25
Tender No.141, Date: 24.12.2012, Page 1 of 25 SIGNATURE OF THE TENDERER TDR No. NINL/CC/12-13/SM/TDR-141 Date: 24.12.2012 OPEN TENDER M/s. _________________________ _____________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL JOB CONTRACT FOR REFRACTORY APPLICATION FOR SMS, INSIDE NINL PREMISES. Dear Sir, Please find herewith a set of tender document for the subject work consisting of following: 1 Bill of Quantities - Annexure - I 2 General Instructions to Tenders - Annexure – II 3 General Conditions of Contract (GCC) - Annexure – III 4 Special Conditions of Contract (SCC) - Annexure – IV 5 Detailed Scope of Work - Annexure – V 6 Declaration to be submitted by the contractors - Annexure – VI You are requested to submit your completed tender so as to reach undersigned at following Address: Asst. General Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: Jajpur, Odisha, PIN - 755 026. Ph. No.- 9238190140 Please acknowledge the receipt of the tender documents. Thanking you, Yours faithfully, For Neelachal Ispat Nigam Ltd. (P. K. Sahoo) Asst. Manager (WCC) NEELACHAL ISPAT NIGAM LIMITED KALINGA NAGAR INDUSTRIAL COMPLEX, DUBURI – 755 026, ODISHA, INDIA PHONE - (06726) 264001, 264003, 264007, 264008, FAX-(06726) 264009,264010 Web Site : www.ninl.in

TDR No 141-Refractory application for SMS - Open

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 1 of 25 SIGNATURE OF THE TENDERER

TDR No. NINL/CC/12-13/SM/TDR-141 Date: 24.12.2012

OPEN TENDER M/s. _________________________ _____________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL JOB CONTRACT FOR

REFRACTORY APPLICATION FOR SMS, INSIDE NINL PREMISES.

Dear Sir, Please find herewith a set of tender document for the subject work consisting of following: 1 Bill of Quantities - Annexure - I 2 General Instructions to Tenders - Annexure – II 3 General Conditions of Contract (GCC) - Annexure – III 4 Special Conditions of Contract (SCC) - Annexure – IV 5 Detailed Scope of Work - Annexure – V 6 Declaration to be submitted by the contractors - Annexure – VI You are requested to submit your completed tender so as to reach undersigned at following Address: Asst. General Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: Jajpur, Odisha, PIN - 755 026. Ph. No.- 9238190140

Please acknowledge the receipt of the tender documents. Thanking you,

Yours faithfully, For Neelachal Ispat Nigam Ltd. (P. K. Sahoo) Asst. Manager (WCC)

NEELACHAL ISPAT NIGAM LIMITED

KALINGA NAGAR INDUSTRIAL COMPLEX, DUBURI – 755 026, ODISHA, INDIA PHONE - (06726) 264001, 264003, 264007, 264008, FAX-(06726) 264009,264010

Web Site : www.ninl.in

Page 2: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 2 of 25 SIGNATURE OF THE TENDERER

Annexure - I BILL OF QUANTITIES

Sl. No.

Scope of Works Unit Qty. Rate (Rs.) Amount (Rs.)

A. CONVERTER 1 CONVERTER LINING Set 52 TAP HOLE REPAIR Set 683 HOT PATCHING Set 5454 GUNNING Set 5455 NOZZLE FILLING COMPOUND IN STEEL LADLE Set 8156 MOUTH JAM CUTTING & REMOVAL Set 3267 TAP HOLE JAM CUTTING Set 1648 DOG HOUSE CLEANING Set 69 STACKING OF DART Set 16

10 STACKING BRICKS PALLET Set 9811 MISCELLANEOUS JOB Set 19512 SHIFTING OF MATERIAL FROM STORE TO SHOP Set 1013 DISPOSAL OF BRICKS & DEBRIS Set 11

B. CCP1 TUNDISH BACKUP LINING Set 602 WORKING LINING OF TUNDISH SET (2 TUNDISH/Day) Set 253 15 TUNDISH/DAY (NEXT 11 MONTH) Set 54 MISCELLANEOUS JOB Set 111

C. STEEL LADLE & HOT METAL LADLE1 RELINING OF BRICKS OF STEEL TEEMING LADLE Set 402 SLAG ZONE REPAIR Set 803 CASTABLE PATCHING OF LADLE FULL COMPAIGN Set 614 GUNNING OF LADLE TILL THE LADLE GETS DOWN Set 825 BOTTOM REPAIR OF LADLE Set 756 WELL BLOCK DE-BRICKING & FIXING Set 1557 SLIDE GATE CHANGING Set 6158 POROUS PLUG CLEANING & FIXING Set 6159 HOTMETAL LADLE LINING & MAINTENANCE Set 3

10 MISCELLANEOUS JOB Set 300

D. MIXER1 GUNNING TO MIXER Set 3002 LANCING OF SPOUT Set 3003 MISCELLANEOUS JOB Set 400

TOTAL

Sub Total (A)

Sub Total (B)

Sub Total (C)

Sub Total (D)

(Rupees ………………………………………………………………………………… only)

Note:

1. Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding Service Tax prevailing as on the date of submission of Bids.

2. Labour component for this job is 65%

Page 3: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 3 of 25 SIGNATURE OF THE TENDERER

Annexure - II GENERAL INSTRUCTIONS TO TENDERERS

(TWO BID SYSTEM)

1. Tender No. & Date NINL/CC/12-13/SM/TDR-141, Date: 24.12.2012 2. Scope of Work Annual job contract for refractory application for

SMS, inside NINL premises. 3. Completion Period 01 (one) year from the Letter of Award / Work Order.

4. Last date & time of closing & receipt of tender

18.01.2013 at 15.00Hrs.(3.00PM)

1 Date, Time and Place of Opening the Tender (Techno-commercial Bids)

18.01.2013 at 15.00 Hrs. (3.00PM) at Neelachal House (Commercial Department), NINL, Kalinga Nagar Industrial Complex, At-Duburi, Dist-Jajpur, Odisha.

5. Validity of Tender The validity of the tender must be for a period of 60 (sixty) days from the due date of opening of tender

6. Earnest Money Deposit (EMD) particulars

Rs. 75,000/-(Rupees seventy five thousand only) shall be submitted in the form of DD/BC in favor of M/s Neelachal Ispat Nigam Ltd payable at Jajpur road / Kalinga Nagar at Duburi / Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date

7. Name of the Website for downloading the tender documents.

www.ninl.in

Offer shall be prepared and submitted in 3 (three) separate sealed envelopes which shall be super scribed as stated under: (Note: These three parts shall be kept in one envelope duly sealed super scribing “Name of the party, Tender no & Opening date. “) PART- I Envelope – 1, containing Earnest Money Deposit (EMD) in the form of DD / BC super scribing “EMD” & “Amount of EMD”. Govt. Departments, Public Sector Units, SSI Units (only permanently registered) etc. are exempted from submitting EMD. SSI Units who request for exemption from submission of EMD shall submit a copy of their permanent registration in a separate sealed cover stapled or attached with their sealed tender. Only such SSI units registered for the same Trade / Item for which the tender is relevant will be exempted from submission of EMD. The EMD submitted by unsuccessful tenderer shall be returned within 30 days after issue of the work order in favor of successful tenderer. If the successful contractor fails to do the job, their EMD will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement.

PART-II: To be super scribed as Envelope – 2 with Name of the work written on the envelope, Tender No., shall contain (a) Pre-qualification documents (criteria eligibility / experience duly signed / attested by the authorized representative of the company and (b) Techno-commercial Bid along with details of experience with supporting documents and terms and conditions duly signed by authorized signatory with attested copies of authorization.

It shall also contain financial status, PF & ESI particulars etc., registration certificates with NINL/SAIL, other Govt. Departments as well as with Public Sector and reputed Private Sector organizations.

