573.1 WITH FOLLOWING PARAMATERS. (AIR DRIER NOT REQUIRED)
13.2 SOLID PARTICLETO BE FILTERED THROUGH SUITABLE INLET FILTERS ( FILTER MEDIA & MICRON SIZE TO BE GIVEN)
13.3 OIL CONTENT CLASS 2 AS PER ISO 8573.1 CLASS - . - . 2
14 AIR DRIERS (NOT REQUIRED)COMPRESSOR PACKAGE TO BE SUPPLIED WITHOUT AIR DRIER (REGENERATIVE TYPE
DECICANT DRIER ALREADY AVAILABLE WITH HOCL)
ANNEXURE - I
TECHNICAL SPECIFICATION FOR LUBRICATED SCREW AIR COMPRESSOR
Sl NoHOCL REQUIREMENTS
Page 1 of 5
15 POWER SUPPLY
15.1 VOLTAGE 440 V
15.2 PHASE 3 PHASE
15.3 FREQUENCY 50 Hz +/- 5%
16
POWER SUPPLY SOURCE WILL BE PROVIDED BY HOCL AT A
SINGLE POINT NEAR THE MACHINE AS PER LAYOUT. ALL TYPES OF CABLES, CONNECTORS, CIRCUIT BREAKERS ETC REQUIRED FOR CONNECTING HOCL'S POWER SUPPLY TO DIFFERENT
PARTS OF UNIT IS UNDER VENDOR'S SCOPE
VENDOR TO ACCEPT & OFFER
17
17.1 TYPE SQUIRREL CAGE, INDUCTION MOTOR
17.2 EFFICIENCY CLASS ENERGY EFFICIENT
17.3 ENCLOSURE TYPE TEFC
17.4 INSULATION CLASS F
17.5 SPACE HEATING REQUIRED
17.6 DUTY CONTINUOUS
17.7 PROTECTION IP55
17.8 MOUNTING VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.9 MOTOR RPM VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.10 ROTOR TYPE VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.11 FRAME VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.12 MOTOR POWER VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.13 SHAFT POWER VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.14 SPECIFIC POWER CONSUMPTION VENDOR TO SPECIFY
17.15 INPUT POWER VENDOR TO SPECIFY
17.16 SERVICE FACTOR VENDOR TO SPECIFY
17.17 METHOD OF STARTING VENDOR TO SPECIFY
17.18 MOTOR SUB VENDOR SEE ANNEXURE V
18
19 VFD SUB VENDOR SEE ANNEXURE V
20 TESTING OF MOTORALL THE STANDARD TESTS SHALL BE PERFORMED AND ALL DETAILED DRAWINGS /
DOCUMENTS SHALL BE FURNISHED.
MOTOR REQUIREMENT DETAILS
TO MEET THE VARYING DEMAND OF COMPRESSED AIR, THE VENDOR MAY EITHER PROVIDE VARIABLE FREQUENCY DRIVE OR ANY OTHER PROVEN ALTERNATIVES WITH SUFFICIENT DOCUMENTS (INCLUDING PERFORMANCE CURVES / PERFORMANCE CERTIFICATES ETC.) TO PROVE THE QUANTUM OF ENERGY SAVED. THE VFD SHALL BE SUITABLY INTERFACED WITH PLC FOR MONITORING AND CONTROL.
Page 2 of 5
21
21.1 MONITORING AND CONTROL PLC BASED MONITORING AND CONTROL SYSTEMS TO BE PROVIDED
21.2 VIBRATION MONITORING INSTRUMENTS VIBRATION AND AXIAL POSITION TRANSDUCERS AS PER API 670 & API 619
21.3INLET VACUUM, PRESSURE ( BOTH STAGES OF AIR, LUB OIL AND PACKAGE AIR DISCHARGE PRESSURE)
21.4 AIR INLET FILTER DIFFERENTIAL PRESSURE
21.5 OIL FILTER DIFFERENTIAL PRESSURE
21.6TEMPERATURE (INLET AND OUTLET OF INTERCOOLER, AFTERCOOLER AND LUBE OILCOOLER)
21.7 CURRENT
21.8 VOLTAGE
21.9 TRIPS, ITS HISTORY AND ANNUNCIATOR WITH HOOTER FOR WARNING MESSAGE
21.10 RUNNINING HOURS
21.11ENERGY (VENDOR TO PROVIDE ENERGY METER OF SNIEDER MAKE MODEL .NO 6436 WITHRS 485 COMMUNICATION PORT)
22
22.1 PLC
22.2 GUAGES
22.3 TRANSMITTERS
23
23.1 NOISE LEVELMAX 80 DbA, 1 MTR AWAY FROM COMPRESSOR. SUPPLIER TO DEMONSTRATE THE
COMPLIANCE TO NOISE LEVEL.
23.2 THERE SHALL NOT BE ANY EMISSIONS FROM THE UNIT VENDOR TO ACCEPT & OFFER
23.3 THERE SHOULD NOT BE ANY EFFLUENT FROM THE UNIT VENDOR TO ACCEPT & OFFER
23.4 NO HAZARDOUS CHEMICALS SHALL BE USED IN THE UNIT VENDOR TO ACCEPT & OFFER
CONTROLS AND INSTRUMENTATION
INSTRUMENTS FOR MONITORING THE MENTIONED PARAMETERS WITH CONSTANT / ON DEMAND DIGITAL READOUT (LCD DISPLAY) OF THE PARAMETERS
SUB VENDOR LIST FOR INSTRUMENTATION
SEE ANNEXURE V
ENVIRONMENTAL PERFORMANCE
Page 3 of 5
24
24.1
NECESSARY HOSES, CONNECTORS, VALVES, PIPES ETC
REQUIRED BETWEEN COMPRESSOR, INTERCOOLER, AFTERCOOLER, AIR FILTERS, OIL SEPERATORS TO BE SUPPLIED WITH THE EQUIPMENT
VENDOR TO ACCEPT & OFFER
24.2SAFETY PRESSURE RELIEF VALVE FOR INTER-COOLER, AFTER-
COOLER AND OIL COOLER PROTECTION VENDOR TO ACCEPT & OFFER
24.3 DISCHARGE CHECK VALVE (NRV) TO BE PROVIDED. VENDOR TO ACCEPT & OFFER
24.4PULSATION DAMPERS AFTER EACH STAGE TO ENSURE
CONTINUOUS PULSATION FREE AIR FLOWVENDOR TO ACCEPT & OFFER
24.5 GUARANTEE
VENDOR SHALL GUARANTEE THE EQUIPMENT AGAINST ALL DEFECTS IN DESIGN, USE OF
DEFECTIVE MATERIALS OR BAD WORKMANSHIP, FOR A PERIOD OF 12 MONTHS FROM THEDATE OF COMMISSIONING OR 24 MONTHS FROM THE DATE OF SUPPLY WHICHEVER ISEARLIER. DURING THE GUARANTEE PERIOD, ANY SUCH DEFECTS NOTICED SHALL BE SET
RIGHT BY THE VENDOR AT HIS ON COST WITHIN A PERIOD OF ONE WEEK.
