(INSTRUMENTATION DEPARTMENT)

Similar documents
Ref. No. MS/257/2012/250-A-R Date :

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

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

न शनल फर ट ल इजर ललल ट ड, नय न गल

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

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

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

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

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

PUNJAB TECHNICAL UNIVERSITY,

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

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

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

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

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

BALMER LAWRIE & CO. LTD.

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. SECURITY SERVICES in

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

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

TERMS AND CONDITIONS

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

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

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

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

Please purchase PDFcamp Printer on to remove this watermark.

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

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

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

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

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

Himalayan Forest Research Institute

The last date for submission of the bids is at

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

BID DOCUMENT SECTION I

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

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

LAKWA THERMAL POWER STATION

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

COMMERCIAL TERMS AND CONDITIONS

CHECK LIST DULY FILLED IN TO BE ATTACHED WITH THE TENDER. 1 Whether Earnest Money is enclosed. Yes/No

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

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

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

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

Tender. for. Indian Institute of Technology Jodhpur

NLC TAMILNADU POWER LIMITED

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

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

BALMER LAWRIE & CO. LTD.

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

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

PEC University of Technology, Chandigarh

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

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

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

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

TENDER DOCUMENT No.CSIR-NAL/PBMA-4/ /S-VI

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

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

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

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

OFFICE OF THE UNIVERSITY ENGINEER

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

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

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

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

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

LOK SABHA SECRETARIAT General Procurement Branch

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

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

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

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

TENDER DOCUMENT (PART-A)

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No

NOTICE INVITING e-tender

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

TENDER FOR SUPPLY OF HAND BOOK

Transcription:

1 P a g e 1 e-mail : scsinghla@nfl.co.in Fax No. 01887-220541 (INSTRUMENTATION DEPARTMENT) TENDER DOCUMENT FOR AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12 LAST DATE SALE OF TENDER DOCUMENTS DUE DATE OF RECEIPT OF TENDERS : 18.04.2011 up to 16:00 Hrs : 19.04.2011 up to 14:30 Hrs DUE DATE OF OPENING OF TENDERS : 19.04.2011 at 15 :00 Hrs THIS DOCUMENT CONTAINS NIT & GDCC : 59 pages PERFORMA FOR QUOTING RATES (ANNEXURE X ) : 6 page TOTAL : 65 pages Signature of Tender Issuing Authority

2 P a g e 2 INDEX AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12 Sr. No. Particulars From Page To Page No. of Pages 1. Issue of Tender Document 1 1 1 2. Index 2 2 1 3 Tender Notice 3 3 1 4. Notice Inviting Tender, Eligibility Criteria (Ann.-I) & Evaluation Criteria 4 9 6 5. Scope of Work & Special Terms and Conditions (Ann.-II) 6. Declaration Form pertaining to Service Tax (Ann.-III) 10 16 6 17 17 1 7. Undertaking I (Ann.-IV) 18 18 1 8. Declaration Form (Ann.- V) 19 19 1 9. Undertaking- II (Ann.-VI) 20 20 1 10. Acceptance of Tender Documents (Ann.-VII) 11. Application for Tender Document fee if downloaded from NFL website (Ann.-VIII) 21 21 1 22 22 1 12. Undertaking III (MSMED Act -2006) 23 23 1 13. General Directions & Conditions of Contractor 14 Performa for Quoting Rates (Ann. X) 6 15. Total Pages 65 36 Contractors are requested to see that all the papers of tender document issued to them are intact as per above Index.

3 P a g e 3 NATIONAL FERTILIZERS LIMITED, NANGAL UNIT NGL/INST/CM/158/2011/ Dated. 16.03.2011 NOTICE INVITING TENDERS SUB: - PRESS ADVERTISEMENT FOR ARC OF INSTRUMENTATION MAINTENANCE JOBS FOR THE YEAR 2011-12. Sealed Tenders are invited from experienced and financially sound contractors for the following work: Sr No Work Description Estimated Cost Cost of Tender Documents 1. ARC for Instrumentation Maintenance Jobs. Rs 12,92,560.00 Rs. 550/- Availability of Tender documents Website or office of DGM - (Inst.) Last date for sale of Tender documents 18.04.2011 up to 16:00 Hrs Date of receipt of Tenders 19.04.2011 up to 14:30 Hrs Date of Tender opening 19.04.2011 at 15:00 Hrs For eligibility criteria, evaluation criteria and documents required to be submitted refer Tender Documents or visit our website: www.nationalfertilizers.com. DGM (INST.)