Page 4: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 4 of 25 SIGNATURE OF THE TENDERER

ELIGIBILITY CRITERIA The party must fulfill all the following eligibility criteria and submit supporting documents, failing which, the offer shall liable to be rejected without notice. 1. Contractor should have experience in maintenance of SMS refractory work in any

PSU / Reputed public limited company and integrated steel plant having a capacity not less than one million tonne hot metal throughput.

2. Average annual turn over of the bidder during the last three years ending 31st March

2012 should be not less than 70 lakhs, (Audited P&L Account and Balance Sheet are to be furnished).

3. The agency should have completed successfully, similar type of works of the SMS

refractory jobs of converter, steel ladle, tundish etc. (successful completion certificate from the concerned plants / organization is to be furnished).

4. The value of one completed work order as specified above should not be less than

Rs. 60 lakhs. PART-III: To be super-scribed as Envelope - 3, Price Bid, Name of the Work, Tender No. and shall contain Price Bid part of the Tender Document strictly as per price bid format enclosed in Annexure - I. The priced bids shall be opened in the presence of the tenderers who may be present. The time date and venue for opening of the priced bids shall be intimated to the techno-commercially accepted tenderer. The above three sealed envelops shall be kept in one envelope duly sealed super scribing “Name of the party, Tender no & Opening date. “ The price part of the tender shall also remain valid initially for two months (60 days) from the due date for submission of price. Any suo-moto reduction offered by the tenderer after opening of the price bids may render the whole tender liable for rejection. Incase the tenderer backs out, the EMD shall be forfeited. NINL shall not be responsible for postal delay or any other delay whatsoever. The Tender received after due date and time of submission of tender shall be rejected. The contractor has to sign with date in each page of Tender Documents as a token of acceptance to the Terms & Condition of Tender If the date of receipt and opening of the bids happens to be a holiday, then the process of receipt and opening of the bids may be shifted to the next working day.

Any deviation, in-complete, late tender, without proper supporting documents and EMD or not complying with the provisions of the invitations to tender shall be rejected without notice.

N.B. 1. The Part – I (Envelope-1) and Part – II (Envelope-2) will be opened initially and only on satisfying the eligibility criteria, EMD, Techno-commercial acceptability etc., the Part – III (Envelope – 3) containing Price Bid shall be opened.

2. The tenderer shall mention the offered price in words also. However in case any discrepancy the rates mentioned in words shall be taken as final.

3. All the Labour related payments i.e. PF, ESI, Bonus etc. and any other statutory payments including taxes and duties shall be borne by the agency and the contractors are requested to quote accordingly.

Page 5: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 5 of 25 SIGNATURE OF THE TENDERER

NINL reserves the right of rejecting any or all tenders in whole or part, increase or decrease the quantity without assigning any reason thereof and can impose such other conditions as deemed proper at any stage before finalization of tender. The Contract shall be treated as having been entered into from the date of issue of the Letter of Acceptance/Work Order to the successful Tenderer, unless otherwise specified.

Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding Service Tax prevailing as on the date of submission of Bids.

DEFAULT BY TENDERERS: The Successful Tenderer may be debarred at the discretion of the Company, from issue of further Tender Documents, Work Orders etc., for a specified period to be decided by the Employer in case of: “Undue delay in starting and execution of work awarded, poor performance, backing out from the Tender, non accepting Work Order/LOA during the validity of Tender or non-observance of Safety Rules and Regulations, misappropriation of Company’s materials/property, non- payment of due wages to labour or such similar defaults”.

Successful Tenderer should be in a position to produce the Original Certificates in support of the attested copies of relevant documents enclosed along with pre-qualification documents or afterwards, after opening of the Price Bids.

Failure to produce the Original Certificates at this stage in support of the attested copies of PF Regn / Experience, any other documents etc., submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in NINL Tenders.

Before quoting, the tenderer must visit NINL premises and shall necessarily contact the “Engineer” and fully understand the job, scope of work, unit of measurement, mode of measurement, scope of supply of materials by NINL if any, working conditions, shutdown arrangement, labour deployment requirements, risk contingencies and such other factors which may affect their tender.

In case of any dispute, the decision of MD (NINL) will be treated as final and binding on the contractors / bidders. For further details and clarifications of doubts, please contact undersigned at following address:

Asst. General Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: Jajpur, Odisha, PIN - 755 026. Tel. No. 9238190140

Thanking you, Yours faithfully, For Neelachal Ispat Nigam Limited. (P. K. Sahoo) Asst. Manager (WCC)

Page 6: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 6 of 25 SIGNATURE OF THE TENDERER

ANNEXURE-III GENERAL CONDITIONS OF CONTRACT (GCC)

SCHEDULE – I

1.1.0 DEFINITION

The following words and expressions as used hereinafter/defined, shall have the meaning hereof assigned to them except where the contract otherwise requires:

1.1.1 ‘NINL’ mean Neelachal Ispat Nigam Limited and its different functionaries entrusted with the responsibilities in relation to the contract in respect of the area of responsibilities of such functionaries.

1.1.2 “Contractor” shall mean the Tenderer whose tender has been accepted by the Company (NINL) and on whom the contract /work order is placed by NINL and shall include his heirs, legal representatives, successors and permitted assignees.

1.1.3 “Contract” shall mean and include the contract/Work order between the NINL and the contractor duly signed by the parties thereto, for the execution of the works together with all documents annexed/attached therewith.

SCHEDULE – 2

2.1.0 SCOPE OF WORK :

2.1.1 The work shall be executed strictly in accordance with the specifications, Bill of items/ quantities/ rates/sketches/drawings and written and oral instruction (to be subsequently confirmed in writing) of NINL

2.1.2 In the event of any discrepancy between drawings and specifications, drawings will supersede the specifications. Description of relevant items of the schedule of quantities and rates will supersede the drawings, specifications and any other details.

2.2.0 FACILITIES TO BE PROVIDED BY THE NINL

2.2.1 Required free issue materials if any will be supplied free of cost by the NINL at his store within the plant premises. However the transportation of the same shall be arranged by agency at their cost.

2.2.2 No specific arrangement shall be made by the NINL for supply of electricity for this work. However, contractor can tap electricity from any nearby available supply source with due permission of the NINL.

2.2.3 No specific arrangement shall be made by the NINL for supply of water for this work. However, contractor can tap water from any nearby available supply source with due permission of the NINL.

2.2.4 Only layout / design drawings as applicable shall be issued by the NINL. Contractor shall develop total working drawings as applicable for execution of the contract.

2.3.0 OBLIGATION OF THE CONTRACTOR:

2.3.1 The contractor will supply all materials except free issue material required if any for execution of this work.

2.3.2 The contractor shall make arrangements for all the equipments, machineries, batching/mixing plants, welding machines, gas cutting sets, and all other tools and tackles, cranes etc. required for satisfactory completion of the work.

2.3.3 The contractor shall prepare material indents, working drawings, as built drawings etc as per NINL’s requirements.

Page 7: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 7 of 25 SIGNATURE OF THE TENDERER

2.3.4 The contractor shall make own arrangements for transportation of free issue materials from NINL’s store to the place of work.

2.3.5 The contractor shall be fully responsible for custody of all free issue materials & shall use the materials economically, return the excess /scrap materials at NINL’s store & maintain stock register for the same.

2.3.6 The contractor shall depute experienced personnel for supervising the work.

2.3.7 The contractor shall take utmost care in protecting / safe-guarding the existing facilities of the NINL.

2.3.8 The contractor shall follow all the statutory obligations and safety rules as applicable. A certificate regarding compliance of safety rules to be forwarded by the contractor along with RA bills.

2.3.9 The contractor shall defend / indemnity / keep NINL harmless of /from all claims of liabilities caused due to negligence of contractor during work.

2.3.10 The executing agency shall make necessary arrangements to test the materials & submit the test reports to NINL, as per NINL’s requirements without any extra cost to the NINL.

