Académique Documents
Professionnel Documents
Culture Documents
NIT NO : PNMM/PC54/E/001
FOR
March, 2013
Dear Sir(s),
1.0
2.0
Gujarat Narmada Valley Fertilizers & Chemicals Limited (GNFC) hereinafter also referred to
as OWNER has the pleasure of inviting eligible bidders to submit Bid, on Lump-Sum Turn
Key (LSTK) basis for 2500 MTPD Ammonia and 3850 MTPD Urea Plant and Associated
Offsite & Utilities Facilities, for selection of LSTK CONTRACTOR for performing WORK to
install reliable, energy efficient Ammonia and Urea Plant along with Associated Offsite &
Utilities Facilities as per Technical Specifications, Commercial Conditions and details laid
down in this NIT, in Single Phase Two Bid System.
BRIEF SCOPE OF WORK:
Supply of Process License, Basic Design and Detailed Engineering, Procurement, Supply,
Fabrication, Inspection by Third Party Inspection Agency (TPI) as applicable by
Llyods/BV/TUV, Expediting, Route Survey for ODCs, Insurance, Transportation of all
Equipments / Materials to work site including Loading and Un-loading, Storage, Construction
and Erection of all civil, mechanical, electrical and instrumentation works, assembly and
Installation, Temporary Site facility required for execution of Project, obtaining all necessary
statutory approvals from concerned government authorities, as applicable, Testing,
Mechanical Completion, Pre-Commissioning, Commissioning, Sustained Load Test
Performance Guarantee Test Run Including total Project Management and handing over of
Ammonia & Urea Plants of Capacity 2500 MTPD & 3850 MTPD respectively along with
Associated Offsite & Utilities Facilities at GNFCs existing complex in Bharuch, duly
completed in all respects, on single point responsibility basis.
3.0
3.1
NIT No.
: PNMM/PC54/E/001
3.2
: To contact
Mr.P.G.Dave,
GNFC Ltd.
PO Narmadanagar,
Dist Bharuch.
Mob. No.: +91 9898014865
Tel no. :+91 2642 663439
Fax no.:+91 2642 228063
3.3
3.4
3.5
3.5.1
:Rs 10 Crores
3.5.2
: USD 2 Million
3.6
Time Schedule: Ammonia Plant, Urea Plant and Associated Offsite & Utilities Facilities
a)
Mechanical Completion
b)
Preliminary Acceptance
3.8
3.9
GNFC
3.10
: +91-2642-663439
: pgdave@gnfc.in
4.0
SUBMISSION OF BID
4.1
The Bids shall be submitted in the following manner in separately sealed three envelopes,
duly super scribed with Project Name and Bid Document No. and as indicated in Clause
21.0, Instructions to Bidders:-
ENVELOPE-I
ENVELOPE-II
ENVELOPE-III
PRICED BID
4.2
ii)
4.3
Earnest Money Deposit (EMD) for an amount indicated and in the manner as detailed
in Instructions to Bidders. Bids without Earnest Money Deposit (EMD) shall be
rejected.
The EMD offered shall be an irrevocable Bank Guarantee, issued by any bank
appearing in the list of GNFC approved banks on a stamp paper of Rupees Two
Hundred. The Proforma for the same is enclosed as Annexure-1.15. The Bank
Guarantee shall be valid, from due date of submission of bid, for a period of Bid
Validity plus Six months.
OR
EMD can also be furnished in the form of Demand Draft in favour of M/s Gujarat
Narmada Valley Fertilizers & Chemicals Limited payable at Bharuch (Gujarat). EMD
will not carry any interest.
4.4
ENVELOPE-III of the bid shall contain Schedule of Price duly filled in:
i)
ii)
5.0
In this part of bid, the bidder shall not stipulate any conditions. There shall not be any
overwriting. Any conditions mentioned in Priced Bid shall render the Bid liable for
rejection.
Price shall be submitted in Original plus four copies, duly signed & stamped on each
page .
Owner reserves the right to assess bidder's capability and capacity to perform the contract
by taking into account various aspects such as concurrent commitments, responsiveness to
bidding documents etc.
All rights reserved
6.0
Owner/PDIL reserves the right to accept/reject any or all Bids without assigning any reason
whatsoever.
8.0
Bids complete in all respects should reach on or before the BID DUE DATE and TIME. Bids
received through Fax /e-mails shall not be considered. Owner/PDIL takes no responsibility
for delay, loss or non-receipt of Bid sent by post/courier.
9.0
10.0
Bids not received by the due date and time will be rejected and representative of such
bidders shall not be allowed to attend bid opening.
11.0
Eligible bidders are requested to confirm their intention, within a weeks time from the
placement of tender at GNFCS website, of submitting the bid on or before the due date
mentioned above as per the Acknowledgement Cum Consent letter enclosed in Annexure1.22.