24.6
ERECTION/INSTALLATION AND COMMISSIONING OF THE
SAME AND 72 HOURS TEST RUN AT HOCL, AMBALAMUGAL COMPRESSOR HOUSE FOR HAND OVER TO HOCL. THE SCOPE INCLUDES SUPPLY OF COMMISSIONING SPARES & CONSUMABLES.
VENDOR TO ACCEPT & OFFER
24.7
VENDOR TO GIVE THE LIST OF RECOMMENDED MECHANICAL,
ELECTRICAL & INSTRUMENTS SPARES AND CONSUMABLES FOR 10 YEARS OF TROUBLE FREE OPERATION. ITEMISED BREAKUP OF EACH SPARE WITH UNIT PRICE TO BE OFFERED.
VENDOR TO OFFER ( AS PER FORMAT IN ANNEXURE II)
24.8
VENDOR TO PROVIDE MOTOR DRIVEN AUXILLARY OIL PUMP
TO MAINTAIN LUBE OIL PRESSURE WHEN SHAFT DRIVEN OIL PUMP IS OPERATING AT LOWER SPEEDS AND DURING STARTUP.
VENDOR SHALL CONSIDER OR PROVIDE ALTERNATIVES TO MAINTAIN LUBE OIL PRESSURE OVER THE ENTIRE SHAFT SPEEDS.
24.9 FIRST FILLING OF LUBRICATING OIL, GREASE, COOLANTSTO BE PROVIDED AND FILLED BY VENDOR, ONLY SINTHETIC OIL OF REPUTED MAKE WITHMIN LIFE 8000 HRS/ 2 YRS
24.10 ZERO AIR LOSS AUTOMATIC CONDENSATE DRAIN VALVE VENDOR TO SUPPLY
OTHER REQUIREMENTS
Page 4 of 5
25
25.1
25.2
25.3
25.4
25.5
25.6
25.7
25.8
26
26.1
26.2
26.3
26.4
26.5
27 INLET CONDITIONS VENDOR TO CONSIDER & ADHERE TO THE AIR INLET CONDITIONS FOR DESIGNING
27.1 % RELATIVE HUMIDITY 85%
27.2 ELEVATION FROM SEA LEVEL 17 Mtrs
27.3 DRY BULB TEMPERATURE 37 0C
27.4 WET BULB TEMPERATURE 27.8 0C
COMPRESSOR VENDORS MUST ACCOUNT FOR ANY DECREASE IN AIR PRESSURE (DUE TO INLET AIR FILTERS,VALVES ETC) WHILE ESTIMATING THE COMPRESSOR PERFORMANCE)
NOTES
COMPRESSOR PERFORMANCE CALCULATIONS SHALL BE CARRIED OUT (HORSE POWER,SPECIFIC ENERGY CONSUMPTION ETC)BASED ON THE ACTUAL(NOTSTANDARD) CONDITIONS EXISTING AT THE INLET AND DISCHARGE.
VENDOR TO SUBMIT QUALITY ASSURANCE PLAN ( QAP)
PROVISION FOR REMOTE ANNUNCIATION FOR TRIP IS REQUIRED, INSTRUMENTATION CONTROL PANEL SHALL BE SEPARATE FROM ELECTRICAL CONTROL
PANEL AND LAMP TEST PROVISION FOR ELECTRICAL PANEL SHALL BE GIVEN.
THE COMPRESSOR MODEL OFFERED SHALL BE FROM EXISTING REGULAR MANUFACTURING RANGE OF THE MANUFACTURER.
OPERATIONS AND MAINTENANCE COSTS
RENEWAL COSTS
OTHER ANNUAL COSTS
VENDORS HAS TO CARRY OUT THE ADEQUACY CHECK/COMPATIBILITY OF THE EXISTING AIR DRYER WITH THE PROPOSED SCREW COMPRESSOR UNIT.
MICROPROCESSOR BASED OR VFD BASED CONTROL SYSTEMS MAY BE USED.
ACCOUSTIC ENCLOSURE WITH QUICK LATCH PANELS FOR EASY ACCESSIBILITY - HIGH QUALITY STEEL SHEETS DULY TREATED AND POWDER COATED WITHSOUND ATTENUATING MATERIAL TO SUIT TROPICAL WEATHER CONDITIONS WITH FULL OPENING DOUBLE DOORS FOR EASY ACCESS TO SERVICABLE
PARTS. THE PANELS SHALL BE DESIGNED AND CONSTRUCTED FOR QUICK ASSEMBLY AND REMOVABLE AT SITE AS PER THE OPERATION AND MAINTENANCEREQUIREMENTS, SHALL BE PROVIDED FOR PROTECTION FROM RAIN WATER AND TO ENSURE SOUND LEVELS AS PER SPECIFICATION WITH SUITABLE DOORS
AND HANDLE LOCKS. VENTILATION (FOR AIR COOLED COMPRESSORS) AND LIGHTING SHALL BE PROVIDED IN SIDE ENCLOSURE FOR SAFE OPERATION ANDCONVENIENT MAINTENANCE. TOP SIDE PANEL OF THE ENCLOSURE SHALL BE REMOVABLE TYPE FOR OPERATION OF CHAIN PULLEY BLOCK FOR REMOVALAND MAINTENANCE OF EQUIPMENTS.