2.3.11 The contractor shall execute the work strictly as per specification, drawings, IS CODES, other standards issued by the NINL.

2.3.12 The contractor shall make own arrangements for approach roads / access etc. to the fabrication / erection sites.

2.3.13 The contractor shall handover the site in a neat and tidy condition as acceptable to the NINL.

2.4.0 TECHNICAL SPECIFICATION:

2.4.1 Technical specification for this works prepared by NINL shall be followed and binding by the contractor.

2.4.2 Executing agency shall carry out all the works strictly as per the specification & instruction of the site Engineer.

SCHEDULE – 3

3.0 CONTRACT PRICE

3.1 BASIS OF CONTRACT PRICE

The contract price to be paid in consideration of the work and services to be executed/made/performed by the CONTRACTOR as per Bill of quantities and in accordance with all terms, conditions, stipulations, specifications and any other obligations to be met by the CONTRACTOR under the Contract will be arrived at based on the estimated quantities and rate as stated in Bill of Quantities and rates of this contract.

3.2 FIRM RATES

Unit rate of all the items shall remain firm, fixed and binding on the CONTRACTOR till the completion of entire scope of work and shall not be subjected to any variation except for the statutory variations in the taxes and duties as specified in schedules. Unit rates shall also remain firm irrespective of any variation in quantities stated therein.

Quantity variation in particular item of BOQ shall be allowed upto +/-5% with firm rate as above. However, total contract price shall be remain same.

3.3 RATES FOR EXTRA ITEMS

Page 8: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 8 of 25 SIGNATURE OF THE TENDERER

Should it be found necessary to execute any item of work which is not included in the schedule of items and as such no contract rate is available, the rates for such items of work shall be fixed as per the following procedure.

i) Where the extra works are of similar nature as to any item of work appearing in “Bill of Quantities and Rates” then the rates for such extra items shall be derived from contract rates of similar / closest item of work.

ii) Where the nature of extra item is such that the rate for the same cannot be derived as per (i) above, then the rates for extra item of work shall be derived by rate analysis based on the market rates.

iii) Where rates for extra item of work can not be established by methods (i) or (ii) above, then the rate for such item shall be estimated and fixed by the ENGINEER based on the market rates & assessment for labour, materials & other factors.

SCHEDULE – 4 4.0 TIME SCHEDULE

4.1 TIME SCHEDULE / COMPLETION MILESTONE

4.1.1. The work shall be completed in all respects and handed over to NINL according to the stipulated time schedule.

4.2. EXTENSION OF TIME

4.2.1. The CONTRACTOR shall not be allowed any extension, of time for completion except in the following cases :

i) Force majeure – As per details stated in the clause 6.2.

ii) Major changes or substantial addition to work ordered by the NINL adversely affecting the completion time.

iii) Any other circumstance of kind whatsoever which may occur making the CONTRACTOR entitled to an extension of time which, however, shall be in the absolute discretion of the NINL.

4.2.2. The CONTRACTOR upon happening of any such event as stated above shall immediately give notice but nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the NINL to proceed with the work.

4.2.3. Request for extension of time shall be submitted by the CONTRACTOR in writing and NINL, based on the merit, shall consider the request and convey his decision to the CONTRACTOR in writing within a reasonable time.

4.2.4. The CONTRACTOR shall not be eligible for any extension of time on account of any delay in procurement of materials/equipments stipulated in scope of the contractor

4.2 COMPLETION.

The work shall be deemed to be completed when upon notice by the CONTRACTOR, NINL has inspected the works and satisfied himself that the works have been fully completed in accordance with the contract and necessary completion certificate have been issued to the CONTRACTOR subject to the provision made in clause 6.4.

4.2 PART OCCUPATION

The NINL shall have the right to take possession of or use any completed or partially completed part of the work at any time. Such possession or use shall not be deemed to be completion or acceptance of any work not done in accordance with the contract subject to the provision made in clause 6.4.

Page 9: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 9 of 25 SIGNATURE OF THE TENDERER

SCHEDULE – 5

5.0 TAXES AND DUTIES

All taxes including Work Contract tax, duties, levies, fees or other charges legally leviable on the CONTRACTOR in connection with the contract shall be borne and paid by the CONTRACTOR.

5.1 NINL shall bear no liability in respect of any taxes, duties and levies, whatsoever.

5.2 INCOME TAX / Works contract Tax (sales tax) which the NINL may be required to deduct by law/statute, shall be deducted at source and shall be paid to the Income Tax / Sales Tax / Statutory authorities on account of the contractor. NINL shall provide the contractor a certificate for such deduction and deposit thereof.

5.3 ROYALTIES

Royalties for construction materials wherever applicable may be deducted by the NINL from Contractor’s bills for depositing with the concerned State Government authorities unless receipt in support of payment made to the concerned state Government authorities is provided by the CONTRACTOR.

5.4 The contractor shall produce necessary documentary evidence as may be called for by NINL in respect of the taxes, duties and levies paid by the CONTRACTOR.

SCHEDULE – 6

6.0 OTHER TERMS AND CONDITIONS OF CONTRACT

6.1 TERMINATION AND SUSPENSION AND FORECLOSURE

6.1.1 The NINL may at any time on breach of this Contract by the CONTRACTOR give him, a written notice of such breach. If the CONTRACTOR does not remedy this breach within a period of 7 days after receiving the notice, then the NINL may terminate the contract at any time thereafter. The CONTRACTOR shall be liable to refund any money which he is obliged to do so under the Contract.

6.1.2 The CONTRACTOR shall stop the performance of the Contract from the effective date of termination and hand over all the drawings, documents, plant, equipments, supplied materials etc. including transfer of all the rights of work to the NINL. No consequential damages shall be payable by the NINL to the CONTRACTOR in the event of termination.

6.1.3 The NINL may suspend the work in whole or in part at any time by giving CONTRACTOR a notice in writing of such effect stating the nature, the date and the anticipated duration of such suspension.

6.1.4 On receiving the notice of suspension as per Clause 6.1.3 from the NINL, the contractor will suspend the work desired to be suspended, with immediate effect. The CONTRACTOR shall continue to perform other work in terms of the Contract, which the NINL has not suspended. CONTRACTOR shall protect and secure the suspended work as considered necessary in the opinion of the ENGINEER.

6.1.5 The NINL may at any time cancel the suspension notice for all or any of suspended work by giving written notice to the CONTRACTOR specifying the part of work to be resumed and the effective date of withdrawal of suspension. The CONTRACTOR shall resume the suspended work as expeditiously as possible after receipt of such notice of suspension-withdrawal.

6.1.6 In the event of suspension of work, the NINL will not be liable to pay to the CONTRACTOR for any damage or loss for idle labour caused by such period of suspension of work. The NINL shall not be liable to Contractor for any payment towards watch and ward and other expenditures.

Page 10: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 10 of 25 SIGNATURE OF THE TENDERER

6.1.7 The contract shall be terminated if due to any unforeseen circumstances which may lead to the foreclosure of the works for reasons such as resource crunch, non-availability of funds, and for other administrative reasons etc.

6.1.8 Contractor will be compensated only for the quantum of work/services he has rendered till effective date of foreclosure. Any other claims like compensation for loss in profit, compensation for loss of reputation etc. or any other consequential damages claimed by the Contractor will not be given by the NINL.

6.2 FORCE MAJEURE

6.2.1. Time being essence of the contract, if at any time during the continuance of the Contract, the performance in whole or in part by either party, or any obligations under the contract shall be prevented or delayed by reason of any war, hostilities, acts of public, enemy, civil commotion, sabotages, fire, floods, explosions, epidemics, quarantine restrictions, or other Acts of God, strikes and legal lockouts (hereinafter referred to as “Eventualities”) then provided notice to the happening of any such eventualities is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reason of such eventualities be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such performance or delay in performance and deliveries under this contract shall be resumed as soon as practicable after such eventualities has come to an end or ceased to exist and the decision of the NINL as to whether the deliveries / services have been so resumed shall be final and conclusive. Contractor shall himself handle all labour unrest situations and illegal strikes but lockouts arising from such situations shall not come under the purview of this clause.