Thanking you,
For & on behalf of
Gujarat Narmada Valley Fertilizers & Chemicals Limited
Mr. P. G Dave,
Project Manager
PC54/E-1
DOCUMENT
REV
SHEET 1 of 3
PART-I, COMMERCIAL
SECTION
DESCRIPTION
1.0
INSTRUCTIONS TO BIDDER
2.0
BID CONDITIONS
EXHIBITS
EXHIBIT-1
EXHIBIT-2
EXHIBIT-3
EXHIBIT-4
ANNEXURES
ANNEX.-1.1
BID FORM
ANNEX.-1.2
ANNEX.-1.3
COMMERCIAL QUESTIONNAIRE
ANNEX.-1.4
EXCEPTION/DEVIATION
ANNEX.-1.5
ANNEX.-1.6
ANNEX.-1.7
ANNEX.-1.8
EXECUTION PLAN
ANNEX.-1.8A
ANNEX.-1.8B
ANNEX.-1.8C
ANNEX.-1.8D
ANNEX.-1.9
PROCESS TECHNOLOGY
ANNEX.-1.10
ANNEX.-1.11
ANNEX.-1.12
ANNEX.-1.13
ANNEX.-1.14
CONSORTIUM AGREEMENT
ANNEX-1.15
PC54/E-1
DOCUMENT
REV
SHEET 2 of 3
PART-I, COMMERCIAL
SECTION
ANNEX-1.16A
DESCRIPTION
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE OF
CONTRACT
ANNEX-1.16B
ANNEX-1.17
ANNEX-1.18
VOID
ANNEX-1.19
FORMAT
OF
LETTER
CONDITIONS/DEVIATIONS
ANNEX-1.20
ANNEX-1.21
ANNEX-1.22
ANNEX-1.23
FORMAT
FOR
CONSTRUCTION
SUB-CONTRACTORS
APPROVAL- TO BE SUBMITTED BY SUCESSFUL BIDDER
OF
FOR
ADVANCE
WAIVER
OF
PC54/E-1
DOCUMENT
REV
SHEET 3 of 3
PART-II, TECHNICAL
SECTION
DESCRIPTION
1.0
PROJECT DESCRIPTION
2.0
3.0
4.0
DESIGN BASIS
5.0
DESIGN PHILOSOPHY
5.1
5.1.1
5.2
5.2.1
5.2.2
5.2.3
5.2.4
5.2.5
5.2.6
5.3
5.4
5.5
5.6
5.7
5.8
5.9
6.1
7.0
8.0
9.0
SPARE PARTS
10.0
11.0
12.0
13.0
VENDOR LIST
14.0
6.0
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 1 OF 28
PART I: COMMERCIAL
SECTION 1.0
INSTRUCTIONS TO BIDDERS
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 2 OF 28
CONTENTS
SL. NO.
DESCRIPTION
1.0
INTRODUCTION
2.0
SCOPE OF PROPOSAL
3.0
BIDDING DOCUMENTS
4.0
5.0
LANGUAGE OF BID
6.0
TIME SCHEDULE
7.0
SIGNATURE OF BIDS
8.0
PRE-QUALIFICATION CRITERIA
9.0
PRE-BID MEETING
10.0
11.0
COST OF BIDS
12.0
13.0
14.0
LOCAL CONDITIONS
15.0
16.0
VOID
17.0
NUMBER OF BIDS
18.0
CONFIDENTIALITY OF DOCUMENTS
19.0
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 3 OF 28
20.0
21.0
SUBMISSION OF BIDS
22.0
23.0
OPENING OF BIDS
24.0
25.0
26.0
27.0
28.0
29.0
PRICE VARIATION
30.0
REBATE
31.0
CONTACTING OWNER
32.0
AWARD OF CONTRACT
33.0
SIGNING OF CONTRACT
34.0
35.0
36.0
GENERAL INSTRUCTIONS
37.0
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 4 OF 28
1.0
INTRODUCTION
1.1
Gujarat Narmada Valley Fertilizers & Chemicals Limited (GNFC) hereinafter also referred
to as OWNER is a joint sector enterprise promoted by the Government of Gujarat and
the Gujarat State Fertilizers & Chemicals Limited (GSFC). It is one of the leading Indian
companies in the business of manufacturing and selling fertilizers and chemicals and was
set up in 1976. GNFC started its manufacturing and marketing operations in 1982 by
setting up, then one of the worlds largest Single Stream Ammonia-Urea Fertilizer
Complex at Narmadanagar, Bharuch (Gujarat).