4 P a g e 4 Ref No. NGL/INST/DGM/158/2011 Dated: 14.03.2011 M/S Sub: - ARC FOR INSTRUMENTATION MAINTENANCE JOBS DURING 2011-12 01. SCOPE OF WORK----------------------------------------- AS PER NIT 02. TENTATIVE PERIOD OF JOB ------------------------- August-2011 to July 2012 03. AMOUNT OF EARNEST MONEY----------------------- Rs. 16450/- (Rupees Sixteen Thousand four hundred fifty only) REFUNDABLE 04. TENDER FEE--------------------------------------------- RS 550/- (NON REFUNDABLE) 05. TOTAL TO BE SUBMITTED----------------------------- RS 17,000/- 06. TIME OF COMPLETION--------------------------------- As per NIT 07. LAST DATE OF RECEIPT OF TENDERS------------- 19.04.2011 up to 02.30 PM 08. DATE OF OPENING THE TENDER-------------------- 19.04.2011 at 03.00 PM 09. VALIDITY OF TENDERS-------------------------------- 4 MONTHS 10. PLACE OF RECEIPT & OPENING THE TENDERS OFFICE OF Dy. GENERAL MANAGER (INST.) 11. SPECIAL STATUTORY REQUIREMENTS------------- ENCLOSED 12. GENERAL TERMS AND CONDITIONS OF THE CONTRACT-- ENCLOSED 13. CONTRACT ESTIMATE---------------------------------- Rs 12,92,560.00 14. Value of Actual work done in last 5 Months Rs 4,23,854 Lacs Approx. (August -10 to Dec-10)

5 P a g e 5 PROCEDURE FOR SUBMITTING TENDERS: - Tenderers should quote as per Schedule of Rates for the jobs under scope of work. All tenders should be submitted in sealed envelope, duly superscribed as TENDER FOR ARC FOR INSTRUMENTATION MAINTENANCE JOBS DURING 2011-12. The envelope should contain three separate sealed envelopes therein as follows: I One Sealed envelope will contain Earnest Money of Rs 16,450.00 in the form of DD/BANKER CHEQUES issued by any scheduled Bank favoring National Fertilizers Ltd, payable at Naya Nangal/Nangal. This envelope should be inscribed Earnest Money. NFL will not adjust the earnest money/security deposit of other tender/contract of the tenderer/contractor against this contract. Cheque shall not be accepted in any case. i. Tender document can be obtained from the office of the Dy. General Manager (Inst) during working hours against Rs 550/- (non-refundable) towards a cost of tender documents through Bank draft in favor of National Fertilizers Limited payable at Naya Nangal/Nangal(Punjab). ii. Tender documents can also be downloaded from our web site www.nationalfertilizers.com, in that case tender fee as stated above is to be submitted in the form of separate demand draft along with cover No 1 pertaining to EMD of Rs 17000/-. II Second envelope should be inscribed TECHNICAL AND COMMERCIAL BID containing the following documents: Signed copies of complete tender documents, & information /documents indicated in ANNEXURE I but excluding Performa for price bid. Each page of copy of these documents should be signed by tenderer in token of acceptance of our terms and conditions. III Third sealed envelope inscribed, PRICE BID- DO NOT OPEN IN RED. This envelope should contain the price bid as per Performa for quoting rates Annexure-X therein duly completed and signed by the tenderer. 1. The price bid should be submitted, clearly inscribing the name of the tenderer. 2. The tenderer shall quote for the total quantity. 3. THE PRICE BID SHOULD NOT CONTAIN ANY COMMERCIAL AND TECHNICAL CONDITIONS/TERMS. SUCH TERMS AND CONDITIONS, IF ANY, SHOULD BE MENTIONED IN TECHNICAL AND COMMERCIAL BID ONLY.

6 P a g e 6 Incomplete Tenders or Tender without Earnest money &Tender Fee shall not be considered. Tender received after the closing date is liable to be out rightly rejected. Completed tenders/offers as above should be sent to Dy. General Manager (INST), NATIONAL FERTILIZERS LIMITED, NANGAL UNIT, NAYA NANGAL, and DISTT. ROOPNAGAR, (Pb) - 140 126 Dy. GENERAL MANAGER (INST.)