6.2.2. Should one or both the parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a period of at least three months, the two parties should consult each other provided always that if no mutually satisfactory arrangement is arrived at within a period of a month, from the expiry of three months referred above, the above mentioned expiry of the contract will imply that both the parties have obligation to reach an agreement regarding the winding up and final settlement of the Contract.

6.3 ARBITRATION

6.3.1 All disputes or differences, whatsoever, arising between the parties out of or in relation to the construction, meaning and operation or effect of this contract or breach there of shall be settled amicably. If, however, the parties are not able to resolve them amicably, the decision of MD (NINL) will be treated as final and binding on the contractors.

6.4 COMPLETION CERTIFICATE

6.4.1. After completion of the total work duly certified by the NINL Engineer Within 10 days (ten) of the completion of the work, the CONTRACTOR shall give notice of such completion to the NINL and the NINL shall inspect the work and after satisfying himself with tests that may be prescribed in the contract, if there is no defect, imperfection or short fall in the work, shall issue a completion certificate to the CONTRACTOR.

6.4.2. No completion certificate or provisional completion certificate shall be issued nor shall the work be considered to be complete until the CONTRACTOR shall have removed from the site all scaffolding, surplus materials, rubbish, etc. and all temporary works and cleaned off the dirt from wood work, doors, windows, walls, floors, or other parts of the work.

6.5 RIGHTS OF NINL TO VARY OR CANCEL THE CONTRACT.

6.5.1 The NINL shall have the right, during the performance of the contract, to make any addition to, alteration in and omission from the works or any alterations in the kind or quality of the materials to be used therein or change the levels, lines, position and dimension of any part of the work and shall give notice thereof in writing to the CONTRACTOR. The CONTRACTOR on receipt of such instruction in writing shall carry out the changes as desired. Such variations shall in no way vitiate or invalidate the contract.

Page 11: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 11 of 25 SIGNATURE OF THE TENDERER

6.5.2 The CONTRACTOR shall not change any works to be made pursuant to the contract except as may become obligations under the contract, provided however that such changes shall be subject to prior written approval of the NINL.

6.5.3 The CONTRACTOR shall proceed with the changes as requested, as per Clause 6.5.1 pending settlement of rates for extra items, if such changes require execution of any items of work not included in the schedule of items.

6.5.4 The NINL shall have further power to cancel the Contract if the CONTRACTOR fails to duly perform and complete the contract and if it appears for valid reasons that he will fail to fulfill his obligations under the Contract for reasons other than those reliving of his responsibility under any other provision of the Contract.

6.6 COMPLIANCE WITH STATUTORY LAWS AND OTHER REGULATIONS.

6.6.1 The CONTRACTOR shall throughout the performance of the Contract comply with all the laws, rules, regulations and statutory requirements/obligations of Government of India / State Government of Odisha and other statutory bodies applicable at site for the contract work and the NINL shall not be liable for any action of the statute applicable due to non-fulfillment of the statutory obligations by the CONTRACTOR.

6.6.2 All contracts or terms thereof entered between the NINL and the Contractor shall be governed and regulated by the relevant laws in force in the territory of India relating to contracts.

6.6.3 Explosives shall not be used on the work by the CONTRACTOR without the permission in writing of the NINL. Where explosives are used, the same shall be stored in a special magazine to be provided by and at the cost of the CONTRACTOR, who shall be liable for all damages, loss or injury to any person or property and shall be responsible for complying with all statutory obligations in these respects.

6.6.4 The CONTRACTOR shall give all notices and pay all fee required to be given or paid under any Central or State statue, ordinance or other law or any regulation or bylaw of any local or other duly constituted authority in relation to the execution of the Contract work.

6.6.5 The CONTRACTOR shall conform in all respects with the provisions of any statute, ordinance or laws as aforesaid and the rules, regulations or by-laws of any local or other duly constituted authority which may be applicable to the works or to any temporary works and with such rules and works or to any temporary works and with such rules and regulations of Public bodies as aforesaid and shall keep the NINL indemnified against all penalties and liabilities of every kind for breach of any such statute, ordinance, law, rule, regulation or by-law.

6.6.6 All operations necessary for the execution of the works and for construction of any temporary works shall be undertaken in such a way that same do not interfere unnecessarily or improperly with the public convenience or the access to use and occupation of public or private roads and footpaths or properties whether in the possession of the NINL or any other person and the CONTRACTOR shall save harmless and indemnify the NINL in respect of all claims, demands, proceedings, damages, costs, charges and expenses, whatsoever arising out of or in relation to any such matters.

6.6.7 The CONTRACTOR shall use every reasonable means to prevent any of the roads and bridges communicating with or on the routes to the SITE from being damaged or injured by any traffic of the CONTRACTOR or any of his Sub-Contractor. For any damage caused by the breach hereof, the CONTRACTOR shall be solely responsible.

6.6.8 The CONTRACTOR must take sufficient care in moving his construction plants and equipments from one place to another so that those may not cause any damage to the property of the NINL, particularly to the overhead and underground services and in the event of his failure to do so, the cost of such damages including eventual loss of working hours in any plant/site as estimated by the NINL is to be born by the CONTRACTOR.

6.6.9 The CONTRACTOR shall get himself registered with the concerned authorities as provided under various applicable Acts and shall be directly responsible to such authorities for compliance with the provisions thereof.

Page 12: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 12 of 25 SIGNATURE OF THE TENDERER

6.6.10 By way of illustration of various Acts as stated in the contract, the following Acts or any amendment therof shall be complied with by the CONTRACTOR.

i) Employee Provident Fund Act. 1952 ii) Contract Labour Act (Regulation and abolition Act., 1970) iii) Minimum wages Act, 1948 iv) Payment of wages Act, 1936 v) Payment of Bonus Act., 1965 vi) ESI Act, 1948 vii) Factories Act., 1948 viii) Apprenticeship Act., 1961. ix) Employees Provident Fund and family pension Act., 1952. x) All other statutory provisions related to contract labour.

6.6.11 The CONTRACTOR’s establishment shall be subjected to inspection, investigation etc., by the NINL for ensuring proper and faithful compliance of the provisions of this contract by the CONTRACTOR with regard to labour laws and matters stated in the contract.

6.6.12 The CONTRACTOR shall provide at his cost to all staff and workers directly or indirectly employed in the works, all amenities for securing proper working and living conditions at the site and at the labour camp. The CONTRACTOR shall also provide medical facilities at the site as per rules in force in relation to strength of their staff and workmen deployed at site.

6.7 SAFETY AND SECURITY:

6.7.1 The contractors shall take all safety precautions and provide adequate supervision in order to do the job safely and without damage to equipment.

6.7.2 The contractor is not permitted to start the job without reporting to the Safety Engineering & obtaining safety clearance.

6.7.3 The execution department would take necessary shut-downs wherever there are hazards of gases, electricity, moving machinery etc. The contractor shall ensure that the shut-down I clearance are taken before sending workers to such locations.

6.7.4 In case of accidents occurred and injury to the persons, the contractor shall first take the injured person to Plant Medical Unit with the I.O.W Forms and the contractor should inform it to the Engineer-in-charge of the shop immediately.

6.7.5 The contractor shall abide by the provisions of Factories Act, Odisha Factories Rules.

6.7.6 Whenever work at height is involved, contractor must obtain height passes from Safety Engineering Dept. for those persons required to do work at height.

6.7.7 The concerned officer of the department awarding the contract or the Safety Engg. Department upon his satisfaction that the stoppage of work and require the contractor to remedy the defects or supply the commissions as the case may be. The contractor shall not proceed with the work until he has complied with such directions to the satisfactions of such head of the department.