The Company manufactures and distributes nitrogenous and phosphatic fertilizers like
Urea, Ammonium Nitro-phosphate (ANP) and Calcium Ammonium Nitrate (CAN) and
Chemicals like Ammonia, Weak Nitric Acid, Concentrated Nitric Acid, Methanol, Acetic
Acid, Formic Acid, Aniline, Toluene Di-Isocyanate (TDI) and provides various services in
the area of Information Technology. The Company continues to trade in imported
fertilizers like Urea, Single Super Phosphate (SSP), Water Soluble Fertilizers and Cotton
seeds as well as Chemicals like Acetic Acid and Formic Acid etc.
GNFC is proposing to set up a Brownfield Gas-Based Ammonia-Urea Fertilizer Project at
GNFCs existing complex in Bharuch.
1.1.1
Projects & Development India Ltd. (PDIL) has been retained as Consultant for selection of
a suitable LSTK Contractor for execution of the project on a Lump-Sum Turnkey basis
with Single point responsibility.
1.1.2
The present NIT specifies the requirement of selection of LSTK Contractor for supply of
Process License, Basic Design and Detailed Engineering, Procurement, Supply,
Fabrication, Inspection by Third Party Inspection Agency (TPI) as applicable by
Llyods/BV/TUV, Expediting, Route Survey for ODCs, Insurance, Transportation of all
Equipments / Materials to work site including Loading and Un-loading, Storage,
Construction and Erection of all civil, mechanical, electrical and instrumentation works,
assembly and Installation, Temporary Site facility required for execution of Project,
obtaining all necessary statutory approvals from concerned government authorities, as
applicable, Testing, Mechanical Completion, Pre-Commissioning, Commissioning,
Sustained Load Test, Performance Guarantee Test Run Including total Project
Management and handing over of Ammonia & Urea Plants of Capacity 2500 MTPD &
3850 MTPD respectively along with Associated Offsite & Utilities Facilities at GNFCs
existing complex in Bharuch, duly completed in all respects, on single point responsibility
basis.
1.2
Project Location:
The proposed project will be located within the existing fertilizer & chemical complex of
GNFC at Bharuch in Gujarat. It is located near Chawaj, about 4 km from Bharuch on the
National Highway No.8. The site has all the infrastructural facilities like road, railways, raw
water availability, effluent discharge facility, ammonia storage, natural gas connectivity etc.
Around 30 hectares of land is also available for the project.
The nearest Railway station is Bharuch in Western Railways on Baroda- Mumbai Route.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 5 OF 28
1.3.2
Urea Plant
The Urea plant will be laid out in single/double stream having capacity of 3850 MTPD as
per details specified in Part-II, Section-1.0, Project Description.
1.3.3
1.3.4
The Plant offered should be energy efficient, environment friendly and with lowest capital
cost. Bidder can bid for Ammonia and Urea plants with capacity +/- 15 % of the above
mentioned capacity such that about 200 MTPD excess Ammonia is available if the
expected cost is substantially lower with this option. Such optional proposal will be
suitably evaluated.
2.0
SCOPE OF PROPOSAL
The scope of the proposal shall be on the basis of a Single Point responsibility, completely
covering the works specified under the accompanying technical specifications and
documents.
3.0
BIDDING DOCUMENTS
The bidder is expected to examine the bidding documents, including all instructions,
Forms, Annexures, terms and conditions of Contract, specifications, drawings and other
documents and to fully familiarize itself with the requirements of the bidding documents.
Failure to furnish all the information required by the Bidding Documents or the submission
of a bid not substantially responsive to the Bidding Documents in every respect may result
in the rejection of the Bid.
In case of any inconsistency, in the interpretation of meaning of any part of this Tender
Documents, the BIDDER shall give his best endeavor to resolve the inconsistency by
expressing his assumption through his proposal to OWNER.
4.0
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 6 OF 28
At any time prior to the deadline for submission of bids, the OWNER may, for any reason
whether at its own initiative or in response to a clarification or modification requested by
any prospective Bidder(s), modify the Bidding documents, if required.
5.0
6.0
TIME SCHEDULE
6.1
Bidder shall be required to complete the WORK under the CONTRACT so as to achieve
the Guaranteed Completion Date in accordance with the following milestones:
Brownfield Ammonia - Urea plant and Associated Offsite & Utilities Facilities
Mechanical Completion
Preliminary Acceptance
6.2
The basic consideration and essence of the Contract is the strict adherence to the time
schedules for performing the specified works as stipulated in the Contract.
7.0
SIGNATURE ON BIDS
7.1
The Bid must contain the name, designation and place of business of the person or
persons making the Bid and must be signed and sealed by the Bidder with his usual
signature. The names of all persons signing should also be typed or printed below the
signature
7.2
Bids by Corporate/ Limited Companies must be signed with the legal name of the
Corporation/Limited Company by the President, Managing Director or by the Secretary or
any other person or persons holding powers of attorney for signing their Bid.