VENDOR SHALL INCLUDE BUT NOT LIMITED TO THE FOLLOWING COSTS
COST OF EQUIPMENT ( TO BE INCLUDED IN PRICED BID ONLY)
ENERGY COSTS
Page 5 of 5
TENDER SPECIFICATION SPECIFICATION VALUE
OFFERED BY
VENDOR
(YES/NO)
DEVIATION REMARKS
1 DISCHARGE CAPACITY 632 + 10 % (CFM) @ 7 BARG ( DISCHARGE PRESSURE) / 30oC ( INLET AIR TEMPERATURE)
2 WORKING PRESSURE 7 BARG
3 NO. OF STAGES REQUIRED 2 STAGES
4 COOLING SYSTEM AIR COOLED
5 TYPE ROTARY SCREW
6 DRIVE MOTOR
7 DUTY CONTINUOUS
8 LOAD VARIATIONCOMPRESSED AIR FLOW REQUIREMENT VARIES FROM 40% TO 100 % OF DISCHARGE
CAPACITY. CONTROL SYSTEM TO ACCOMMODATE LOAD VARIATION
9 CANOPY / ENCLOSURE WITH ACCOSTIC ENCLOSURE (SEE NOTE)
10 MOUNTING SKID MOUNTED ON SUITABLE VIBRATION MOUNTS
11 AIR DISCHARGE TEMPERATURE ( AFTER AFTERCOOLER) MAXIMUM: AMBIENT + 10 OC
12TESTING OF COMPRESSOR AS PER ISO 1217 & API 619
(SECTION 7)
ALL THE STANDARD TESTS SHALL BE PERFORMED AND ALL DETAILED DRAWINGS /
DOCUMENTS / TEST RESULTS SHALL BE FURNISHED AS PER THE STANDARDS SPECIFIED ( ISO
1217 & API 619) & TEST VALUES TO BE CONFIRMED AGAINST SPECIFICATION VALUES.
13 AIR TREATMENT / QUALITY AT DISCHARGE
ISO 8573.1 CLASS - . - . 2 (SOLID PARTICLE TO BE FILTERED THROUGH INLET FILTERS),
(WATER / MOISTURE TAKEN CARE BY REGENERATIVE TYPE DECICANT DRIER ALREADY
AVAILABLE WITH HOCL), OIL REMOVAL IN SCOPE OF VENDOR.
13.1COMPRESSOR UNIT SHOULD DELIVER COMPRESSED AIR STRICTLY AS PER ISO 8573.1 WITH
FOLLOWING PARAMATERS.
(AIR DRIER NOT REQUIRED)
13.2 SOLID PARTICLETO BE FILTERED THROUGH SUITABLE INLET FILTERS
( FILTER MEDIA & MICRON SIZE TO BE GIVEN)
13.3 OIL CONTENT CLASS 2 AS PER ISO 8573.1 CLASS - . - . 2
14 AIR DRIERS (NOT REQUIRED)COMPRESSOR PACKAGE TO BE SUPPLIED WITHOUT AIR DRIER (REGENERATIVE TYPE
DECICANT DRIER ALREADY AVAILABLE WITH HOCL)
Sl No
HOCL REQUIREMENTS
TECHNICAL CHECKLIST FOR LUBRICATED SCREW AIR COMPRESSOR
ANNEXURE - I A
Page 1 of 5
15 POWER SUPPLY
15.1 VOLTAGE 440 V
15.2 PHASE 3 PHASE
15.3 FREQUENCY 50 Hz +/- 5%
16
POWER SUPPLY SOURCE WILL BE PROVIDED BY HOCL AT A
SINGLE POINT NEAR THE MACHINE AS PER LAYOUT. ALL
TYPES OF CABLES, CONNECTORS, CIRCUIT BREAKERS ETC
REQUIRED FOR CONNECTING HOCL'S POWER SUPPLY TO
DIFFERENT PARTS OF UNIT IS UNDER VENDOR'S SCOPE
VENDOR TO ACCEPT & OFFER
17
17.1 TYPE SQUIRREL CAGE, INDUCTION MOTOR
17.2 EFFICIENCY CLASS ENERGY EFFICIENT
17.3 ENCLOSURE TYPE TEFC
17.4 INSULATION CLASS F
17.5 SPACE HEATING REQUIRED
17.6 DUTY CONTINUOUS
17.7 PROTECTION IP55
17.8 MOUNTING VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.9 MOTOR RPM VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.10 ROTOR TYPE VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.11 FRAME VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.12 MOTOR POWER VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.13 SHAFT POWER VENDOR TO SPECIFY ( TO GIVE DETAILS WHILE QUOTING)
17.14 SPECIFIC POWER CONSUMPTION VENDOR TO SPECIFY
17.15 INPUT POWER VENDOR TO SPECIFY
17.16 SERVICE FACTOR VENDOR TO SPECIFY
17.17 METHOD OF STARTING VENDOR TO SPECIFY
17.18 MOTOR SUB VENDOR SEE ANNEXURE V
18
19 VFD SUB VENDOR SEE ANNEXURE V
20 TESTING OF MOTORALL THE STANDARD TESTS SHALL BE PERFORMED AND ALL DETAILED DRAWINGS /
DOCUMENTS SHALL BE FURNISHED.
TO MEET THE VARYING DEMAND OF COMPRESSED AIR, THE VENDOR MAY EITHER PROVIDE VARIABLE FREQUENCY DRIVE OR ANY OTHER PROVEN
ALTERNATIVES WITH SUFFICIENT DOCUMENTS (INCLUDING PERFORMANCE CURVES / PERFORMANCE CERTIFICATES ETC.) TO PROVE THE QUANTUM OF
ENERGY SAVED. THE VFD SHALL BE SUITABLY INTERFACED WITH PLC FOR MONITORING AND CONTROL.
MOTOR REQUIREMENT DETAILS
Page 2 of 5
21
21.1 MONITORING AND CONTROL PLC BASED MONITORING AND CONTROL SYSTEMS TO BE PROVIDED
21.2 VIBRATION MONITORING INSTRUMENTS VIBRATION AND AXIAL POSITION TRANSDUCERS AS PER API 670 & API 619
21.3INLET VACUUM, PRESSURE ( BOTH STAGES OF AIR, LUB OIL AND PACKAGE AIR DISCHARGE
PRESSURE)
21.4 AIR INLET FILTER DIFFERENTIAL PRESSURE
21.5 OIL FILTER DIFFERENTIAL PRESSURE
21.6TEMPERATURE (INLET AND OUTLET OF INTERCOOLER, AFTERCOOLER AND LUBE OIL
COOLER)
21.7 CURRENT
21.8 VOLTAGE
21.9 TRIPS, ITS HISTORY AND ANNUNCIATOR WITH HOOTER FOR WARNING MESSAGE
21.10 RUNNINING HOURS
21.11ENERGY (VENDOR TO PROVIDE ENERGY METER OF SNIEDER MAKE MODEL .NO 6436 WITH
RS 485 COMMUNICATION PORT)
22
22.1 PLC
22.2 GUAGES
22.3 TRANSMITTERS
23
23.1 NOISE LEVELMAX 80 DbA, 1 MTR AWAY FROM COMPRESSOR. SUPPLIER TO DEMONSTRATE THE
COMPLIANCE TO NOISE LEVEL.