6.7.8 The contractor shall be fully responsible for accidents caused due to his or his agent's or workmen1s negligence or carelessness In regard to the observance of the safety requirements and shall be liable to pay compensation for Injuries.

6.7.9 Without prejudice to the right conferred by the clause 6.7.7 above for stoppages of work for violating of. safety requirements, the contractor shall be liable for a penalty up to Rs. 500/-(Rupees five hundred only) for the first. violation up to Rs.10,000/-(Rupees ten thousand only) for the second violation. For the 3rd violation, he shall be liable to be debarred from further contracts. The penalty amount shall be recoverable from any bill and/ or EMD I SD or the contractor without any further reference to him. The CONTRACTOR shall adopt adequate safety measures and ensure use of protective clothing by all the workmen at site whether or not engaged in actual execution of work or supervision thereof as per requirement.

Page 13: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 13 of 25 SIGNATURE OF THE TENDERER

6.7.10 The CONTRACTOR shall ensure that the workmen at work use safety belts, gloves, helmets, masks, etc. necessary for their safety. The CONTRACTOR shall be responsible for safety arrangements of all equipments used in connection with execution of the work and shall ensure employment of only trained operators to man the equipments. Only tested equipments, tools, wires, ropes, etc. shall be used and shall periodically be tested to the satisfaction of the Company. All test certificate shall be made available to the Company at site as and when required by him.

6.7.11 The CONTRACTOR shall, in connection with the execution of the work, ensure provision and maintenance at his own cost all lights, guards, fencing with gates and watching when and where necessary or required by the client or by any duly constituted authority for the protection of work and/or for the safety and convenience of the public or others.

6.7.12 The CONTRACTOR shall take adequate safety precautions for prevention of accidents at site. The CONTRACTOR shall also ensure that their employees / workmen observe the statutory safety rules and regulations as also those laid down by the Company from time to time.

6.7.13 The CONTRACTOR shall provide at his cost necessary watch and ward force as may be approved by the company to ensure security and safety of all buildings, structures, equipments and materials under their custody at the site of work.

6.7.14 The CONTRACTOR shall abide by all security regulations at site promulgated by the Company from time to time. If required the CONTRACTOR shall provide identity badges to their personnel and workmen which must be properly displayed by them at site.

6.7.15 In order to facilitate issue of gate passes by the NINL for materials and equipments either during execution or the maintenance period, the CONTRACTOR shall submit to the Company list of construction / erection equipments etc. and / or other materials that shall be taken inside the site from time to time. Such movement of materials, equipment, tools, tackles, etc. shall be subject to permission of the company.

6.7.16 The CONTRACTOR and his personnel and workmen shall be subjected to security check by Company’s own security force for the over-all protection of the site.

6.7.17 If the contractor fails to provide necessary safety items to their workmen, NINL may provide the safety items to the workmen and deduct the actual expenses from the contractor’s bill.

6.8 If offloading is required, the same shall be done on request of the contractor provided that NINL approves the suggested agency.

Page 14: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 14 of 25 SIGNATURE OF THE TENDERER

ANNEXURE-IV SPECIAL CONDITIONS OF CONTRACT (SCC)

1 GENERAL :

1.1 The Special Conditions of the Contract (SCC) are complementary to and shall be read in conjunction with General Conditions of Contract (GCC) of NINL for Works Contracts. Scope of work, Bill of Quantities and other Documents forming part of the Tender Document. In case of any conflict of meaning between SCC & GCC, Provisions of SCC shall over ride the Provisions of GCC.

1.2 During the operation of the Contract if any new Taxes/Duties/Levies etc are imposed or rates undergo changes, as notified by the Government and become applicable to the subject works, the same shall be reimbursed by NINL on production of documentary evidence in respect of the payment of the same. Similarly benefits accruing to Agency on account of withdrawal / reduction in any existing Taxes and Duties shall be passed on to NINL.

2 SCOPE OF WORK: Annual job contract for refractory application for SMS, inside NINL premises. Detailed scope of work is enclosed in Annexure – V

2.1 The agency shall contact GM(Steel & HOP) regarding execution of above works and payments recommendation etc.

2.2 The contractor has to provide jacket of approved colour to all their labours for identification inscripting name of the party on it.

3 MEASUREMENTS; The Contractor shall take measurements jointly with the Engineer or his Representative and keep joint records for the same. Bills shall be prepared and submitted by the Contractor basing on agreed measurements.

4 ADVANCE: No advance of any sort will be given by NINL.

5. SECURITY DEPOSIT (SD):

5.1 10% of contract price shall be deposited by the contractor towards security deposit within 10 days after acceptance of work order in the form of Bank Guarantee (in NINL’s format) for time bound, due and faithful performance of the contract.

5.2 NINL will not be liable for payment of any interest on Security Deposit.

5.3 The Security Deposit shall be released on application by the contractor, supported by COMPLETION CERTIFICATE, after completion and acceptance of the contract works.

6. PAYMENT TERMS:

6.1 100% of executed price shall be released on monthly on pro-rata basis against submission of RUNNING ACCOUNT Bills duly certified by authorized Engineer / Manager of NINL.

6.2 The agency has to submit bills in two copies. Prior to certification by Site Engineer the bill must be enclosed with safety clearance by the safety officer, statutory compliances by Zonal Personnel Executive.

7. Recovery of Income Tax at source will be made from Contractor’s bill and deposited with Income Tax Department as per Rules. Recovery of Sales Tax applicable shall be made from the Contractor’s Bills.

8. PENALTY

8.1 Any accident due to violations of safety & technological norms, a penalty of Rs. 5,000.00 will be imposed per accident.

8.2 Any disruption of work resulting in production loss will be penalized with Rs.5,000.00 per such disruption.

Page 15: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 15 of 25 SIGNATURE OF THE TENDERER

8.3 Newly relined converter should be handed over, after de-bricking, jam removing, relining for operation after 10 days & any delay on this account causing loss of production will be penalized with 5% of the contract value for each day delay.

8.4 Tap hole sleeve changing should be complete in 2 hrs. & any delay in this regard causing production loss will be penalized with Rs.5,000.00.

8.5 Newly steel ladle lining & hot metal lining should be complete in 4 days any production loss due to delay will be penalized with 5% of job value for each day delay.

8.6 Steel ladle/Hot metal ladle repair work should finish in 2 days penalty charge will be 10% of job value for each day delay.

8.7 New lining of tundish should be complete in 3 days & tundish repair time 8 hours; penalty charge will be 10% of job value for each day delay.

8.8 Any disruption of production due to minor failure of slide gate & porous plug resulting in production loss will be penalized with Rs.50,000.00 for each heat.

8.9 Major failure of slide gate, porous plug or refractory bricks/work man ship will be heavy penalized with Rs.5,000.00 for each failure.

9. LABOUR DEPLOYMENT:

9.1 The Contractor shall deploy his Labour as per requirement and as instructed by the Engineer. It may be necessary to carry out the work round the clock based on requirement and shutdown provided. The Contractors rate shall cover such eventualities.

9.2 Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this work. Work shall be executed as per specifications to the satisfaction of the Engineer.

10. If the contractor fails to do the job, their EMD / SDBG (if any) will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement.

11. SECURITY REGULATIONS: The Contractor shall abide by and also observe all Security Regulations promulgated from time to time by the Employer.

12. STORING/STACKING OF MATERIALS: Storing / Stacking / Placing of materials shall be only at the places designated by the Engineer.

13. The Contractor, his Supervisors and Workmen shall observe entry and exit timings strictly.

14. After completion of work activity, the site has to be cleared of all debris, construction material and the like.

15. The contractor shall start the work immediately after obtaining gate passes and safety induction training and clearance from the Employer.

16. NOTICES: Any notice to be given to the Contractor under Terms of the Contract shall be considered duly served, if the same has been delivered to, left for or posted by Registered Post to the Contractors principal place of business (or in the event of the Contractor being a Company, its Registered Office), at the site or to their last known address.