7.3
The Bidder shall submit authority letter / Power of Attorney/ Board Resolution in favour of
the authorized signatory(s) of the Bid. The Bidder's name stated on the proposal shall be
the exact legal name of the Bidder.
7.4
7.5
Bid shall contain no cuttings, erasures or overwriting except as necessary to correct errors
made by the Bidder in which case each such corrections or other changes in the Bid
documents shall carry the initials of the person(s) signing the Bid.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 7 OF 28
7.6
8.0
PREQUALIFICATION CRITERIA:
Bidder/s meeting the respective Prequalification criteria, stated hereunder, shall submit
their Techno-Commercial bid.
Bidder/s may bid as:
Single Bidder subject to meeting the Prequalification Criteria as stated in Clause 8.1
OR
Consortium subject to meeting the Prequalification Criteria as stated in Clause 8.2
Evaluation of offers shall be carried out for only those Bidders who shall meet the
Prequalification Criteria.
8.1
8.1.1
Technology Criteria
The Bidder should be capable of providing Process License and Basic Design Package of
for a 2500 MTPD Single Stream Ammonia and 3850 MTPD Prilled Urea Plant from
reputed Process Licensers as required below. Technology once selected and offered by
the Bidder cannot be changed.
a)
For Ammonia:
1.
2.
3.
The ammonia technology proposed by Bidder shall have a reference of at least one single
stream plant of minimum 1750 MTPD capacity which is operating successfully for last 3
years. Bidder shall submit documentary proof for the same. Bidder shall, along with the
bid, also submit MoU/ letter of undertaking from process licensor for technology tie up for
the proposed project.
b)
For Urea:
1.
2.
3.
Saipem
Toyo
Stamicarbon
The Urea technology proposed by Bidder shall have a reference of at least one plant of
minimum 2400 MTPD capacity which is operating successfully for last 3 years. Bidder
shall submit documentary proof for the same. Bidder shall, along with the bid, also submit
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 8 OF 28
MoU/ letter of undertaking from process licensor for technology tie up for the proposed
project
8.1.2
Experience Criteria
The Bidder should be an established LSTK Contractor in the field of Oil, Gas,
Hydrocarbon or Fertilizer and should possess experience of having successfully
completed with - single point responsibility at least one Ammonia Plant of Minimum
Capacity of 1350 MTPD within a period of last 15 years on Lump sum Turnkey (LSTK)
basis with scope of work comprising of supply of Process License, Basic Design and
Detailed Engineering, Procurement, supply, construction and erection of all civil,
mechanical, electrical and instrumentation works, Testing, Pre-commissioning,
Commissioning and Guarantee Test of completed individual plants. Such fertilizer plant
should be in satisfactory operation for at least three years from the date of Acceptance
after successful guarantee test. Bidder shall submit documentary proof for the same and a
Certificate of successful Guarantee Test issued by the owner will have to be produced by
the bidder in support of fulfilling this criteria.
8.1.2.1
In case the Bidder intends to engage the services of a sub contractor for Detailed
Engineering for the proposed project then the bidder shall give an undertaking along with
the bid that he will engage the services of only reputed detailed engineering consultant
having experience of carrying out detailed engineering of similar capacity plants as stated
in clause 8.1.2 above. Bidder shall submit the reference list of such plants for which the
proposed detailed engineering consultant has carried out detailed engineering.
8.1.3
Financial Criteria:
8.1.3.1
The Bidder meeting the requirements as per clause 8.1.2 above , must have executed at
least one such completed contract in any of the fields of Oil, Gas, Hydrocarbon or
Fertilizer with minimum contract value of US $ 500 million or INR 28 Billion during last 7
years. Bidder shall submit documentary proof for the same.
Or
executed two such contracts each with contract value of minimum US $ 315 million or INR
17 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.
Or
executed three such contracts each with contract value of minimum US $ 250 million or
INR 14 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.
8.1.3.2
The Annual Turnover of the Bidder, meeting the requirements as per Clause 8.1.2, during
at least one of the last three preceding financial years i.e.2011-12, 2010-2011 and 20092010 or calendar years 2009, 2010 and 2011 should be at least US $ 200 Million or INR
11 Billion. Bidder shall submit documentary proof (e.g. audited balance sheet and P&L
account) for the same.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 9 OF 28
8.1.3.3
Net Worth of the Company should be positive for the last three preceding financial years
i.e. 2011-12, 2010-2011 and 2009- 2010 or calendar years 2009, 2010 and 2011. Bidder
shall submit documentary proof e.g. audited balance sheet, P&L account etc. for the same.
8.1.3.4
The Bidder will submit Solvency certificate not more than six months old, from their
Banker for a value not less than US $ 220 million or INR 12 Billion.
8.2.
8.2.1
The total number of consortium members including their leader shall not exceed three.