23.2 THERE SHALL NOT BE ANY EMISSIONS FROM THE UNIT VENDOR TO ACCEPT & OFFER
23.3 THERE SHOULD NOT BE ANY EFFLUENT FROM THE UNIT VENDOR TO ACCEPT & OFFER
23.4 NO HAZARDOUS CHEMICALS SHALL BE USED IN THE UNIT VENDOR TO ACCEPT & OFFER
CONTROLS AND INSTRUMENTATION
INSTRUMENTS FOR MONITORING THE MENTIONED
PARAMETERS WITH CONSTANT / ON DEMAND DIGITAL
READOUT (LCD DISPLAY) OF THE PARAMETERS
SUB VENDOR LIST FOR INSTRUMENTATION
SEE ANNEXURE V
ENVIRONMENTAL PERFORMANCE
Page 3 of 5
24
24.1
NECESSARY HOSES, CONNECTORS, VALVES, PIPES ETC
REQUIRED BETWEEN COMPRESSOR, INTERCOOLER,
AFTERCOOLER, AIR FILTERS, OIL SEPERATORS TO BE
SUPPLIED WITH THE EQUIPMENT
VENDOR TO ACCEPT & OFFER
24.2SAFETY PRESSURE RELIEF VALVE FOR INTER-COOLER, AFTER-
COOLER AND OIL COOLER PROTECTION VENDOR TO ACCEPT & OFFER
24.3 DISCHARGE CHECK VALVE (NRV) TO BE PROVIDED. VENDOR TO ACCEPT & OFFER
24.4PULSATION DAMPERS AFTER EACH STAGE TO ENSURE
CONTINUOUS PULSATION FREE AIR FLOWVENDOR TO ACCEPT & OFFER
24.5 GUARANTEE
VENDOR SHALL GUARANTEE THE EQUIPMENT AGAINST ALL DEFECTS IN DESIGN, USE OF
DEFECTIVE MATERIALS OR BAD WORKMANSHIP, FOR A PERIOD OF 12 MONTHS FROM THE
DATE OF COMMISSIONING OR 24 MONTHS FROM THE DATE OF SUPPLY WHICHEVER IS
EARLIER. DURING THE GUARANTEE PERIOD, ANY SUCH DEFECTS NOTICED SHALL BE SET
RIGHT BY THE VENDOR AT HIS ON COST WITHIN A PERIOD OF ONE WEEK.
24.6
ERECTION/INSTALLATION AND COMMISSIONING OF THE
SAME AND 72 HOURS TEST RUN AT HOCL, AMBALAMUGAL
COMPRESSOR HOUSE FOR HAND OVER TO HOCL. THE SCOPE
INCLUDES SUPPLY OF COMMISSIONING SPARES &
CONSUMABLES.
VENDOR TO ACCEPT & OFFER
24.7
VENDOR TO GIVE THE LIST OF RECOMMENDED
MECHANICAL, ELECTRICAL & INSTRUMENTS SPARES AND
CONSUMABLES FOR 10 YEARS OF TROUBLE FREE
OPERATION. ITEMISED BREAKUP OF EACH SPARE WITH UNIT
PRICE TO BE OFFERED.
VENDOR TO OFFER ( AS PER FORMAT IN ANNEXURE II)
24.8VENDOR TO PROVIDE MOTOR DRIVEN AUXILLARY OIL PUMP
TO MAINTAIN LUBE OIL PRESSURE WHEN SHAFT DRIVEN OIL
PUMP IS OPERATING AT LOWER SPEEDS.
VENDORSHALL CONSIDER OR PROVIDE ALTERNATIVES TO MAINTAIN LUBE OIL PRESSURE
OVER THE ENTIRE SHAFT SPEEDS.
24.9 FIRST FILLING OF LUBRICATING OIL, GREASE, COOLANTSTO BE PROVIDED AND FILLED BY VENDOR, ONLY SINTHETIC OIL OF REPUTED MAKE WITH
MIN LIFE 8000 HRS/ 2 YRS
24.10 ZERO AIR LOSS AUTOMATIC CONDENSATE DRAIN VALVE VENDOR TO SUPPLY
OTHER REQUIREMENTS
Page 4 of 5
25
25.1
25.2
25.3
25.4
25.5
25.6
25.7
25.8
26
26.1
26.2
26.3
26.4
26.5
27 INLET CONDITIONS VENDOR TO CONSIDER & ADHERE TO THE AIR INLET CONDITIONS FOR DESIGNING REMARKS
27.1 % RELATIVE HUMIDITY 85%
27.2 ELEVATION FROM SEA LEVEL 17 Mtrs
27.3 DRY BULB TEMPERATURE 37 0C
27.4 WET BULB TEMPERATURE 27.8 0C
AGREED BY VENDOR
OPERATIONS AND MAINTENANCE COSTS
RENEWAL COSTS
OTHER ANNUAL COSTS
VENDORS HAS TO CARRY OUT THE ADEQUACY CHECK/COMPATIBILITY OF THE EXISTING AIR DRYER WITH THE PROPOSED SCREW COMPRESSOR UNIT.
MICROPROCESSOR BASED OR VFD BASED CONTROL SYSTEMS MAY BE USED.
ACCOUSTIC ENCLOSURE WITH QUICK LATCH PANELS FOR EASY ACCESSIBILITY - HIGH QUALITY STEEL SHEETS DULY TREATED AND POWDER COATED WITH
SOUND ATTENUATING MATERIAL TO SUIT TROPICAL WEATHER CONDITIONS WITH FULL OPENING DOUBLE DOORS FOR EASY ACCESS TO SERVICABLE
PARTS. THE PANELS SHALL BE DESIGNED AND CONSTRUCTED FOR QUICK ASSEMBLY AND REMOVABLE AT SITE AS PER THE OPERATION AND
MAINTENANCE REQUIREMENTS, SHALL BE PROVIDED FOR PROTECTION FROM RAIN WATER AND TO ENSURE SOUND LEVELS AS PER SPECIFICATION WITH
SUITABLE DOORS AND HANDLE LOCKS. VENTILATION (FOR AIR COOLED COMPRESSORS) AND LIGHTING SHALL BE PROVIDED IN SIDE ENCLOSURE FOR SAFE
OPERATION AND CONVENIENT MAINTENANCE. TOP SIDE PANEL OF THE ENCLOSURE SHALL BE REMOVABLE TYPE FOR OPERATION OF CHAIN PULLEY
BLOCK FOR REMOVAL AND MAINTENANCE OF EQUIPMENTS.
