TENDER DOCUMENTS FOR. Re-Whitemetalling. Journal Bearings AMMONIA-II, CPP & UREA-I PLANT

Similar documents
NATIONAL FERTILIZERS LIMITED (A GOVT. OF INDIA UNDERTAKING) NAYA NANGAL: FAX No

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

Ref. No. NFL/CO/Proj/C/Bathinda/2017 Dated

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

INSTITUTE FOR PLASMA RESEARCH NEAR INDIRA BRIDGE, BHAT, GANDHINAGAR GUJARAT STATE Phone: Fax:

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

क न द र य वद य लय ए.एफ.एस, ब रझ र

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

No.ADG(E)(SZ)/PUR/15/MEAQ/ Date:

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

Divisional Office JLN Udyog Bhawan, Khrew Cement Works

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

HINDUSTAN AERONAUTICS LIMITED IMM DEPARTMENT GENERAL TERMS & CONDITIONS OF CONTRACT

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

न शनल फर ट ल इजर ललल ट ड, नय न गल

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY

PEC University of Technology, Chandigarh

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Tender. for. Indian Institute of Technology Jodhpur

TERMS AND CONDITIONS

National Intelligence Grid (Ministry of Home Affairs) 2nd Floor, Vijaya Building, 17, Barakhamba Road, New Delhi

Description NFL Requirement As Per NIT Vendors Comment (Agreed / If not Agreed, Please Comment) 1 Item No. Item Specification UM QTY

CONTRACT FOR RE-RUBBER LINING POLISH WATER TANK IN DM PLANT AT NFL, VIJAIPUR

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

NATIONAL INSTITUTE OF IMMUNOLOGY Aruna Asaf Ali Marg New Delhi

GENERAL TERMS AND CONDITIONS OF TENDER

AGREEMENT FOR THE SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF PASTA COOKER (STEAM OPERATED) AT SATS INFLIGHT CATERING CENTRE 1.

NOTICE INVITING TENDER - NIT FOR CONSTRUCTION OF APPROACH ROAD TO VCA STADIUM ATJAMTHA NAGPUR

UV-Visible Spectrophotometer

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

LAKWA THERMAL POWER STATION

Notice inviting e-bids for Printing and Supply of IEC Material

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

TENDER NOTICE NO: 11 of of LTPS

TENDER DOCUMENT FOR MINOR WORKS

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

E-PROCUREMENT TENDER ENQUIRY

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF G.M., EHT (O&M) CIRCLE, BURLA

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

TERMS AND CONDITIONS OF SALES

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

The tender document may be download from the website,www,cdac.in/

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

COMMERCIAL TERMS AND CONDITIONS

Special Conditions of Contract (SCC) Rev-01 dated ( Bidders to fill SCC Rev-01 and send with their technical offer)

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

र ष ट र य प र तर रव न स

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

SUPPLY OF SEAMLESS PIPES

THE BRAITHWAITE BURN & JESSOP CONSTRUCTION COMPANY LIMITED NIT/BBJ/TS/D-583/BEARING(ELASTOMERIC)/CHANDIGARH/3125 DT

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

SCHEDULE 1. KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED (Maveli Bhavan, Gandhi Nagar, Kochi 20 ) C1-5783/16 Dated:

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

NATIONAL FERTILIZERS LIMITED VIJAIPUR , DISTRICT GUNA (M.P.) (CIVIL ENGINEERING DEPARTMENT)

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

TENDER FOR APPOINTMENT OF COURIER SERVICE AGENCY

MAHARASHTRA STATE ELEC. DISTRIBUTION CO. LTD, VASHI CIRCLE

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

JAWAHAR NAVODAYA VIDYALAYA, VADNAGAR DIST : MEHSANA(GUJ) Common Terms & Conditions for TENDER 18-19

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

Transcription:

TENDER DOCUMENTS FOR Re-Whitemetalling OF Journal Bearings OF AMMONIA-II, CPP & UREA-I PLANT VIJAIPUR UNIT MECHANICAL DEPARTMENT 1