7 P a g e 7 INSTRUCTIONS FOR FILLING TENDERS 1. Tenderer should go through all the terms and conditions of this tender document. Clarifications, if any, can be obtained from the office of Chief Manager (Inst.) NFL NAYA NANGAL. 2. Tenders which do not fulfill all or any of the conditions laid down in the NIT, or contain conditions not covered in the NIT are liable to be rejected. 3. Tenders shall also be liable for rejection on following grounds : i. Tenders submitted late. ii. Tenders which contain uncalled for remarks. iii. Tenders having deviations in terms and conditions. iv. Incomplete tenders. v. Conditional tenders. 4. Tenderer shall sign each page of the tender and put his seal on each page. Full postal address for communication should be mentioned in the tender. 5. Tenderer should quote rates in figures and words. 6. Tenderer should fill rates in Performa for quoting Rates only.. 7. The quotation should be legible clear and free from over writing or erasures. 8. Earnest money could be deposited in any of the following forms: Demand Draft / banker s Cheque in favour of National Fertilizers Limited, payable at Nangal/Naya Nangal, which is encashable on presentation at face value at SBI, Naya Nangal Branch (Punjab). 9. Rates quoted should be valid for 120 days from the date of Tender opening for the purpose of issue of LOI/Work Order. 10. Party should quote only one rate for same item of work. Multiple rates for same item of work will not be accepted. 11. It is not obligatory on NFL to accept the lowest bid. NFL further reserves the right to reject any or all bids without assigning any reason. 12. The contract shall not be split & the complete job shall be awarded to one contractor only. 13. Earnest money of unsuccessful bidders shall be returned without any interest, after finalization of the contract. ---------------------

8 P a g e 8 ANNEXURE -I NATIONAL FERTILIZERS LIMITED NANGAL UNIT (INSTRUMENTATION DEPARTMENT) 1. ELIGIBILITY CRITERIA A)The party shall be eligible to participate in the bid only, if he / they meet the following eligibility criteria and submit the Self Certified documentary evidence in support thereof, without which price bids shall not be opened. 1. The parties shall submit the name and address of the firm/company along with its constitution giving status of the same, such as sole proprietorship / partnership or limited/private firm etc. and also provide photo copy of documentary evidence duly attested by Notary. 2. The party shall submit documentary evidence with respect to experience of having successfully completed, similar works during the last seven years, ending last day of previous month, from the issue of NIT. (i) (ii) (iii) Three similar completed works each costing not less than Rs. 5.20 Lakh OR Two similar completed works each costing not less than Rs. 6.45 Lakh OR One similar completed work costing not less than Rs. 10.30 Lakh Definition of "similar work means: Annual Maintenance Contract for Instrumentation/Electrical/Mechanical maintenance Jobs in Fertilizers, Petrochemicals, Refineries, Power Plants etc. The tenderer to submit the copies of Work Orders along with successful execution certificates. 3. Average Annual financial turnover of the agency during the last 3 years ending 31 st March 2010 should be at least Rs. 3.90 Lakh for which agency shall submit the documentary evidence of Balance Sheet and P&L for the year 2007-08, 2008-09 & 2009-10 in support thereof. 4. Copy of PAN.(Self Certified) 5. Copy of P.F. Registration No. issued by PF Authorities (Self certified). 6. Copy of Service Tax Code & Registration No., allotted by Central Excise Deptt.(Self certified) 7. Declaration Form pertaining to Service Tax (Annexure-III) 8. Latest Bank Solvency Certificate, amounting to Rs. 5. 00 Lacs,issue by any scheduled Bank of India (Validity of Bank Solvency Certificate is 12 months). 9. Certificate regarding No. Relation with employees of NFL as per Enclosed Performa (Annexure- IV)

9 P a g e 9 B) The party shall also be required to submit the following documents, in the absence of which, the price bid shall be opened, however, the document shall have to be submitted by the party before the award of work. Otherwise EMD of the party shall be forfeited. 1. Labour License, if applicable. 2. If the party is registered as Micro/Small/Medium Enterprises as per MSMED Act- 2006, the same may be confirmed by the party and submit a photocopy of registration certificate in support thereof. 2. EVALUATION CRITERIA 1. The contract shall be awarded on Composite L 1 basis. However, in case, it is found that L 1 tenderer has quoted non-workable rates for one / more items due to which they become L 1, NFL reserves the right to reject such tender. This condition shall be applicable on next lowest tender (s) also. 2. If the tenderer does not quote rate of any item, it may be noted that for evaluation purposes the same shall be taken based on the highest rate quoted by the other tenderers. However, order shall be placed for the same item based on the lowest rate quoted by the other tenderers. In that case, the party shall have to execute that item(s), failing which action shall be taken as per the terms & conditions of the contract. 3. Contractors are required to quote their rates of respective item of work as per the UNIT of Item mentioned in the Schedule of quantities. If it is found that the contractor has quote his rates against a particular item(s) by changing the UNIT,the such quoted rates of the contractor with the changed UNIT shall be ignored and treated as the UNQUOTED RATE against that particular item(s) and the tender shall be evaluated as per Para2,mentioned above.