VENDOR SHALL INCLUDE BUT NOT LIMITED TO THE FOLLOWING COSTS
COST OF EQUIPMENT ( TO BE INCLUDED IN PRICED BID ONLY)
ENERGY COSTS
COMPRESSOR VENDORS MUST ACCOUNT FOR ANY DECREASE IN AIR PRESSURE (DUE TO INLET AIR FILTERS,VALVES ETC) WHILE ESTIMATING THE
COMPRESSOR PERFORMANCE)
NOTES
COMPRESSOR PERFORMANCE CALCULATIONS SHALL BE CARRIED OUT (HORSE POWER,SPECIFIC ENERGY CONSUMPTION ETC)BASED ON THE ACTUAL(NOT
STANDARD) CONDITIONS EXISTING AT THE INLET AND DISCHARGE.
VENDOR TO SUBMIT QUALITY ASSURANCE PLAN ( QAP)
PROVISION FOR REMOTE ANNUNCIATION FOR TRIP IS REQUIRED, INSTRUMENTATION CONTROL PANEL SHALL BE SEPARATE FROM ELECTRICAL CONTROL
PANEL AND LAMP TEST PROVISION FOR ELECTRICAL PANEL SHALL BE GIVEN.
THE COMPRESSOR MODEL OFFERED SHALL BE FROM EXISTING REGULAR MANUFACTURING RANGE OF THE MANUFACTURER.
Page 5 of 5
Page 1 of 2
ANNEXURE II
ADDITIONAL TECHNICAL REQUIREMENTS.
Vendor shall fill in the column marked as “Agreement from vendor” and return the same along with the offer, without which the offer will be considered as incomplete. Data folder (To be submitted along with supply) DOCUMENT REQUIREMENTS Agreement by vendor 1. Data folder with documents listed Sl No. 2 to 18 (6 Hard Copies + 1 Soft Copy) 2. Manufacturer's catalogue with model code no. Manufacturer's technical specification indicating range, material, utility requirements etc. 3. Dimensioned outline drawings 4. Compressor Data Sheet. 5. Performance curves/test certificates of Compressor 6. Operations Manual of the compressor 7.Installation and Maintenance Manual of the compressor 8. Detailed spare parts manual 9. Foundation drawing (Details of vibration mountings) 10. Electrical Control panel / interlock panel drawings (where ever applicable) 11. Electrical Wiring drawings (where ever applicable) 12. VFD Specification, operation, spare parts, Installation and maintenance manual 13. Instrumentation Control panel/interlock panel detailed fabrication drawing. Termination, wiring & power supply drawings Instrument assembly drawing, Instrument specifications & datasheets. 14. Instrument installation diagram (loop schematic diagram) 15. Operation, installation, maintenance, service manual for each instrument 16. Inspection certificates and Material test report 17. List of drawings / documents 18. Guarantee Certificates of compressor, Electrics, Instruments, filters etc. Spares Requirement (As per following table).
Page 2 of 2
SPARES REQUIREMENT
Recommended Spares (including consumables with shelflife) for 10 years of
trouble free operation
Sl No. Part No. Description of Spare
Quantity required
Rate (Rupees)
Amount (Rupees)
TOTAL in Rupees
Add additional sheets if required.
Page 1 of 1
ANNEXURE IIA
Vendors shall fill in the column marked as “Agreement from vendor” and return
the same along with the offer, without which the offer will be considered as
incomplete.
Data folder (To be submitted along with supply)
DOCUMENT REQUIREMENTS Agreement by vendor
1. Data folder with documents listed Sl No. 2 to 18 (6 Hard Copies + 1 Soft Copy)
2. Manufacturer’s catalogue with model code no. Manufacturer’s technical specification indicating range, material, utility requirements etc.
3. Dimensioned outline drawings.
4. Compressor Data Sheet
5. Performance curves/ test certificates of Compressor
6. Operations Manual of the compressor
7. Installation and Maintenance Manual of the compressor
8. Detailed spare parts manual
9. Foundation drawing (Details of vibration mountings)
10. Electrical Control panel/ interlock panel drawings (where ever applicable)
11. Electrical Wiring drawings ( where ever applicable)
12. VFD Specification, operation, spare parts, Installation and maintenance manual
13. Instrumentation Control panel/ interlock panel detailed fabrication drawing. Termination, wiring & power supply drawings instrument assembly drawing, Instrument specifications & datasheets.
14. Instrument installation diagram (loop schematic diagram)
15. Operation, installation, maintenance, service manual for each instrument
16. Inspection certificates and Material test report
17. List of drawings/ documents
18. Guarantee Certificates of compressor, Electrics, Instruments, filters etc.
Page 1 of 2
ANNEXURE - IIB
SPECIAL INSTRUCTIONS FOR TWO BID SYSTEMS
1. MODE OF SUBMISSION OF TENDERS
Tenders should be submitted in two separate sealed covers superscribed in capital
letters as PART- I “ TECHNO- COMMERCIAL BID” & PART-II “PRICE BID” indicating the
tender number, due date and name & address of the tenderer.
2. TECHNO- COMMERCIAL PART SHOULD CONTAIN FOLLOWING DETAILS
a. Technical specification & manufacture’s name.
b. Drawing & Technical Literature.
c. Deviation lists, ( as per attached check lists)
d. Overall size of Air/ Seaworthy packages (L × W × H) and weight of each package
should be indicated.
e. Annexure IA - Technical Checklist - Duly filled & signed.
f. Annexure II - Additional Technical Requirements - Duly filled & signed.
g. Annexure IIA - Agreement from Vendor - Duly filled & signed.
h. Annexure IIB - Special Instructions - Agreed & signed.
i. Annexure IIC - Pre Qualification criteria - Agreed & signed.
j. Annexure IID - Check List for Pre Qualification - Duly filled & signed.
k. Annexure III - General Terms & Conditions - Agreed & signed.
l. Annexure IIIA - Labour laws related to work - Agreed & signed.
m. Annexure IIIB - Labour Laws-Checklist - Agreed & signed.
n. Annexure IV- Proforma for Non Blacklisting- Duly filled & signed.
o. Annexure V - Sub vendor list - Agreed & signed.
p. Copy of unpriced Price bid (Price bid without price)
q. Documentary evidences supporting the clauses in the mentioned annexures to be
furnished.