Re-Whitemetalling of Damaged Journal Bearings of Cooling Water Pump P-3801A~B, GV Solution Pump P-3301A/B/C of Ammonia-II Plant, BFW Pump PT002 in CPP Plant and Steam Turbine 11/21-TK1 in Urea-I Plant. Specifications of Journal Bearings to be repaired. Sr. Item Description RPM Material of Construction Reference Drawing Number 1 Journal Bearing of Cooling water Pump P-3801A/B/C 590 Fe.410WA-IS:2062 + IS:25 Gr.84 NFV/EXPN/A/M-007, Rev. 1 2 Journal Bearing of Pinion High Speed Shaft of Gear Box of Pump P-3801 A/B/C 3 Journal cum Thrust Bearing of Pinion High Speed Shaft of Pump P-3801 A/B/C 5000/590 5000/590 Fe.410WA-IS:2062 + IS:25 Gr. 84 NFV/EX/A/M-042, Rev. 1 Fe.410WA-IS:2062 + IS:25 Gr.84 NFV/A-II/M-94 & 95, Rev. 1 4 Journal Bearing of BFW Pump PT002. 3000 Fe.410WA-IS:2062 + IS:25 Gr.84 NFV/CPP/M-187 (Sheet 1/2 & 2/2 ) Rev. 1 5 Rear Journal Bearing Part No. 15 of Steam Turbine 11/21 TK-1. 8500 IS:25 Gr.84 NFVP/U/M/TK1-FJB 6 Front Journal Bearing Part no. 16 of Steam Turbine 11/21 TK-1. 8500 IS:25 Gr.84 NFVP/U/M/TK1-RJB 7 Journal Bearings of GV Solution Pump P-3301. 3000 ASTM A576Gr.1020 + IS:25 Gr.:84 NFV/EXPN/A/M-016, Rev. 1 2

I SCOPE OF WORK: (Includes but not limited to the following:) 1. Thorough cleaning of Bearings. 2. Removal of old white metal lining from the bearing surface of damaged Journal Bearings in controlled temperature to avoid war-page, hot spot, oxidation etc. 3. Cleaning & degreasing of Bearing surface for deposit of fresh White Metal. 4. Tinning of Bearing Surface with Pure Tin. 5. Re-Whitemetalling of Bearings with fresh Lead free White Metal material conforming to IS: 25 Gr. 84 as the case may be by Centrifuging Process only. 6. Precision machining, grinding and lapping of white metal lining of Journal Bearings to required shapes, sizes and tolerances as per corresponding Drawing No. of the Journal Bearings. 7. Carrying out NDT Inspection of all complete Journal Bearings after repair, as per following: i. Dye Penetrant Test, as per ASTM E-165, Section-V and Appendix-VIII of ASME Section-VIII, Division-1. ii. 100% Ultrasonic Examination to check proper boding of White metal. 8. Pre-dispatch Inspection of Repaired Journal cum Thrust Bearings if required shall be carried out by N.F.L. Engineer and shall include NDT Inspection as per Clause I.7 of Scope of Work and Dimensional Inspection. 9. Application of necessary Preservative / Anti-Rust Coating on the complete Journal cum Thrust Bearings to avoid corrosion. 10. Final packing before dispatch to avoid any damage during Transit. 11. Submission of Complete test Reports in duplicate in Original, which shall include following: i. M.T.C. indicating chemical compositions of the new white metal material. ii. Ultrasonic Test Certificate as per relevant standard for proper bonding of White metal Lining. iii. Dye-Penetration Test Certificate as per ISO Standard for any surface cracks. iv. Dimensional Measurement / Accuracy Certificate. v. Guarantee Certificate against any manufacturing defects, for a period of 12 months from the date of installation / 18 months from the date of supply whichever is earlier. 3