10 P a g e 10 ANNEXURE-II SCOPE OF WORK & SPECIAL TERMS AND CONDITIONS 1. TIME SCHEDULE: The contract shall be valid for a period of one year i.e. 01-08-11 to 31-07-12. However it can be extended at the sole discretion of NFL for a period of three months at the same rates, terms and conditions which will be binding on the contractor. 2. Deduction of statutory Dues The following Taxes/Duties shall be deducted from the parties bill as per Statutory Provision :- 1. Income Tax 2. Works Tax 3. Any other statutory levy which may be imposed by Govt. 3. Scope of Work & Quantum of Job 1. Scope of work As per Annexure IX. 2. Quantities given against each item are tentative & could be increased/decreased by 30 % at the same rates term & conditions. 4. SUBMISSION OF MONTHLY BILLS : The contractor shall submit his monthly bill within 1 st week of the following month to the executing department for verification and recommendation. In case the contractor fails to submit the bill by the last day of the following month, a penalty of 1% of the billed amount or for every month of delay or part thereof subject to minimum of Rs.1000/= shall be recovered from the bill. 5. A. Payment of Taxes & duties. 1. The tenderer shall quote their rates inclusive of all taxes & duties excluding service tax. No request for increase/decrease or inclusion of any taxes shall be entertained afterwards. 2. NFL shall not provide C Form for availing concessional rate of CST towards import of goods/material by the contractor in the State of Punjab from the other States. B. Service Tax. 1. The tenderer shall separately indicate the portion(amount) of taxable services on which service tax shall be payable by NFL, in the price bid. The tenderer shall also indicate the service tax rate and the amount of service tax in the price bid. As regards portion(amount) of exempted services representing value of goods etc., the necessary documentary evidence should be available with the tenderer. 2. In case tenderer opts composition scheme for payment of service tax, then the amount of service tax on the value of goods received free of cost from NFL(if any), shall be borne by the tenderer.

11 P a g e 11 3. In case of tenders called under dual bid system, the tenderer shall confirm that all the columns in the price bid relating to item wise rates and service tax along with totals have been filled up. This confirmation may be provided in prescribed proforma(refer Annexure-III) and submitted along with technical bid in envelop-ii C. Evaluation of bids. i. The amount of service tax as indicated in the price bid, shall be considered for evaluation of bids for arriving at L-I status. ii. iii. If nothing is mentioned in the columns relating to service tax, it shall be construed that the quoted rates are inclusive of service tax and tenderer is not claiming anything extra on this account from NFL. If in the service tax columns, tenderer fills up the remarks such as, as applicable/service tax extra/ as per govt rules etc. then it shall be construed that service tax at prevailing rates is applicable on all the items i.e. on total quoted value of the contract, which shall be loaded for evaluation purposes for arriving at the status of L-I. D. Payment on account of service tax shall be made based on invoice / bill raised by the tenderer separately indicating the amount of service tax, restricted to the quoted proportion / rate of Service tax. The tenderer must provide copy of service tax registration number which should also be mentioned in invoice / receipts along with Service Tax Code and Accounting Code. E. Any subsequent change in the rate of service tax shall be to NFL s account during contractual period only. F. As per Service Tax Law, the liability towards payment of service tax lies with the service provider, so NFL is not responsible for non compliance of the Service Tax Law by the tenderer. 6. PAYMENT TERMS : i. No advance payment is permissible against this contract. Payment against work completed shall be released on monthly basis on submission of bills along with relevant documents. ii. After the completion of the entire job. Including clearance of the site to the entire satisfaction of the Engineer-in-charge. You will submit your bill after verification of the bill by Engineer-in charge due payment shall be released as following: (i)90 % Payment after deduction of the statutory levies, taxes & due recoveries of the measured bill should be released. (ii) 10 % shall be deducted towards security deposited and will be released after 06 months from the date of completion of work as per performance guarantee clause. 7 E -Payment :NFL Nangal Unit is having its cash Credit account with State bank of India, Naya Nangal, who is having Electronic Fund Transfer Facility (EFT) in its branch at Naya Nangal and some other Important branches. The contractors/suppliers who are maintaining their Bank accounts with SBI having