3. PRICE PART SHOULD CONTAIN FOLLOWING DETAILS
a. Price break- up of each item/equipment. (Price shall be quoted separately for
Equipment, Spares, etc.)
b. The quoted price of each equipment should include the charges for Erection &
Commissioning as required as per the technical specification.
c. Price bid shall be on F.O.R Ambalamugal basis.
4. HOCL reserves the right to alter, modify the scope of supply at their discretion and
consistent with the policy of the Government of India and statutory bodies under them
as applicable to the contract from time to time.
Page 2 of 2
5. The Techno- commercial part alone will be opened initially on the due date of tender.
The price part will be opened only after evaluation of the Techno commercial part. Firms
will be intimated the date of opening of the price part, whose Techno- commercial bid is
acceptable, in due course.
6. The Tender shall ensure that their Agent is not representing any other suppliers for the
same Tender. In other words, Agents are not permitted to represent more than one firm
for a particular Tender.
7. Deviations, if any, in the offer submitted from that of the tender enquiry in any form,
should be clearly furnished also in a separate document titled as “List of Deviations”.
8. Details of optional items, if any, should be indicated under separate heading in the
technical bid and the respective price details should be given in the price bid.
9. After submission of quotation/price opening, no unsolicited correspondence will be
entertained.
10. Clarifications, either technical or commercial, should be submitted to points specially
asked for only. The opportunity so given should not be used for correcting/
changing/amending the date/ conditions already submitted with the tender.
11. Price should be quoted separately for each item. Combining of figures against more
than one item and ambiguous clauses will lead to rejection of the bid.
12. Checklists, technical & commercial, duly filled & signed should be submitted along with
Part-I “Techno- Commercial” bid. Non- receipt of this document may lead to rejection of
the offer.
13. Offers should be clear and unambiguous. Incomplete/ambiguous offer are likely to be
rejected.
14. The bidder shall be the packager of the complete compressed air system proposed and
shall have the single point responsibility for the entire package.
15. The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself all information that may be necessary for preparing the Bid and entering
into a Contract/ Order for the required job. The costs of visiting the site shall be borne
by the Bidder.
Page 1 of 1
ANNEXURE IIC
PRE-QUALIFICATION CRITERIA FOR THE SUPPLY OF LUBRICATED SCREW
COMPRESSOR
1. The Bidder who may be Individual/Proprietary Firm/Firm in Partnership/Limited
Company/Corporation/Joint Venture/Consortium of two or more firms.
2. Vendor shall be an established / reputed manufacturer or their authorised
dealer/agent and shall have sufficient technical and commercial capability to supply of
screw compressor equal or higher capacity as per HOCL requirements.
3. The bidder shall have experience in supply, installation, Performance testing and
commissioning of Similar LUBRICATED SCREW COMPRESSOR as per attached
specification in government / public sector undertakings. (Bidder to submit copies of
purchase orders indicating all technical details to substantiate the above).
4. Vendor must have executed orders of minimum Rs.40 Lakhs of the proposed
contracts for similar items in the last three years.
5. Vendor should have executed at least one order of minimum Rs.10 Lakhs of the
proposed contract for the similar items in the last three years.
6. The Bidder shall submit performance certificates from the clients against their earlier
supplies.
7. The vendor shall submit a solvency certificate of a scheduled bank worth minimum
Rs.5 Lakhs.
8. PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING shall be
attached
9. Documentary evidence for all the above parameters is to be furnished by the bidder
along with the technical bid.
Page 1 of 3
ANNEXURE IID
QUALIFYING REQUIREMENTS TO BE SUBMITTED ALONG WITH TECHNICAL BID
Sl.
No.
Description Acceptance/Submit
ted by Vender
Deviation if
Any
1. Acceptance to technical specifications
as per Annexure I & Technical data
sheet, write up and material safety
and data sheet of the offered
compressor.
2. Acceptance to scope of work/
transportation,errection and
commissioning as per rules mentioned
in Annexure IIIA&IIIB
3. Whether the bidder is an established
/ reputed manufacturer of screw
compressor or their authorized
dealer/agent
4. Whether the bidder have sufficient
technical and commercial capability to
supply of screw compressor equal or
higher capacity as per HOCL
requirements. The bidder shall have
experience in supply, installation,
Performance testing and
commissioning of Similar
LUBRICATED SCREW COMPRESSOR
as per attached HOCL requirements.
5. Copies of Purchase orders as
requested in the tender.
6. Certificate to Quality Management
System(ISO)
Page 2 of 3
7. Acceptance to Payment terms.
8. Whether bidder have executed orders
of minimum Rs.40 Lakhs of the
proposed contracts for similar items in
the last three years.
9 Whether bidder have executed at
least one order of minimum Rs.10
Lakhs of the proposed contract for
the similar items in the last three
years.
10. Whether performance certificates
against their earlier supply furnished.
11. Whether solvency certificate of a
scheduled bank worth minimum
Rs.5 Lakhs is furnished.
12. Whether the proforma of declaration
of black listing/ holiday listing
attached.
13. Whether EMD/Exemption Certificate
is enclosed
14. Acceptance to Performance Bank
Guarantee/ Security Deposit
15. Acceptance to Guarantee Certificate
for 12 months from the manufacturer.
Signature of vendor:
Date:
ANNEXURE III TERMS & CONDITIONS OF TENDER MAT/PUR/32059B/13 dated 14.1.2014 due on
05.02.2014 Page 1 of 3
1.VALIDITY OF OFFER: Offer shall be valid for a minimum period of 60 days from the due date of opening and required to be extended if need arises.
1.SUBMISSION OF BIDS: Bids shall be submitted as per the procedure given below.
Bids shall be submitted under the two bid system (Techno-commercial bid and Price bids)
(a) The Techno- Commercial bid must be enclosed in a sealed cover superscribing on the top left corner’ TECHNO COMMERCIAL BID FOR SCREW COMPRESSOR TENDER NO. MAT/PUR/32059B/13 DT.14.1.2014. Due on 5.2.2014. Technical bid must contain following information failing which bids are liable to be rejected.