8.2.2
Technology Criteria
At least one of the consortium members should be capable of providing Process License
and Basic Design Package for a 2500 MTPD Single Stream Ammonia and/or 3850 MTPD
Prilled Urea Plant as detailed below. Technology once selected and offered by the Bidder
cannot be changed.
The ammonia technology proposed by Bidder shall have a reference of at least one single
stream plant of minimum 1750 MTPD capacity which is operating successfully for last 3
years. Bidder shall submit documentary proof for the same. Bidder shall, along with the
bid, also submit MoU/ letter of Undertaking from process licensor for technology tie up for
the proposed project.
a)
For Ammonia:
1.
2.
3.
The Urea technology proposed by Bidder shall have a reference of at least one plant of
minimum 2400 MTPD capacity which is operating successfully for last 3 years. Bidder
shall submit documentary proof for the same. Bidder shall, along with the bid, also submit
MoU/ letter of Undertaking from process licensor for technology tie up for the proposed
project
b)
For Urea:
1.
2.
3.
8.2.3
Saipem
Toyo
Stamicarbon
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 10 OF 28
In case the consortium intends to engage the services of a sub contractor for Detailed
Engineering for the Proposed project then the consortium shall give an undertaking along
with the bid that it will engage the services of only reputed detailed engineering consultant
having experience of carrying out detailed engineering of similar capacity plants as stated
in Clause 8.2.3 above. Bidder shall submit the reference list of such plants for which the
proposed detailed engineering consultant has carried out detailed engineering.
8.2.4
8.2.4.1
The Lead Bidder of the Consortium, meeting the requirements as per Clause 8.2.3 above,
must have executed at least one such completed contract in any of the fields of Oil, Gas,
Hydrocarbon or Fertilizer with minimum contract value of US $ 500 million or INR 28
Billion during last 7 years. Bidder shall submit documentary proof for the same.
Or
executed two such contracts each with contract value of minimum US $ 315 million or INR
17 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.
Or
executed three such contracts each with contract value of minimum US $ 250 million or
INR 14 Billion, in any of the fields of Oil, Gas, Hydrocarbon or Fertilizer during last 7 years.
Bidder shall submit documentary proof for the same.
8.2.4.2
The Annual Turnover for Lead Bidder of the consortium, meeting requirement as per
Clause 8.2.3, in a single financial year shall be equal to or more than US $ 150 million or
INR 8 Billion and each member of consortium shall be equal to or more than US$ 65
million or INR 4 Billion during at least one of the last three preceding financial years i.e.
2011-12, 2010-2011 and 2009- 2010 or calendar years 2009, 2010 and 2011. The Lead /
Consortium members shall submit documentary proof for the same.
8.2.4.3
Net Worth of the lead consortium member should be positive for the last three preceding
financial years 2011-12, 2010-2011 and 2009-2010 or calendar years 2009, 2010 and
2011. Net Worth of other consortium members should be positive for last preceding
financial year 2011-12 or calendar year 2011. Bidder shall submit documentary proof e.g.
audited balance sheet, P&L account etc. for the same.
8.2.4.4
All the Consortium members will submit solvency certificate not more than six months old,
from their bankers whose value collectively shall not be less than US$ 220 million or INR
12 Billion.
8.2.5
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 11 OF 28
9.0
PRE-BID MEETING
9.1
9.2
9.3
10.0
10.1
The Bidder shall furnish as part of his Bid, EMD in the form of a Bank guarantee issued by
banks listed at ANNEXURE-1.20.
10.1.1
The EMD offered shall be an irrevocable Bank Guarantee, issued by any bank appearing
in the list of GNFC approved banks,(Annexure-1.20), on a stamp paper of Rupees Two
Hundred. Proforma of the Bank guarantee is enclosed as Annexure-1.15.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 12 OF 28
The Bank Guarantee shall be valid, from due date of submission of bid, for a period of Bid
Validity plus six months. The amount shall be as indicated in the Letter Inviting Bid for this
NIT. The Bank Guarantee shall be extended suitably if there is a delay in awarding the
contract. The relevant extension shall be on Bidders account.
Or
EMD can also be furnished in the form of Demand Draft in favour of M/s Gujarat Narmada
Valley Fertilizers & Chemicals Limited payable at Bharuch (Gujarat) for value as outlined
in the Letter Inviting Bid for this NIT. EMD will not carry any interest.
10.2
Any Bid not accompanied with EMD shall be rejected by the Owner/Consultant as nonresponsive.
10.3
10.4
The successful Bidder's EMD will be discharged upon the Bidder accepting and signing
the Contract and furnishing the Bank Guarantee for Performance of CONTRACT.