12 P a g e 12 EFT facility, may submit their bank particulars i.e. Bank Account Number, Name of place of branch, Branch Code Number, so that their payment could be released through transfer of funds to their account. 8 PENALTY : Penalty at the rate of 1% per week or part thereof, subject to max. of 10% of the contract value shall be levied in case of delay in execution of the work. For this purpose individual job orders shall be issued to the contractor by different engineers from time to time, specifying time of completion of each job. 9. RISK & COST (i) If it is felt that at any stage that the contractor is not capable to complete the job with in the time schedule or not in accordance with the standard specifications, NFL reserves the right to get the same executed from another agency at his risk & cost. (ii) The rates shall remain firm throughout the period of contract & the contractor will not be entitled to any increase in rates on account of revision in minimum wages announced by the Govt. or due to increase in any other expenses. 10. SECURITY DEPOSIT Security shall be deducted from running bills to make it 10% of the contract value(including EMD) Same shall be refunded after the expiry of defect liability period of six months from the date of completion of contract. Such security deposit shall not bear any interest thereon. 11. PERFORMANCE GUARANTEE:- Contractor will stand guarantee against the defective workmanship and premature failure for a period of 6 months. If no complaint is received, against the same 10% security deposit deducted from the bills shall be released. 12. Payment Of Minimum Wages : It shall be the responsibility of the contractor to Pay Minimum wages to his workmen as fixed and revised by the appropriate Govt from time to time under the minimum wages Act. 1948. The payment shall be made to their workmen by the contractor not latter than by 7 th of the following month in the presence of concerned Engineer-in-charge of NFL. In case delay of wages beyond 7 th days as stated above NFL reserves its right to impose a fine which shall not be less than 1500/- can be extended to Rs.7500/ in respect to delay of wages of each and every contract labour and/or for each and every months. In case of further delay NFL will pay the wages to the workmen of the contractor which will be deducted from bill of the contractor along with 25 % from the total amount of wages as departmental charges or recovered otherwise from the contractor. This fine is in addition to any other penalty provided in the contract. 13. INSURANCE : You shall obtain Insurance cover for all its employees proposed to be deployed for the job, for a period of 12 months, before the start of work. Reference of Contract/Work order shall be recorded on the cover note/insurance policy. Maximum number of persons to be deployed under the contract shall be indicated along with the number of persons to be deployed normally. Contractor shall get the insurance policy endorsed in favour of NFL in terms of endorsement No. 140 extending the policy for making indemnity to principals, for which no additional charges are to be paid by the contractor to the Insurance Company.

13 P a g e 13 14. ESCALATION/DE-ESCALATION IN THE MINIMUM WAGES OF UNSKILLED LABOUR :- (Applicable for Item Sr. No. 23 (a) of Annexure X only) The rates quoted by the tenderer shall remain firm during the currency of the contract including extended period also, except increase/decrease in the minimum wages of the labour by Punjab Govt. The escalation on account of increase in the minimum wages shall be compensated to the contractor as per the formula indicated below:- =Billed Amount x65/100x (Escalated minimum wages-present minimum wages) Present minimum wages The Punjab Govt.notifies minimum wages of labour from time to time. The above formula for escalation will be used for minimum wages prevailing at the time of opening of tender. Escalation/De-escalation shall be calculated on the minimum wages declared in the notification issued by Punjab Govt.as applicable on the date of opening of tender. Even if the notification is issued at a later date, it shall be considered from retrospective effect and the same shall be the basis of calculations. However, if change in minimum wages is notified after validity/currency of contract, the same shall not be considered for escalation/de-escalation. 15. ARBITRATION CLAUSE: The contract shall be governed by and construed in accordance with the laws of India. A- Contracts having contract value up to Rs.10.00 Lakhs. 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 the 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, NFL, Nangal Unit or his/her nominee whose decision shall be final and binding upon both the parties to the contract. The contractor hereby agrees that he shall have no objection if the Arbitrator so appointed is an employee of NFL and he had to deal with the matter to which the contract relates and that in the course of his duties as such he has expressed his views on all or any of the matter in dispute or differences. If the arbitrator, to whom matter is referred, vacates his office by any reason whatsoever then the next arbitrator so appointed shall start the proceedings from where his predecessor left. It is agreed by and between the parties that in case a reference is made to the arbitrator or the arbitral tribunal for the purpose of resolving the disputes/differences arising out of the contract by and between the parties hereto, the arbitrator or the arbitral tribunal shall not award interest on the awarded amount more than the rate of SBI PLR or actual interest rate paid by the owner (NFL) whichever is lower, prevailing on the date of award of contract. Subject to as aforesaid the arbitration proceedings shall be governed by the Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made there under. B- Contracts having contract value more than Rs.10.00 Lakhs. The contract shall be governed by and construed in accordance with the laws of India. 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