(1) Complete technical specification of item with all supporting documents. Commercial terms such as Delivery terms (Delivery period& Terms such as Ex.work/FOR etc), payment terms, EMD details etc.
(b) The price bid must be enclosed in a separate sealed cover superscribing on the top left corner 'PRICE BID FOR SCREW COMPRESSOR- TENDER NO. MAT/PUR/32059B/13 DT.14.1.2014. Due on 5.2.2014. The price bid must contain following details
(1) Price details in item wise (Basic component, accessories, spares recommended etc), taxes and duties applicable (Details of CENVAT invoice offered in case of part ED/CVD),other charges if any etc..
Both the techno-commercial and price bids must be enclosed in a third sealed cover on which must be superscribed on the top left corner,' TECHNO-COMMERCIAL & PRICE BIDS FOR SCREW COMPRESSOR- TENDER NO: MAT/PUR/32059B/13 DT.14.1.2014.Due on 5.2.2014 AT 3.00 PM. Bids as above are to be submitted to Chief General Manager(P & A), HOCL on or before 3 PM on 5.2.2014. Important Note: Any deviations from the General Conditions/Technical specifications mentioned above should be submitted on your letter head mentioning-“ Deviations”. In the absence of such a document it shall be presumed that the offer is strictly as per our requirement/specification and terms and conditions.
TERMS & CONDITIONS OF TENDER MAT/PUR/32059B/13 dated 14.1.2014 due on
05.02.2014 Page 2 of 3
3.EARNEST MONEY DEPOSIT (EMD) : EMD of Rs.15,000/- shall be paid through demand draft favouring Hindustan Organic Chemicals Ltd payable at Ernakulam. EMD shall be enclosed with the TECHNO-COMMERCIAL bid. In the absence of EMD or valid exemption certificate along with the bid, it is liable to be rejected. EMD of successful bidders will be retained by HOCL and will be returned after expiry of contract period. EMD of unsuccessful bidders will be returned within a reasonable period after finalization of the purchase. Vendors exempted from EMD by NSIC need not submit EMD, but they have to submit valid NSIC exemption certificate instead.
i) FORFEITURE OF EMD : EMD shall be forfeited under the following conditions : (1) If after opening the tender, the tenderer revokes his offer within the stipulated period or increases his earlier quoted rates. (2) If the tenderer does not commence work immediately after it is awarded to him.
ii) No interest on EMD will be paid. iii) The EMD of successful tenderer will be adjusted against the Security Deposit.
4. RIGHT TO REJECT A BID : HOCL reserves the right to reject any bid due to reasons such as (a) Vendor not following above bidding procedures (b) Vendor not being technically acceptable to HOCL (c) Not enclosing EMD with the technical bid or EMD paid being lesser than the stipulated amount (d) Vendor not agreeing with the general conditions of the tender. (e) Not enclosing any particular documents asked for and (f) any other valid reason. 5. PRICE: The price quoted shall be inclusive of packing, forwarding, transportation to HOCL Ambalamugal, erection, commissioning & testing. 6. PAYMENT TERMS: 100% payment shall be made within 30 days from the receipt, acceptance and commissioning of material at HOCL site. 7. INSURANCE: HOCL shall arrange the transit insurance. However, the vendor shall promptly inform HOCL regarding despatch for arranging insurance. 8. CENVAT: In case Excise duty is applicable, cenvat documents shall be provided for availing cenvat benefit. In case full CENVAT benefit is not transferred it shall be clearly indicated. 9.TRANSPORTATION: Shall be arranged by the vendor and freight charges shall be quoted in the Price Bid.
TERMS & CONDITIONS OF TENDER MAT/PUR/32059B/13 dated 14.1.2014 due on 05.02.2014
Page 3 of 3 10. LAST DATE OF SUBMISSION OF COMPLETED BIDS : Bids completed in all respects should be submitted to Chief General Manager(P & A), Hindustan Organic Chemicals Ltd, Ambalamugal, Cochin, Kerala as per the procedures mentioned above in the proper format on or before 3 PM on 05.02.2014. 11. OPENING OF BIDS : Technical bids will be opened in the presence of attending bidders at 4.00 PM on 05.02.2014. Technically qualified bidders will be informed regarding the date and time of opening of price bids. 12.DISPUTES : In the event of a contract being executed, all cases of disputes between seller and buyer which are not resolved by mutual consultation, shall be settled through arbitration as per Indian Arbitration & Conciliation Act 1996 or any modification s/law thereof in force from time to time. 13. SECURITY DEPOSIT/PERFORMANCE BANK GUARANTEE : Tenderer whose tender is accepted and given the order shall make a payment of 5% of total value of order towards Security Deposit. EMD paid, if any, shall be adjusted towards Security Deposit. The Security Deposit may be furnished by a Bank Guarantee from any scheduled/Nationalised bank in the prescribed format favouring Hindustan Organic Chemicals Ltd. The Bank Guarantee shall be valid for a period of upto six months from the expiry of contract. 14. PRE-BID MEETING : A Pre-Bid meeting shall be arranged at 2.30 PM on 22.1.2014. Bidders are requested to attend this meeting. The output of the meeting shall be published in company website within 3 days from the date of this meeting. Bidders are requested to go through the output and quote accordingly. 15. PRE-BID INSPECTION AT SITE : Vendors are free to visit HOCL site before submitting the offer for any clarifications, if required. 16. LD CLAUSE : In case of delayed delivery, a penalty of ½% of the price of the goods on arrears per week subject to a maximum of 5% will be levied. 17. The bidder shall attach a list of documents which are enclosed alongwith the quotation. All the pages of quotation shall be numbered and tootal number be given in the first page of quotation.
**************
Page 1 of 2
Annexure –III A
ESI, PF, Labour Law etc. – Applicable for carrying out work at HOCL 1. ESI As per the ESI Act 1948
The Contractor shall enroll all his men deployed for the work in the ESI scheme. Registration for all workmen under ESI scheme is also to be complied with.
2. Safety Regulations and General Conditions of Contract
The Contractor should strictly abide all the safety regulation of HOC specified in GCC. Contractor should obtain necessary safety work permit from authorised officer before starting the work every day, in every shift.
3. Workmen Compensation
It will be your responsibility to meet all claims for compensation under workmen’s Compensation Act 1923. ESI or under any other law in respect of sickness, accidents injury or death suffered by workmen engaged by you for carrying out the work. It shall be the sole responsibility of the contractor to comply with Employee’s State Insurance Act 1948. You will also be responsible and liable in respect of claims for damage to property or persons arising from or in the course of execution of the contract work undertaken by you. You hereby agree that you shall keep HOC fully indemnified in respect of claims under the Workmen Compensation Act and all other claims aforesaid and you shall not under any circumstances raise any dispute with regard to the same.