17. If it comes to the notice of NINL at any stage right from request for Registration / Tender Document that any of the Certificates / Documents submitted by the Applicant for Registration or by Bidders are found to be false / fake / doctored, the Party will be debarred from participation in all NINL Tenders for a period of 02 (Two) years including Termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited. The Contracting Agency in such cases shall make good to NINL any loss or damage resulting from such termination. Contracts in operation any where in NINL will also be terminated with attendant fall outs like forfeiture of EMD / Security Deposit, if any, and recovery of risk and cost charges etc. Decision of NINL Management will be final and binding.

18. Failure to execute the work after LOA/WORK ORDER is given will make the party liable for debarring for a period of 2 (TWO) YEARS.

Page 16: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 16 of 25 SIGNATURE OF THE TENDERER

19. In case it is found before / after award of work to the person / agency through Limited Tender Enquiry (L.T.E.), that the same person / agency is proprietor / proprietress / partner of two or more separate agencies and quoted for the same work, then punitive action to the extent of debarring up to 02 (TWO) years from participating in NINL. Tenders will be taken.

20. All the payments (Labour related) i.e. PF, ESI, Bonus and any other statutory payments shall be borne by the agency.

21. The unit rates are firm through out the contract period. Any escalations arise out of any variations (except statutory variation) is attributable to the agency. These rates will be changed if there is any change in the rates arrived by way of bipartite / tripartite settlement and having the concurrence of the management of NINL.

22. In case of any statutory revision in the minimum wages payable to contract workmen, by the Government of Odisha, Escalation shall be paid as per the following Formula:

V = L x W x (X-Xo) / Xo 100

WHERE:

V = Escalation Payable

L = Labour component as Percentage of the Work is: 65%

W = Gross value of work done on the basis of Contract Rates for the period for which variation is applicable.

X = Revised Average Wages for Unskilled, Semi-skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Odisha, published in the Odisha Gazette for the period under consideration.

Xo = Average Wage of Un-skilled, Semi Skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Odisha, Published in the Odisha Gazette as on the date of opening of (Single Bid)/Technical Bid (Two Bid System) Envelope-1 in both cases.

23. PAYMENT OF MINIMUM WAGES: Wages paid to the Workmen by the Contractor should not be less than the rates notified by the Commissioner of Labour, Odisha published in the Odisha Gazette from time to time with regard to the minimum wages applicable to the respective category of workmen.

24. MODE OF PAYMENT

The contractor has to submit their bank account details in NINL format duly certified by concerned bank manager for the purpose of making electronic payment, before submission of first running account bill, failing which the bill will not be processed.

The contractor is required to give an undertaking to the Finance Dept of NINL that the payment made by NINL of any sum due to him by directly remitting the same in his Bank, the address and the number of which is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in respect of the same.

In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the Supplier’s / Contractor’s Bank Account, the Supplier / Contractor / receiver should intimate discrepancies, if any, within 10 days from the date of despatch of intimation letter of payment to them to Finance Dept of NINL failing which it shall be presumed that the funds have reached their Bank Account and no claims will be entertained after the said 10 days.

Page 17: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 17 of 25 SIGNATURE OF THE TENDERER

Annexure – V DETAILED SCOPE OF WORK

A. CONVERTER LINING & MAINTENANCE NOTE: Party should have at least one reference in India in an integrated steel plant. I) SUPPLIER’S SCOPE OF WORK: 1. To stock & stack bricks pallets for easy identification. The loading, transportation & unloading

of the refractory materials from stores to the work site & shifting it to the re-lining platform for converter relining work.

2. To provide technically trained site In-charge, Supervisor, Labor and supporting staff on round the clock basis. Necessary gate pass to be arranged by you. Your supervisor will report to NINL site in-charge for each and every shift. In case of non- availability of your people at site, suitable penalty will be imposed.

3. To keep record of Materials stock at store & site, Report will be given to NINL on daily basis.

4. To submit material stock and daily consumption report to NINL.

5. To ensure availability and use of all necessary PPEs (like safety Helmet, safety shoes, safety Goggle, Nose mask, Heat resistant jacket, Heat resistant Gloves, Ear plugs, etc. ) by your workmen including supervisors.

6. To strictly comply with statutory rules like Minimum wages, EPF, Workmen compensation, Labor license, work contract license, Medical Insurance etc.

7. To provide brick cutter machine, Diamond cutting wheels, suitable mixer as per requirement, all necessary tools and tackles like jack hammers, Pneumatic hammers, vibrators, chisels, measuring scales, templates, etc as per the requirement.

8. De- bricking of the existing lining and removal of waste refractory materials to proper place as suggested by NINL. Through house keeping of the area. Cleaning of the converter after de-bricking and re-lining of the converter.

9. The de-bricking of the existing lining, cleaning of the converter vessel & relining of the converter has to be completed in the given TIME FRAME of 8 days. The lining job has to be completed in 4 days. The re-lining job has to be carried out on 24 hours basis.

10. To carry out tap hole sleeve change, hot gunning, hot patching etc. as and when required after taking clearance from NINL. Decision of NINL in this regard will be final and to carry out any maintenance work in Hot Metal Mixer like Castable patching of charging cover, charging hole, mixer spout, peep hole & view hole covers, etc. The cost of maintenance refractory materials actually consumed (inclusive of application charges) will be paid on the basis of certificate issued by NINL on monthly basis

11. To keep proper record of all material stock at store and at site, report will be given to NINL on daily /weekly basis.

12. To submit record of maintenance refractory materials consumed in each month for NINL’S certification for payments purpose.

13. To maintain housekeeping of the area.

14. Overall monitoring & and round the clock supervision of the converter & refractory lining will done by you. To provide daily, weekly & monthly report for converter refractories performance, amount of maintenance Refractories viz tap hole sleeve , ramming mass, hot patching and hot gunning materials consumed. Their stock availability at site and store has to be given.

Page 18: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 18 of 25 SIGNATURE OF THE TENDERER

15. Supplier shall be solely responsible for undertaking & timely completion of the job given to you. Should the converter fail to execute the job in full or part as per order specification within the completion date, NINL shall be entitled at its option to engage alternate contractor, without notice to the contractor, at their risk and account, the part remain unexecuted or cancel the unexecuted part and engage or authorize engagement of alternate contractor at the risk & cost of the contractor. All additional and consequential losses incurred by NINL due to contractor’s failure shall be recovered from contractor’s pending bill(s), security deposit etc.

16. The supplier is free to recommend any better quality material as a substitute to increase the life and performance of refractoreis, after taking clearance from NINL.

17. Party should provide mobile equipment (hydra, cranes, trucks etc.) for lifting the material from store.

II) NINL SCOPE OF WORK:

1. To provide the schedule for supply of refractories & completion of relining job.

2. To provide suitable covered storage place for safe keeping of supplied refractories.

3. To provide converter / ladle break out machine.

4. To provide Tap hole drilling machine.

5. To provide converter re-lining equipment.

6. To provide materials like wood, coal etc for the Heat-up of converter lining.

7. To provide converter hot gunning machine.

8. To provide converter cooling fan.

9. To provide waste bin/ muck box.

10. To provide electricity, water, compressed air, Oxygen, etc.

11. To provide Technical details for making a comprehensive report on steel production, refractories performance and evaluation.

12. To issue monthly certificate for the actual consumption of maintenance refractories for converter & mixer.

13. NINL will organize weekly/ monthly review meeting to review the progress and performance of the contract.

B. TUNDISH AND BLACK REFRACTORY Note: Party should have at least one reference in India in an integrated steel plant for such

refractories usage. I) SUPPLIER’S SCOPE OF WORK: 1. To ensure availability and use of all necessary PPEs (like safety Helmet, safety shoes, safety

Goggle, Nose mask, Heat resistant jacket, Heat resistant Gloves, Ear plugs, etc.) by your workmen including supervisors.