14 P a g e 14 respective rights or liabilities of the parties, whether during or after completion of the works or whether before or after termination, shall be referred to Functional Director/Chairman & Managing Director, National Fertilizer Ltd for appointing arbitrator from the panel maintained by the NFL (circulated vide IOM No. NFL/Sec/Legal/Arb./123 dated 19.08.2010) or any other person of repute including persons on the Panel of Arbitrators maintained by bodies like SCOPE Forum of Reconciliation and Arbitration (SFCA), Construction Industry Arbitration Council (CIAC), ICA, etc. to adjudicate the dispute. The decision of the arbitrator so appointed shall be final and binding on the parties. It is agreed by and between the parties that in case a reference is made to the arbitrator or the arbitral tribunal for the purpose of resolving the disputes/differences arising out of the contract by and between the parties hereto, the arbitrator or the arbitral tribunal shall not award interest on the awarded amount more than the rate of SBI PLR or actual interest rate paid by the owner(nfl) whichever is lower, prevailing on the date of award of contract. Subject as aforesaid the provisions of India s Arbitration and Conciliation Act,1996 and the rules made there under or statutory modification or re enactment thereof from time to time shall apply to the arbitration proceedings under the clause. 16. Whether any Ex-employee(s) Relation of Ex-employee(s) of NFL is/are employed with you If so, the name,designation, Department and E.No. of such Ex-Employee be indicated. Undertaking as per Annexure-IV to be submitted by the contractor. 17. PF ACCOUNT : The contractor shall be required to have obtained provident fund account No. from concerened PF Commissioner and will ensured the compliance of all requirements of Provident fund & misc. provisions act, 1952 for contract labour. Only those contractor who are in possession of their own PF A/C No. shall be considered for subject work. 18. You must obtained a valid labour License for engaging labour in the state of Punjab from Labour Commissioner Mohali before starting contract. 19. The contractor shall abide by following acts, in addition to provisions of the GDCC of NFL Nangal Unit : i. Contract Labour (regulation & Abolition ) act 1978. ii. Minimum Wages Act 1948. iii. Employees Provident Fund & Misc, Provisions act 1952. iv. Factories Act 1948. v. Workmen Compensation Act 1923. vi. vii Any other act framed by the state/central Govt. from time to time. The contractor shall be required to possess a valid license for engaging labour from state labour department. 20. Contractor will have to furnish their PF account No. and ensure compliance with all the requirements of PF & Misc. Provision Act, 1952 for contract labour. a) OTHER STATUTORY REQUIREMENTS: i) The contractor shall comply with the provisions of payment of wages act, 1936, Minimum Wages Act, 1936, Minimum Wages Act, 1948, Employees Provident Fund & Misc. Provisions Act, 1952, Employers Liability Act, 1938, Workmen s Compensation Act, 1923, Maternity Benefit Act, 1961, the contract labour (Regulation & Abolition Act, 1970 and Mines Act, 1932 or any modification thereof. Contractor shall also comply with the provisions of all other Acts, Rules & Regulations connected with the employment of labour for the purpose of execution of this contract. ii) The contractor shall allot PF A/c No.(s) to the labour engaged by the them and inform the same to the labour. Thereafter, the Contractor shall be required to deposits the PF contribution in respect of contract labour employed by him with the concerned PF Authorities, within the