10.5
The EMD shall be forfeited and appropriated by OWNER as mutually agreed loss and
damage payable to OWNER for, inter alia, time, cost and effort of OWNER in regard to
the NIT without prejudice to any other right or remedy to OWNER under the following
conditions:
a)
If a Bidder withdraws his Bid during the validity or agreed extension validity period
duly agreed by the bidder
b)
If the bid is varied or modified in a manner not acceptable to the Owner during the
validity or agreed extension validity period duly agreed by the bidder
c)
Any effort by the bidder to influence the Owner on bid evaluation, bid comparison or
contract award decision.
d)
In the case of a successful Bidder, if the Bidder fails to sign the Contract in
accordance with Signing of Contract.
OR
If the successful bidder is seeking modifications to the agreed terms and conditions
after issue of Letter of Intent (LOI) and prior to signing of the Contract.
OR
If the successful bidder fail to furnish performance guarantee within 30 days of receipt
of the Contract.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 13 OF 28
COST OF BIDS
The Bidder shall bear all costs associated with the preparation and submission of the Bid.
In any case, OWNER will be not responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.
12.0
12.1
The Bidder may modify or withdraw its Bid after the Bids submission, but before the last
date and time of Bid submission as specified in this NIT provided that written notice of the
modification or withdrawal is received by OWNER prior to the deadline prescribed for
submission of Bids.
12.2
In case any clarifications are sought by the Owner after opening of tenders, then the
replies of the bidder should be restricted to the clarification sought. Any bidder who
modifies his bid (including a modification which has the effect of altering the value of his
offer) after opening of Techno-contractual bids without specific reference by the Owner
shall render the bid liable to be rejected without notice and without further reference to the
Bidder.
12.3
No bid may be withdrawn in the interval between the deadline for the submission of bids
and the expiration during the validity or agreed extension validity period duly agreed by
the bidder. Withdrawal or unsolicited modification of a bid during this interval shall result
in the Bidders forfeiture of its EMD.
13.0
13.1
All technical information shall be furnished as per Part-II. In addition, the bidder shall
ensure that Technical and Unpriced Commercial Bid has been submitted as per clause
21.2.2
13.2
Any bid not containing sufficient descriptive material to describe accurately the process
details, functioning of various sections of the Plants, equipment proposed and other
necessary details may be treated as incomplete and hence rejected. Such descriptive
material and drawings submitted by the Bidder will be retained by the Owner. Any major
deviation from these drawings and descriptive material submitted will not be permitted
during the execution of the Contract without specific written permission of the Owner.
13.3
Standard catalogue pages and other documents of the Bidder may be used in the bid to
provide additional information and data as deemed necessary by the bidder.
13.4
13.4.1
Bidder shall furnish tentative manpower requirement with break up for operation of plant
during commissioning, trial runs and guarantee tests.
13.4.2
Bidder shall also furnish a tentative break up of manpower requirement for the normal
operation and maintenance of the plant as per best operation & maintenance practice.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 14 OF 28
14.0
LOCAL CONDITIONS
14.1
It will be imperative on each Bidder to fully inform himself of all local conditions and
factors which may have any effect on the execution of the works covered under these
specifications and documents. Bidder shall inspect the site, examine and obtain at its
cost and responsibility, all information required and satisfy himself regarding all matters
and things such as access to site, communications, transport, right of way, the type and
number of equipment and facilities required for the work, availability of local labour,
materials and their rates, local working conditions, weather, flood levels, sub-soil
conditions, natural drainage, and all information that may be necessary for preparing its
Bid, performance of work and other obligations and related matters. By submitting the Bid
the Bidder shall be deemed to have acknowledged and agreed that ignorance of the site
and other said conditions shall not be basis for any claim for compensation or extension of
time or loss of profits etc. and the OWNER shall not be liable on account thereof in any
manner whatsoever to the Bidder or any person claiming through or under the Bidder.
14.2
Bidders must before submission of their Bids, acquaint themselves with all applicable
regulatory and other legal requirements pertaining to insurance and health, safety and
environment requirement in INDIA and rules related to work permit and visa requirements
in INDIA or in any way or manner affecting the performance of Scope of Work, the
Contractor and the Plant operation and performance including social security, safety,
pollution control, permits, licenses, and the other statutory requirements and regulations.
The submission of a Bid by the Bidder will be construed as evidence that such an
examination was made and the Bidder shall not raise at any time later any claims/disputes
against the OWNER and the OWNER shall not be liable for the same in any manner
whatsoever.
14.3
In their own interest, the foreign bidders are particularly requested to familiarize
themselves with the Income Tax Act 1938, the Companies Act, 1956, the Customs Act,
1962, including any amendments thereof and other related acts and laws prevalent in
India.
14.4
The Owner shall not entertain any request for clarification from the bidder, regarding such
local conditions.