II TIME SCHEDULE: 1 The Tenderer shall submit the Agreement within 15 (Fifteen) days of date of issue of Work Order. 2 The Tenderer shall submit the Indemnity Bond of Rs. 2.50 Lacs within 15 (Fifteen) days of date of issue of Work Order. 3 The Tenderer shall mention the Minimum Time Period, required for Repair & Delivery, from the date of receipt of material at their works. However, the same shall not exceed 120 days from the date of receipt of material at their works. III SPECIAL TERMS & CONDITIONS: 1. Repair Place: The Tenderer shall give complete Address of Works, in the Tender, where repair will be carried out. 2. Repair Procedure: The Tenderer shall give Detailed Repair Procedures of Stress Free Deposition of White Metals in controlled temperature and should ensure that there is no overheating, distortion / change / degradation in metallurgy of the parts due to repair procedures adopted. 3. QAP: Tenderer shall submit QAP for repair / Re-whitemetalling of Bearings alongwith their offer. 4. Indemnity Bond: The Tenderer shall have to submit an Indemnity Bond for Rs. 2.50 Lacs as per NFL Performa before the material is sent to their works. 5. Packing, Despatch, Freight & Insurance: NFL shall dispatch the material to be repaired to Tenderer s works on Freight Paid basis. Transit Insurance would be in NFL s scope. After repair, the Tenderer shall dispatch the material back to NFL on Freight To Pay basis. 6. Tenderer shall stand Guarantee for the work done against bad Workmanship for a period of 12 months from the date of installation or 18 months from the date of dispatch, whichever is earlier. 7. Pre-dispatch Inspection of Re-whitemetalled Journal Bearings if required shall be carried out by N.F.L. Engineer. 8. The Tenderer may see the jobs physically and obtain necessary clarifications, if any, before submitting their Tender. 9. Acceptance of NIT: Tenderer shall confirm in their quotation, the acceptance of all the terms and conditions of NIT, including Scope of Work, failing which the offer may not be considered. 4

IV GENERAL TERMS & CONDITIONS: 1 Interested Tenderer after studying all the tender documents carefully may obtain necessary clarifications, if any, in writing before tendering. Submission of tender implies that the Tenderer has obtained all the clarifications, required. No claim on ground of want of knowledge in this respect will be entertained. No claim for extra charges consequent upon any misunderstanding or otherwise will be allowed. 2 The company reserves the right to accept the lowest or any other tender in part or in full or award parallel contracts or reject all or any of the tenders without assigning any reasons. 3 The following tenders will be liable to summary rejection: 3.1. Tenders submitted by Tenderer who resort to canvassing. 3.2. Tenders, which do not fulfill any of the conditions, laid down in the Tender Documents or are incomplete, in any respect. 3.3. Tenders, which contain uncalled for remarks or any alternative additional conditions. 4 If the Tenderer has relations whether by blood or otherwise with any of the employees of the NFL, the Tenderer must disclose the relations in the Form of Declaration attached, at the time of submission of Tender failing which NFL shall reserve the right to reject the Tender or rescind the Contract. 5 Quantum of Job: The estimated quantities of work have been given on the basis of technical assessment. However, NFL will not give any guarantee for minimum billing or minimum quantum of work during the contract. 6 Validity of Contract: The contract shall remain valid for a period of 12 (Twelve) months reckoned from the date of its award. The job can, therefore, be got done any time during the tenure of the contract. Normally, a Notice of 10 days would be given for starting the job but the Tenderer should be able to mobilize as quickly as possible, if the necessity so arises. 7 Escalation in Rates: The rates quoted will be firm till the currency of the contract and will not be subjected to escalation irrespective of any increase whatsoever. 8 Earnest Money Deposit: 8.1 The Tenderer shall make a deposit of Rs. 5000.00 /- (Rupees Five Thousand only) as Earnest Money Deposit in the form of an A/c. Payee Demand Draft, payable at SBI Bavrikheda (Code No. 8455) drawn in favour of M/s. National Fertilizers Limited, Vijaipur. The Earnest Money shall not be accepted in any form other than specified above. Earnest Money should accompany the tender in a separate envelope without which tender will not be opened and it will be considered as rejected. 8.2 The Tenderer, registered under Small Scale Industries are exempted from submission of E.M.D., subjected to submission of relevant certificate from concerned Authority alongwith Tender Documents. 9 Security 9.1. Initial Security Deposit (I.S.D.) @ 2.5% of the total contract value including E.M.D. shall have to be deposited within a week from the date of issue of LOI. 9.2. Security Deposit (S.D.) @ 7.5% of the bill value shall be deducted from the Bill of the Tenderer so as to make the total recovery for Security Deposit @ 10% (including I.S.D. & E.M.D.) of the gross value of work done. E.M.D. shall be considered as part of the S.D. The Security Deposit shall be refunded after expiry of Defect Liability / Guarantee Period. No interest shall be paid on I.S.D., E.M.D. and S.D. Alternatively, the Contractor may submit a Bank Guarantee for 10% of the Contract Value in the prescribed format, issued by a Nationalized Bank. The Bank Guarantee should be valid for the period covering the Defect Liability Period / Guarantee Period plus a further period of six months. 5