15 P a g e 15 stipulated time and submit a statement duly signed by him showing the names of the Contract Labour, amount of PF deposited on their behalf, Challan no. etc. on monthly basis. iii) That the contractor shall issues PF statements for its labour, at the end of the financial year / closing of contract after obtaining the same from PF Office where the contribution is being deposited and submits a certificate to this effect to NFL. iv) On completion of the job, the contractor shall submit the annual PF statements duly filled up in Form-13, alongwith other documents pertaining to the final bill for release of payment. The Security amount deducted/ deposited by the contractor shall only be released after submission of above stated documents. 21 The contractor shall execute an agreement with NFL on a Judicial stamp paper of Rs.15.00 (To be purchased by the contractor), for faithful execution of the contract as per provisions of the Work Order. 22 The contractor shall make a site office inside the factory area on the land to be provided by NFL free of rent. 23 Electricity shall be provided at the site office by NFL on chargeable basis at commercial rates. 24. Contractor s supervisor, technicians, welder & other staff shall be required to be available at his site office from 8.00 AM to 5.00 PM on all working days. 25. WORKING HOURS : Normal working hours shall be from 8.00 am to 5.00 pm. However to meet plant exigencies, it will be required to work round the clock on all days including Sundays and Holidays, as per directions of the engineer in charge. For this purpose, the contractor shall have a local P&T telephone at his residence & will mobilize his staff immediately on receipt of information for attending to the jobs after normal working hours. 26. For Jobs Sr. No. 1 to 22 of Annexure X, The contractor shall maintain site office at their own cost and keep a team of minimum 6 no staff consisting of 2-technicians/ 1-welder/ 2- helpers and one supervisor having sufficient experience of handling instruments maintenance jobs. However in case of plant shutdowns / breakdown the contractor will have to immediately mobilize additional skilled manpower as per job requirement. In case less number of manpower than the minimum number specified above is available at site, proportionate deduction from the bill shall be made. 27. SUPERVISOR : The contractor shall employ a technically qualified supervisor having relevant experience for supervision of the jobs against this contract. The supervisor must possess Minimum qualification of Diploma in Instrumentation / Mech. Engineering/having sufficient experience of handling instrumentation jobs. The Name & proof of qualification of the supervisor shall be furnished by the contractor at the time of acceptance of the work order. The supervisor shall have a mobile phone so that he could be contacted immediately in case of emergency. 28. WELDER : The contractor shall employ a high pressure welder for Welding Jobs against this contract. The name of the welder shall be furnished by the contractor at the time of acceptance of the work order. NFL shall conduct a welding test for this welder before commencement of the contract, and only that welder who passes the welding test shall be employed by the contractor against this contract.

16 P a g e 16 29. TERMINATION OF CONTRACT: In case the performance of the contractor during the currency of the contract is not found satisfactory and there is breach of any of the terms and conditions of the contract, NFL shall have the right to terminate the contract forfeiting of SD or getting the job done at his risk and cost at its sole discretion. 30. The contractor shall use his own welding set & electrodes for welding jobs. 31. The contractor shall use his own tools & tackles for execution of the work. However, lifting tackles like Jacks, chain pulley blocks etc. shall be issued by NFL on returnable basis free of cost. Cranes for the jobs shall also be provided free of cost. Ladders of different sizes shall also be issued free of cost on returnable basis. 32. The contractor will provide personnel safety equipment like helmets, safety belts etc. to his staff. However NFL will provide on returnable basis, other safety equipment like gas masks & breathing apparatus. 33. All scrap / debris generated during the execution of the job shall be removed from site by the contractor within 24 hours of job completion. 34. Any scaffolding required for the execution of the job shall be erected and dismantled by the contractor. All scaffolding materials shall be provided by NFL free of charge. 35. SAFETY CODE : It is obligatory on the part of the contractor to abide by the terms and references as contained in the safety code. The violation of which will tantamount to disqualification of the contractor for any type of work in NFL as well as the security deposit will also be forfeited. 36. Beside these clauses/conditions the contractor shall strictly adhesive to NFL s GDCC. (copy of GDCC enclosed) -----------

17 P a g e 17 Annexure- III To be submitted in envelop number-ii Declaration Form pertaining to Service Tax NIT No., Dated: Job pertaining to : AMC of Instrument Maint. Jobs for the Year 2011-12. Sr. Qty Unit Rates (In Rs.) Total Total Value (In Rs.) No. Description. In FigIn Figures In WordsIn Words In Figures In WoIn words 1 A X No. XX XX XX XX 2 B X No. XX XX XX XX 3 C X No. XX XX XX XX 4 D X No. XX XX XX XX 5.. 6.. Sub Total a) The amount on which Service Tax shall be charged / claimed ( XX % age of quoted amount) Rs. XX b) The amount of Service Tax at prevailing rates i.e. 10.30%. Rs. XX Grand Total including Service Tax Rs. XX Notes: - 1. It is confirmed that all the columns marked XX as above, have been duly filled in the price bid submitted in envelop III.(If tenderer is not charging Service Tax over and above item rates NIL should be indicated.) 2. I/We agree to the evaluation of Price bids and loading of service tax under the terms of NIT. Seal & Signature of tenderer