4. Personal Protective Equipments (PPE)
You are requested to use personal protective equipment such as 1. Safety Helmet 2. Safety belts 3. Welder’s Personal Protective equipment like goggles, gloves, shoes and face shield 4. Goggles and face shield
It is the basic responsibility of the Contractor to provide all the safety gadgets (PPE’s) as mentioned above to all their Supervisors/Workers. And without these PPE’s Contractor will not be allowed to carryout any job, which may please be noted. 5. Labour Laws & Provident Fund
You are requested to possess:
1. A Licence from the Labour Dept. under Contract Labour (Regulation and Abolition) Act 1970.
2. A separate PF Code under the Employee PF Act – 1952 and also furnish details of CPF Contribution payment made with the Regional PF Commissioner.
Page 2 of 2
6. Guidelines to Contractors/Suppliers for Environmental Protection
Contractors/suppliers shall ensure that impact due to the environmental aspects of
goods and services is minimum.
Effluent generated during the activity is to be routed to effluent treatment plant as per the instructions given by the Engineer-in-Charge.
Hazardous waste generated during the activity is to be disposed in accordance with
Hazardous Waste (Management & Handling) Rules as per the instructions given by the Engineer-in-Charge.
All other solid wastes are to be disposed as per the instructions given by the
Engineer-in-Charge.
Avoid leaks and spills to minimise the impact on environment. In the case of any leaks/spills immediately inform Engineer-in-Charge to take appropriate corrective action.
If the item handled falls under hazardous category, please ensure that:
a. Product literature including MSDS/TREM Card etc. accompany the consignment. b. Packing and labeling are in accordance with the requirement of Manufacture,
Storage & Import of Hazardous Chemicals Rules. 7. B. Confined Space Entry If entry into a confined space (like inside entry to columns, heat exchanger shells, vessels,
filters, spheres, bullets, boilers etc.) is a part of the work, contractor should register the name and other details in the register kept for the purpose each time. All safety regulation has to be adhered and permit to be obtained before entering into a confined space. Also after coming out from the confined space, the worker/supervisor has to report to the Engineer-in-Charge each time without fail. Any deviation in this register will not be permitted in any case.
Page 1 of 1
Annexure-III B
Sub: : Labour Laws – Check List
1. Contract Labour (Regulation & Abolition) Act – 1970
Contractor should possess Labor License if he engages more than 19 workers at a time for a particular job.
2. ESI Act 1948
A worker whose wages (excluding Overtime Wage) does not exceed `15,000/- per month will be covered under the Act. Please note that workers can be allowed to work inside the Factory Premises / Township only after completing the following procedures:
a. Those labourers already registered under ESI should submit their ESI card along with a copy.
b. For new cases, the following documents are to be produced for registering under the Act:
1. Registration form duly filled in by the worker concerned.
2. Proof of identity – Address and Age (SSLC / Birth Certificate / Driving License / Passport, etc.)
3. Family photograph – 2 Nos.
c. For those workers whose wages is claimed to be more than `15,000/- per month should
produce the following documents:
1. An undertaking from his employer that his wage is more than `15,000/- per month and he is not required to be covered under ESI Act is to be submitted.
2. A copy of the Personal Accident Policy showing that the worker is covered under the policy.
3. The EPF & MP Act – 1952
a. The concerned worker has to file nomination form
b. If already covered under the Act and Scheme, the related document to be submitted.
4. Interstate Migrant Workmen (Regulation of Employment and Conditions of Service ) Act 1979
The contractor should possess License under this Act, if he engages 05 or more interstate migrant workmen on any day.
~~~~~
Page 1 of 1
Annexure IV
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING
In the case of a Proprietary Concern :
I hereby declare that neither I in my personal name or in the name of my Proprietary
concern M/s._______________________________________________ which is submitting
neither the accompanying Bid/Tender nor any other concern in which I am proprietor nor
any partnership firm in which I am involved as a Managing Partner have been placed on
black list or holiday list declared by any Government Public sector company (CPSU) or any of
the administrative ministries, except as indicated below:
(Here give particulars of blacklisting or holiday listing, and in absence there of state "NIL")
In the case of a Partnership Firm :
We hereby declare that neither we, M/s. _____________________________, submitting
the accompanying Bid/ Tender nor any partner involved in the management of the said firm
either in his individual capacity or as proprietor or managing partner of any firm or concern
have or has been placed on blacklist or holiday list declared by any Government Public
sector company (CPSU) or any of the administrative ministries, except as indicated below :
(Here give particulars of blacklisting or holiday listing and in the absence thereof state "NIL")
In the case of Company :
We hereby declare that we have not been placed on any holiday list or black list declared by
any Government Public sector company (CPSU) or any of the administrative ministries,
except as indicated below:
(Here give particulars of black listing or holiday listing and in the absence thereof state
"NIL")
It is understood that if this declaration is found to be false in any particular, Hindustan
Organic Chemicals Limited or its Administrative Ministry, shall have the right to reject my /
our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.
Place : Signature of Bidder:
Date : Name of Authorised Signatory
Page 1 of 2
ANNEXURE - V
SUB VENDOR LIST
VENDOR LIST FOR TRANSMITTERS
1. M/s Honeywell
2. M/s Emerson
3. M/s ABB
4. M/s Yokagawa
5. M/s Siemens
6. M/s E&H
7. M/s Instrumentation Ltd.
VENDOR LIST PLC
1. M/s Allen Bradly
2. M/s Siemens Ltd
3. M/s ABB
4. M/s Yokagawa
5. M/s Honeywell
Page 2 of 2
VENDOR LIST PRESSURE GAUGES
1. M/s Manometer India
2. M/s Odin India P Ltd
3. M/s General Instrument Consortium.
4. M/s A.N. Instruments Pvt Ltd
5. M/s Waree Instruments Ltd
6. M/s Wika Instruments India P. Ltd
7. M/s Indosonic Instruments
VENDOR LIST ELECTRIC MOTOR
1. M/s Kirloskar
2. M/s Crompton Greaves
3. M/s Siemens
4. M/s Bharat Bijlee
5. M/s ABB
VENDOR LIST VFD
1. M/s L&T
2. M/s Siemens
3. M/s ABB