10 Period of Liability: Tenderer will stand guarantee for the work done for trouble free operation for a period of 12 months from the date of installation or 18 months from the date of despatch, whichever is earlier. Any damage or defect or other faults that may arise or lie undiscovered at the time of issue of completion certificate, or appear within defect liability period after the virtual completion of the work, arising in the opinion of the owner from material or workmanship not in accordance with the contract, shall upon the directions in writing of the owner and within such reasonable period specified therein, shall be rectified by the Tenderer or in case of default, NFL may cause the same to be made good by other workmen and deduct expenses from any sums that may be there or at any time thereafter become due to the Tenderer or from his security deposit. NFL shall be under no obligation to accept / entertain any claim / demand whatsoever in this behalf. 11 Sub-Contracting: Sub-Contracting of the job will not be allowed. 12 If the Contractor fails to fulfill his obligations under the contract, NFL shall have the right to get the work done by the agency other than the Contractor, at the Risk and Cost of the Contractor, till the expiry of the period of the contract. 13 Termination of Contract: If the Contractor is unable to execute the work, any loss incurred by the company in this respect will be to the Contractor's account. The company may also terminate the contract after giving a 3 (Three) days notice, if in its opinion; the work under the contract is not being done to its satisfaction. 14 Terms of Payment 14.1. The rates quoted should be excluding Service Tax. Service Tax, if applicable, shall be reimbursed separately against documentary evidence of its payment. It should be ensured by the Bidder that the rates quoted by him are inclusive of all taxes, duties, royalties and other Statuary Levies (except Service Tax) applicable at the present or which may become applicable in future or from time to time. Unless specified to the contrary in the bid, all Present and Future Taxes and Statuary Levies shall be borne and paid by the bidder. Payment of the Taxes and other Statuary Levies shall be the responsibility of the bidder and shall not be payable by N.F.L. The Tenderer should clearly specify the elements on which Service Tax is leviable. 14.2. 90% payment shall be made by Cheque after making necessary recoveries as per Terms & Conditions of NIT, against submission of Bill along-with relevant documents and after receipt of Repaired Journal Bearings at NFL, Vijaipur and balance 10% shall be retained as Security Deposit as per Clause No. 9.1 & 9.2, which shall be paid after expiry of the Defect Liability / Guarantee Period as per Clause 10. Such payments will be made in full within 30 days of receipt of bill complete in all respects. 14.3. NFL Shall prefer release of Payment by ECS / EFT for which Tenderer may give their Account No. of State Bank of India & its Branch Code. 15 Mutually Agreed Liquidated Damages: In the event of work is not completed according to the time schedule, you shall have to pay Mutually Agreed Liquidated Damages to NFL @ of 0.5 % of the total value of work for delay of every week or part thereof, subject to a ceiling of 5 % of the total value of the work. 16 Tax Deduction at Source: Statutory deduction on account of Income Tax & other Tax including Surcharge shall be made from the bill of the Tenderer at the prevailing rates, as applicable at the time of release of payment to the Tenderer. 17 Income Tax Permanent Account Number (I-Tax PAN): The Tenderer shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender. 6