18 P a g e 18 ANNEXURE IV (To be kept in Envelope No. II) UNDERTAKING (To be given by the tenderer at the time of submission of tenders) I undertake that : 1. I am/any of the firm s partner /employee is not an ex-employee of NFL. 2. I am/any of the firm s partner /employee is an ex-employee of NFL, The details of which is as under: - Name Department where worked : : E. No. : Designation Date of Super annuation from NFL : : 3. No relation of the firm is an employee of NFL. 4. the following employee /s of NFL is relatives of the proprietor/ partner s relative /s. Name Department where worked : : E. No. : Designation Date of Super annuation from NFL : : Signature of Contractor with date and seal

19 P a g e 19 ANNEXURE-V (To be submitted in Envelop II) DECLARATION FORM To Dated: DGM (INSTRUMENTATION) National Fertilizers Limited Nangal Unit. Sub:- AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12 Dear Sirs, Ref:- Your NIT No. dated I/We have read the conditions of tender attached hereto and agree to abide by such conditions. I/We offer to do the job of AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12 at the rates quoted in the attached Schedule of Rates and in accordance with the specifications, standards and instructions in writing of the Engineer-in-Charge of M/s National Fertilizers Limited and hereby bind myself/ourselves to complete the work schedule and progress of works. I/We further agree to abide by the conditions of contract and to carry out all work within the specified time in accordance with the specifications of materials and workmanship and instructions referred to in the Notice Inviting Tender. In case of acceptance of the tender by National Fertilizers Limited, I/We bind myself/ourselves to execute the contract as per conditions mentioned in the tender documents, failing which, I/We shall have no objection in rescinding the contract by NFL and to the forfeiture of the Earnest Money lodged with National fertilizers Limited, Nangal. Thanking you, For M/s (Signature of Contractor/Authorized Signatory with Seal) Name: Address:

20 P a g e 20 Annexure VI (To be submitted in Envelop-II) Sub : AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12 UNDERTAKING -II Ref. No. dated 1. I/We hereby confirm that Commercial Bid i.e. Price Bid is strictly as per Schedule of quantities (Description/Unit/Quantity of Items), Terms & Conditions and is also Unconditional, including rebates offered. I/We shall have no objection for rejection of the offer if found conditional. 2. All the pages of NIT and Schedule issued to us have been signed for its validity and in token of its acceptance by us. for M/s. (Signature of Contractor/ Authorized Signatory with Seal) Name Address

21 P a g e 21 Annexure VII (To be submitted in Envelope-II) Sub : AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12. Ref. No. dated ACCEPTANCE OF TENDER DOCUMENTS I/We have personally read the General Directions & Conditions of Contract (G.D.C.C.) NIT for the subject work and I/We accept all the terms & conditions as mentioned in the G.D.C.C. NIT without any reservation and shall abide by the same. for M/s. (Signature of Contractor/ Authorized Signatory with Seal) Name Address

22 P a g e 22 Annexure VIII (This application is to be submitted in separate envelop by such contract(s) who have down loaded the tender documents from our website. This application along with demand draft is to be deposited with NFL before submitting the main tender) Dy. General Manager (Instrument) National Fertilizers Limited Naya Nangal SUB : Contract for ARC of Inst. Maint. jobs for the year 2011-12. Dear Sir, With ref to your NIT No. ---------------------------------- dated -----------------and the tender Documents displayed on your website, we hereby submit our tender for the subject work. Since, we have not purchased the tender document from your office and the tender document has been down loaded by us from your website, we are hereby enclosing a Demand Draft No dated of (Bank) amounting to Rs. 550/- (Rupees Five Hundred & Fifty only), in favour of National Fertilizers Limited, payable at Nangal/Naya Nangal towards the cost of tender documents. Thanking you, Yours faithfully, For and on behalf of Contractor ( ) Signature (Seal)

23 P a g e 23 Annexure IX (To be submitted in Envelop-II) Sub : AMC FOR INST. MAINT. JOBS FOR THE YEAR 2011-12 UNDERTAKING III (To be given by the tenderer at the time of submission of tenders on their Letter Head) 1. It is certified that our/my, Firm/Company is Registered under Micro/Small/Medium Enterprises as per MSMED ACT, 2006 or not. YES NO 2. Our/My, Firm/Company is Registered under MSMED ACT, 2006 (Copy of Registration is Enclosed) and Registration No. is :- Signature of Contractor With date and Seal