2. To sort and stack bricks pallets for easy identification. The loading transportation and unloading of the refractory materials from stores to the work site & shifting it to the Tundish re-lining platform.

3. To provide technically trained site In-charge, Supervisor, Labor and supporting staff on round the clock basis. Necessary gate pass to be arranged by you. Your supervisor will report to NINL site in-charge for each and every shift. In case of non- availability of your people at site, suitable penalty will be imposed.

Page 19: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 19 of 25 SIGNATURE OF THE TENDERER

4. To submit material stock and daily consumption report to NINL.

5. To remove the stopper Box stopper arm, Tundish cover etc of Cast Tundish. Sufficient care has to be taken to prevent any damages to stopper box.

6. To provide brick cutter machine , Diamond cutting wheels, suitable mixer as per requirement, all necessary tools and tackles like jack hammers, Pneumatic rammers, vibrators, chisels, measuring scales, templates and any other tools & tackles for holding the Tundish and refractories has to be supplied by the supplier , etc as per the requirement.

7. To strictly comply with statutory rules like Minimum wages, EPF, Workmen compensation, Labor license, work contract license, Medical Insurance etc.

8. To place the cast Tundish on de-skulling stand and removal of stopper rod mono block stopper.

9. To place the de-skulled Tundish on cooling stand and ensure proper cooling of the tundish.

10. To check permanent lining condition and do necessary patching as required.

11. To remove the CNM mechanism from Tundish.

12. To clean and thoroughly service the CNM and tundish slide gate mechanism for proper working. All maintenance spares to be supplied at no extra cost.

13. To remove the tundish well block after de–sculling of Tundish.

14. To clean the Tundish permanent lining surface and do the necessary patching on the Tundish permanent lining. Clearance has to be taken from NINL before spraying

15. To properly preheat / cure the back- up lining after patching.

16. To fix Tundish well blocks.

17. To apply the basic spray mass. During spraying, house keeping of the area has to be ensured.

18. To complete the drying /curing of the working lining.

19. To place the Tundish by over head crane on tundish preparation stand.

20. Fixing of stopper mechanism / box to the Tundish and stand checking.

21. To fix all Tundish furniture with proper installation practice in the Tundish.

22. The ceramic wool/paper on the stopper rod, SEN etc.

23. To place the Tundish cover on the Tundish any removal of metal splash by gas /torch cutting, Castable patching, if necessary has to be done.

24. To brake and remove the Tundish cover Castable for partial repair or complete relining.

25. To fix and set the mono block stopper with proper alignment.

26. To fix all other Tundish refractories like SEN, SES, Nozzles, Sleeves, etc. and make Tundish ready for casting. All alignments to be checked.

27. To do the Anchor welding and other allied jobs (like Castable mixing, operation of needle vibrator, cleaning of pan mixer after preparing the Castable, etc) as per the requirement to make tundish cover lining.

28. To heat/ cure the Tundish cover as the heating schedule and make it ready for circulation.

29. To brake and remove the Tundish permanent lining for partial repair or full relining the forma has to be supplied by the party (steel will be supplied by NINL).

Page 20: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 20 of 25 SIGNATURE OF THE TENDERER

30. To do the anchor welding and other jobs (like Castable mixing, operation of needle vibrator, cleaning of pan mixer after preparing the Castable, etc) as per the requirement to make Tundish permanent lining.

31. To heat/ cure the permanent line Tundish as per the heating schedule and make it ready for circulation.

32. To place the prepared Tundish at the caster platform and ensure complete pre heating of the Tundish.

33. Check for any abnormality in the Tundish refractories prior to start of casting.

34. Monitoring and supervision of all Tundishes on round the clock basis.

35. To keep proper record of all material stock at store and at site, report will be given to NINL on daily /weekly basis.

36. You have to submit material stock and daily consumption report to NINL.

37. To submit report on Tundish refractories and other maintenance refractories actually consumed on monthly basis for certification by NINL department.

38. To maintain house keeping of the area.

39. The Tundish life is directed by NINL, however Tundish permanent life is considered as 500 heats. Tentatively 2 sets of Tundish permanent lining is envisaged and 2 sets of new Tundish covers will be cast for month.

40. Overall monitoring and round the clock supervision will be done by you. Provide daily. Weekly & monthly report for tundish refractories performance, CC refractories utilization, stock position at side & store, details of ladle life in circulation.

41. Party should provide mobile equipment ( hydra, cranes, trucks etc. ) for lifting the material from store.

II) NINL SCOPE OF WORK:

1. To provide the schedule for supply of Tundish refractories.

2. To provide suitable covered storage place for safe keeping of supplied refractories.

3. To provide waste Bin/ Muck Box.

4. To provide suitable stand/ platform for carrying out the job.

5. To provide electricity, water, compressed air, Oxygen, etc.

6. To provide Technical details for making a comprehensive report on steel production, refractories performance and evaluation.

7. NINL will organize weekly/ monthly review meeting to review the progress and performance of the contact.

8. To issue certificate of the actual numbers of the tundish refractories consumed on monthly basis.

9. All the refractory materials (consumables).

Page 21: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 21 of 25 SIGNATURE OF THE TENDERER

C. STEEL LADLE LINING & HOT METAL LINING & MAINTANCE Note: Party should have at least one reference in India in an integrated steel plant for such

refractories usage. I) SUPPLIER’S SCOPE OF WORK:-

1. To sort and stack bricks pallets for easy identification. The loading transportation and unloading of the refractory materials from stores to the work site & shifting it to the re-lining platform for ladle relining work.

2. To provide technically trained site In-charge, Supervisor, Labor and supporting staff on round the clock basis. Necessary gate pass to be arranged by you. Your supervisor will report to NINL site in-charge for each and every shift. In case of non- availability of your people at site, suitable penalty will be imposed.

3. To keep record of Materials stock at store & site, Report will be given to NINL on daily basis

4. To submit material stock and daily consumption report to NINL.

5. To ensure availability and use of all necessary PPEs (like safety Helmet, safety shoes, safety Goggle, Nose mask, Heat resistant jacket, Heat resistant Gloves, Ear plugs, etc. ) by your workmen including supervisors.

6. To strictly comply with statutory rules like Minimum wages, EPF, Workmen compensation, Labor license ,work contract license ,Medical Insurance etc.

7. To provide brick cutter machine , Diamond cutting wheels, suitable mixer as per requirement, all necessary tools and tackles like jack hammers, Pneumatic hammers, vibrators, chisels, measuring scales, templates, etc as per the requirement.

8. To do the full De-bricking of the existing lining, removal of waste refractory materials to proper place as suggested by NINL, through housekeeping of the area, cleaning of the ladle vessel after de-bricking and completes re-lining of hot metal ladle. The total job has to be carried out on 24 hours basis and in the time frame as decided by NINL.

9. To do the patching of hot metal ladle spout area and upper ring as and when required.

10. To do the lancing and removing of the metal jam formed on the ladle wall and bottom, skull removing. Necessary tools & tackles to be arranged by the contactor.

11. To do the Dismantling of well block and seating block and fixing the new ones. Necessary patching with Castable at the walls and at the bottom of the wall at the time of block change.

12. To do the Dismantling of slag zone working lining and bottom of the steel ladle and reinstallation of the same with necessary patching work at the top circumference, free board, sides and bottom walls during mid-campaign of steel ladles.

13. To do the complete de-bricking, cleaning and full re-lining of steel ladle at the end of campaign. The total job has to be completed in the given Time Frame as decided by NINL on 24 hours basis.

14. The life of different refractory materials will be decided by NINL and decision of NINL will be final in this regards.

15. To place the ladle on the pre heater stands, and ensure proper preheating of the ladles.

16. To remove any spilled/ splashed metal & slag from steel ladle transfer car & slag pot transfer car. Castable patching or partial bricks work repair will be done at no additional cost.