18 Force Majeure: The terms and conditions mutually agreed upon with respect to this agreement shall be subject to Force Majeure. Neither the Tenderer nor the NFL shall be considered in the default in the performance of their obligations contained therein, if such performance is prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolution, Civil Commotion, Strike, Epidemic, Accident, Fire, Cyclone, Wind, Flood, Earthquake, Regulation or Ordinance or Requirement of any Government or any Sub-Division thereof, or Authority or Representative of any such Government and / or due to Technical Snag/Reasons, or any other Act whatsoever, whether similar or dissimilar to these enumerated, beyond reasonable control of the parties hereto, or because of any Act of God. The Tenderer so affected, upon giving prompt notice to the other Tenderer, shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists, provided that the Tenderer so affected shall use its best efforts to avoid or remove such causes of nonperformance if possible and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of Force-Majeure lasting continuously for a period of one week, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract. 19 Conciliation & Arbitration: 19.1. Except where otherwise provided in the contract all matters, questions, disputes or differences whatsoever, which shall at any time arise between the parties hereto, touching the construction, meaning, operation or effect of the contract, or out of the matters relating to the contract or breach thereof, or the respective rights or liabilities of the parties, whether during or after completion of works or whether before or after termination shall after written notice by either party to the contract be referred to the arbitration of Designated Unit Head/E.D./Functional Director/Chairman & Managing Director, National Fertilizers Limited or his/her nominee (appropriate designated authority may be inserted as per contract value). 19.2. The arbitration & Conciliation Act 1996 or any statutory modification or reenactment thereof and the rules made there under shall govern the Arbitration proceedings. 19.3 The contractor hereby agrees that he shall have no objection, if the arbitrator so appointed is an employee of NFL and he had to deal with the matter to which the contract relates and that in the course of his duties as such he had expressed views on all or any of the matter in dispute or differences. 19.4 If the arbitrator to whom the matter is referred to vacates his/her office by any reason whatsoever then the next arbitrator so appointed by the authority referred above may start the proceedings from where his predecessor left or at any such stage he may deem fit. 20 The contract shall be governed by and construed in accordance with the Laws of India. 21 Jurisdiction: The contract shall be deemed to have been entered into at Vijaipur and all causes of action in relation to the contract will therefore be deemed to have arisen within the Jurisdiction of the Courts at Guna (Madhya Pradesh) only. 22 Agreement: The Tenderer responsibility under this contract will commence from the date of issue of the Letter of Intent / Work order. The Tender Documents, Other Documents exchanged between the Tenderer and NFL, the Letter of Acceptance and Work Order shall constitute the Contract. The successful Tenderer shall have to execute an Agreement with NFL, on a non-judicial stamp paper of Rs.100.00 at Vijaipur, within 15 (Fifteen) days of date of issue of the Work Order or before start of Work whichever is earlier. The cost of stamp paper shall be borne by the Tenderer. The Agreement to be executed will be in the Agreement Form to be specified by NFL. 7

V SCHEDULE OF RATES: Sr. Description Quantity Lump sum Rate (Rs.) Amount (Rs.) Lumpsum Charges for Re-Whitemetalling of Damaged Journal Bearings, as per Scope of Work mentioned in the Tender. In Figures & Words In Figures & Words 1. Journal Bearing of Cooling water Pump. Drg. No. NFV/EXPN/A/M-007, Rev. 1 2. Journal Bearing of Pinion High Speed Shaft. Drawing No.: NFV/EX/A/M-042, Rev. 1 3. Journal cum Thrust Bearing of Pinion High Speed Shaft. Drawing No.: NFV/A-II/M-94 & 95, Rev. 1 4. Journal Bearing of BFW Pump PT002. Drawing No.: NFV/CPP/M-187 (Sh 1& 2 ) Rev. 1 5. Rear Journal Bearing Part No. 15 of Steam Turbine 11/21 TK-1. 6. Front Journal Bearing Part no. 16 of Steam Turbine 11/21 TK-1. 7. Journal Bearings of GV Solution Pump P-3301. NFV/EXPN/A/M-016, Rev. 1 3 Set 1 Set 2 Set 4 Set 1 Set 3 Set 4 Set Total: Notes: 1. The Tenderer shall quote Single Rate against each item and not the multiple rates in the Schedule of Rates. Any Tender with the multiple rates quoted will be summarily rejected. 2. The Rates should be inclusive of all Duties & Taxes to be payable, but excluding Service Tax. 3. The Tenderer would be fully responsible for the quoted Rate & Amount and would deposit Excise & Service Tax. Service Tax, if applicable, shall be reimbursed against documentary proof of having paid it to the Government / Service Tax Registration No. should be provided on the Invoice. No additional claim would be accepted. (SIGNATURE OF TENDERER) Name Date Place 8