14.5
The Bidder shall be deemed to have prepared the Bid on the basis of its independent
judgment and to have made all necessary allowances and provisions to ensure that the
PLANT will meet all technical specification prescribed hereunder including the specified
performance requirements and guarantees and be entirely suitable for the purpose for
which it is intended. Accordingly, at the time of submission the Bid Price will, without extra
price and/or extension of time, be held to include everything implicitly or otherwise
required or necessary for the proper and timely completion of the WORK including
ACCEPTANCE OF PLANT in accordance with the CONTRACT. Further , in case of any
contract awarded under these specifications and documents, neither any change in the
time schedule of the Contract nor any financial adjustments arising thereof shall be
permitted by the Owner, which are based on the lack of such clear information or its effect
on the cost of the works to the Bidder.
14.6
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 15 OF 28
15.0
15.1
Bidder expecting to incur a portion of its expenditure in more than one currency and
wishing to be paid accordingly shall so indicate in the Bid. In such cases the Bid shall be
expressed in different currencies (maximum 3 currencies USD,Euro,INR) and the
respective amounts in each currency together shall makeup the Bid Price.
15.2
LSTK price to be quoted by the LSTK contractor shall be fixed and firm and shall be valid
until completion of the Contract to be executed with the successful Bidder pursuant hereto
and shall not be subject to variation/escalation on any account except as otherwise
specifically provided in the Contract documents.
15.3
Site is located in Bharuch (Gujarat), India and LSTK bidder is required to check & confirm
before bidding for applicability of taxes & duties for the procurement of supply and service
by them for the execution of contract.
15.4
The firm CONTRACT Prices quoted by the Bidder shall be inclusive of complete scope of
the contract. The Bidders shall quote in their proposals in Envelope-III the firm Lump Sum
price for the entire scope of work as per Schedule of Prices, (Refer Annexure-1.2),
inclusive of all taxes, duties, levies etc. as applicable.
15.5
Rates for the Supply of Optional Services (Refer Annexure-1.2, Part-IV, Section-A),
Daily/Hourly rates for change of Work Order (Refer Annexure-1.2, Part-V, Section-A ) and
Rates for the Optional items (Refer Annexure-1.2, Section-D) shall also be submitted in
the Price Bid Envelope-III.
15.5.1
Rates as mentioned in Clause 15.5 shall not be considered for evaluation purpose.
15.5.2
Rates quoted for Vendor recommended spare parts in Part-I of Section-A, Section-B and
Section-C of Annexure-1.2 shall not be considered for evaluation purpose
15.6
All bank charges of bidders bankers shall be to the Bidders account and all Bank charges
of Owner's bankers shall be to Owners account.
15.7
Income Tax, or any other tax and surcharge as applicable shall be deducted at source
from the bills of the contractor and a certificate to that effect shall be issued by the Owner.
16.0
VOID
17.0
NUMBER OF BIDS
17.1
A bidder shall on no account submit more than one bid either directly or indirectly.
17.2
A bidder shall be deemed to have submitted an indirect bid if a subsidiary of the bidder is
also a direct or indirect bidder in an independent bid or if the bidder or its subsidiary has
with its consent been indicated as a sub-contractor in any other bid or even if not so
indicated has entered into any arrangement (whether disclosed or undisclosed) with any
other bidder or with a sub-contractor of that bidder for the performance of any work for
that other bidder upon an award of the work to that other bidder.
17.3
If a bidder makes more than one bid and/or directly or indirectly participates in another bid
as contemplated under 17.2 above, all the bids of the bidder, including the bid of the
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 16 OF 28
bidder in whose bid the first named bidder has directly or indirectly participated, may be
considered as cartel bids and may be rejected. If the factum of such bid(s) is discovered
after the notification of award, the resultant contract shall be liable to be terminated
pursuant to the provisions for termination contained in the Bid conditions.
18.0
CONFIDENTIALITY OF DOCUMENTS
Bidders shall treat the bidding documents and contents therein as strictly confidential. If at
any time, during the bid preparation period, Bidder decides to decline to bid, all
documents must be immediately returned to OWNER.
19.0
VOID
20.0
20.1
20.2
It is expected that bidders will submit bids based strictly on the terms and conditions and
specifications contained in the bidding documents and will not stipulate any deviations.
Should it, however, become unavoidable, deviations should be separately and
specifically stipulated only in the prescribed Annexure-1.4. OWNER reserves the right to
reject as non-responsive any bid containing major deviation(s).
20.3
It is important that Bidder clearly demonstrates his experience and capability, giving
OWNER a high level of confidence that if awarded, the Bidder will be able to perform the
works within the stipulated Time Schedule and quoted price and meeting all other
requirements listed in the Bidding document.