Page 22: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 22 of 25 SIGNATURE OF THE TENDERER

17. To do the patch repair, full repair & complete relining of ladle cover as and when required. Breaking and removing of the damaged / old Castable lining of the ladle cover, cleaning it thoroughly, relining, curing and heating up as per the requirement. The cost of maintenance refractory materials actually consumed (inclusive of application charges) will be paid on the basis of certificate issued by NINL on monthly basis.

18. To do the dumping, cleaning and re-lining of the emergency box and emergency ladle.

19. The relining stands to be handled and maintained properly.

20. To maintain house keeping of the area.

21. To dispose of the gunny bags and used bricks in proper place after use.

22. To keep proper record of all materials stock at store and at site. Report will be given to NINL on daily / weekly basis.

23. You have to submit material stock & daily consumption report to NINL.

24. To submit record of maintenance refractory materials consumed in each month for NINL’s certification for payments purpose.

25. Overall monitoring and round the clock supervision will be done by you. Provide daily, weekly & monthly report for ladle performance, brick utilization ladle wise lining & mid–term repair, stock position at site & at store, details of ladle life in circulation.

26. You shall be solely responsible for undertaking and timely completion of the job given to you. Should the contractor fail to execute the job in full or part as per order specification within the completion date, NINL shall be entailed at its option to engage alternate contractor, without notice to the contractor, at their risk & account , the part remain unexecuted , or cancel the unexecuted part & engage or authorize engagement of alternate contractor at the risk and cost of the contractor. All additional and consequential losses incurred by NINL due to contractor’s failure shall be recovered from contractor’s pending bill(s), security deposit etc.

27. The supplier is free to recommend any better quality material as a substitute to increase the life and performance of refractories, after taking clearance from NINL.

28. Party should provide mobile equipment (hydra, cranes, trucks etc.) for lifting the material from store.

29. The party should ensure that all of their employees use personal protective equipments (PPE’s) e.g. safety helmet, safety shoe, other items prescribed at the shop floor activity-wise. They must be trained to avoid unsafe act / condition at the shop floor to avoid mishap / injury. All the jobs are to be completed without injury.

II) NINL SCOPE OF WORK:-

1. To provide the schedule for supply of refractories & completion of relining job as & when required.

2. To provide suitable covered storage place for safe keeping of supplied refractories.

3. To provide converter / ladle break out machine.

4. To provide waste bin/ muck box.

5. To provide electricity, water, compressed air, Oxygen, etc.

6. To provide Technical details for making a comprehensive report on steel production, refractories performance and evaluation.

7. NINL will organize weekly/ monthly review meeting to review the progress and performance of the contract.

Page 23: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 23 of 25 SIGNATURE OF THE TENDERER

D. MIXER

1. The refractory materials have to be sorted at supplier’s end & supplied to us in orderly manner in quality wise- Type wise loading.

2. To sort & stack bricks pallets for easy identification. The loading, transportation & unloading of the refractory materials from store to the work site & shifting it to the tundish re-lining platform.

3. To provide technically and safety trained site in-charge, supervisor, labour & supporting staff on round the clock basis. Necessary gate pass to be arranged by you. Your supervisor will report to NINL site in-charge for each & every shift. In case of non- availability of your people at site, suitable penalty will be imposed.

4. To keep record of materials stock at store & at site. Report will be given to NINL on daily basis.

5. To submit material stock & daily consumption report to NINL.

6. To ensure availability & use of all necessary (like safety helmet, safety shoes, safety goggles, nose mask, heat resistant jacket, heat resistant gloves, ear plugs, etc.) by your workmen including supervisors as per the stipulation of each activity.

7. To strictly comply with statutory rules like minimum wages, EPF, workmen compensation, labour license, work contract license, medical insurance, etc.

8. To provide brick cutter machine, diamond cutting wheels, suitable mixer as per requirement, all necessary tools & tackles like jack hammers, hammers, pneumatic rammers, vibrators, chisels, measuring scales, templates & any other tools & tackles for handling the tundish & Refractories has to be supplied by the supplier etc. as per the requirement.

9. To check permanent lining condition & do necessary patching at pouring spout / discharge spout if any required.

10. To properly preheat / cure the back-up lining after patching.

11. While applying the basic spray mass during spraying housekeeping of the area has to be ensured.

12. To complete the drying / curing of the working lining.

13. Gunning to mixer refractory wherever necessary.

14. Gunning & repair work to pouring & charging spout of mixer.

15. To maintain housekeeping of the area.

16. You shall be solely responsible for undertaking & timely completion of the job given to you. Should the contractor fail to execute the job in full or part as per order specification within the completion date, NINL shall be enticed at its option to engage alternate contractor, without notice to the contractor, at their risk & account, the part remain unexecuted or cancel the unexecuted part and engage or authorize engagement of alternate contractor at the risk & cost of the contractor. All additional & consequential losses incurred by NINL due to contractor’s failure shall be recovered from contractor’s pending bill (s), security deposit etc.

17. The supplier is free to recommend any better quality materials as a substitute to increase the life & performance of Refractories after taking clearance from NINL.

Page 24: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 24 of 25 SIGNATURE OF THE TENDERER

QMS/W/WCC/F/004

Annexure - VI

DECLARATION TO BE SUBMITTED BY THE CONTRACTORS (WITHOUT THIS DECLARATION TENDERS WILL NOT BE ACCEPTED)

REF TENDER NO. NINL/CC/12-13/SM/TDR-141, Date: 24.12.2012

NAME OF WORK: ANNUAL JOB CONTRACT FOR REFRACTORY APPLICATION FOR SMS, INSIDE NINL PREMISES.

NAME OF AGENCY: M/s.________________________________________ The Incharge, Works Contracts Cell, Neelachal Ispat Nigam Ltd, Duburi-755026. Sir, With reference to the notice Inviting Tender, I/We have gone through the tender documents issued to us. I/We have also gone through the general conditions of the contract of NINL. I/We here by confirm that I/We shall abide by terms and conditions of General Conditions of the Contract (GCC) and Special Conditions of Contract (SCC) including form of tender, Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and well aware about the prevailing site conditions. I / we have satisfied ourselves before submitting this tender; obtained information about the nature of work, facilities that may be required and obtained necessary information about working conditions, risk contingencies etc., which may influence this tender. We hereby offer to execute & maintain the work during the defect liability period in conformity with the tender conditions at the respective rates quoted by us. I/We shall also comply to all applicable statutory requirements i.e. PF, ESI, Bonus, Minimum Wages, labour license & insurance, Sales Tax, Income Tax, Works Contract Tax etc. The quoted unit rates are firm and are inclusive of all taxes, duties, levies, statutory payments, royalties etc. (except specifically mentioned in our offer) and will not claim any extra during the execution of contract. The payment of bonus if any will also be attributed to me/us. I/We also declare that the deposited EMD amount (if applicable as per provisions of tender) will not bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our Tender or if I/We vary any terms in our tender during the validity period of the tender without your written consent and/or if in the event of Neelachal Ispat Nigam Limited accepting my/our Tender and I / We fail to deposit the required security money, execute the agreement and/start the work within reasonable time (to be determined by the engineer) after written acceptance of my/our Tender.

Page 25: TDR No 141-Refractory application for SMS - Open

Tender No.141, Date: 24.12.2012, Page 25 of 25 SIGNATURE OF THE TENDERER

Status of the Firm (mark) : Proprietary/Partnership/Others (Specify) Authority to Sign

a) Proprietor

b) Managing Partner

c) Power of Attorney holder Names of partners 1) 2) 3)

Following Details are to be furnished by the Tenderer compulsorily (neat & legible) while submitting the Tender schedule. Income Tax PAN No.

Status/Reason for not having PAN No.

Service Tax No.

OFFICIAL ADDRESS

Phone & Fax No:

Cell No:

E-mail ID:

Yours faithfully, For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...