20.4
Bidder is requested to furnish the complete and correct information required for evaluation
of his Bid. If the information with regard to resources and concurrent commitments or any
other information/documentation forming basis of evaluation is found incomplete/incorrect,
the same may be considered as adequate ground for rejection of the Bid.
20.5
VENDOR list is furnished by OWNER along with BID. Any deviation from this list is to be
submitted by Bidder with items to be procured from VENDOR who is not listed in vendor
list. Prequalification criteria shall be adopted for the vendors which are not in the
agreed Vendor list as per Clause 10.12.2 in Section-2.0 of PART-I: Commercial.
21.0
SUBMISSION OF BIDS
21.1
The Bidder is expected to examine all instructions, forms, terms and conditions in the NIT.
The NIT together with all its attachments thereto, shall be considered to be read,
understood and accepted by the Bidders, save and except deviations, if any, specifically
stated in seriatim by the Bidder. Failure to furnish all information required or submission of
a Bid not responsive to the NIT in every respect will be at the Bidders risk and may result
in the rejection of the Bid.
21.2
The Bidder must submit the bids in three parts each in separate sealed cover prominently
superscribed as Envelope I, II, III and also indicating on each of the envelope the bid
number and date of opening. These three envelopes shall contain the details of the bid in
the following manners:
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 17 OF 28
ENVELOPE-I
ENVELOPE-II
PRE-QUALIFICATION BID*,
TECHNICAL AND UNPRICED COMMERCIAL BID **
ENVELOPE-III
PRICED BID * **
Each part and each envelope will be separately sealed and marked.
Note:
* PREQUALIFICATION BID(PQ Bid) shall mean documents submitted in PartI of
the Envelope-II of BID in response to Clause 8.0 i.e Pre Qualification Criteria.
** The Unpriced Copy of Priced Bid contained in Section-IV of Unpriced Commercial Bid
shall be a photocopy of the Priced bid with the prices blanked out, duly signed and
stamped and strictly as per Annexure 1.2 The Bidder shall indicate Quoted/Not
Applicable/Nil against each head, in UNPRICED Commercial Bid.
***The Priced Bid shall also indicate total prices in figures as well as in words. In case of
difference, the amount mentioned in words shall be considered. The prices should be
strictly quoted as specified in Annexure-1.2 otherwise the Bid may be rejected. Wherever
unit rate and total rate is indicated, in case of any difference in total, the unit rate will
govern. The priced Bid containing any comments, remarks, conditions deviations etc,
which is not indicated in the UNPRICED Commercial Bid, is liable to be rejected.
21.2.1
21.2.2
ENVELOPE-II shall contain Pre-qualification Bid and Technical and Unpriced Commercial
Bid in two Parts, as specified below.
The venue for submission of Envelope II shall be as detailed in Clause 21.3 below.
PART-I :
Pre-Qualification Bid: (Refer Clause 8.0)
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 18 OF 28
A copy of MOU/ letter of undertaking by the Process Licenser(s) to the Bidder stating
clearly that the Process Licenser(s) will provide the respective Process License and
Basic Design to the Bidder in case they are successful for award of the contract for
the said Project
A copy of MOU between the Detailed Engineering Consultant (in case the Bidder
themselves are not the detailed designer) and Bidder that they will carry out the
assignment on award of the work order on the Bidder. A reference list of such plants
for which the proposed detailed engineering consultant has carried out detailed
engineering shall also be furnished.
Bidder qualification Criteria in favour of Technology Criteria (Ammonia) as per
Exhibit-1 along with Copies of Work Orders, Performance data sheets of operating
plants under reference and completion certificates in support of prequalification
requirement.
Bidder qualification Criteria in favour of Technology Criteria (Urea) as per Exhibit-2
along with Copies of Work Orders, Performance data sheets of operating plants
under reference and completion certificates in support of prequalification requirement.
Bidder qualification Criteria in favour of Experience Criteria as per Exhibit-3 along
with Copies of Work Orders, Performance data sheets of operating plants under
reference and completion certificates in support of prequalification requirement.
Bidder qualification Criteria in favour of Financial criteria as per Exhibit-4 along with
Annual audited Report for the last three financial years. This shall be a verifiable
statement of annual accounts certified by a Chartered Accountant or Public
Accountant in the form of printed annual reports or similar document.
Solvency Certificate from Bidders bankers. Date of issue of this certificate should not
be more than six months older than the due date of opening of Techno-commercial
part.
PART-II.
Technical-Unpriced Commercial Bid
SECTION-I:
i)
ii)
iii)
iv)
v)
vi)
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 19 OF 28
i)
ii)
iii)
iv)
v)
i)
VOID
ii)
SECTION-IV:
i)
SECTION-V:
i)
SECTION-VI:
i)
Exceptions/Deviations
SECTION-II:
SECTION-III
SECTION-VII:
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 20 OF 28
i)
SECTION-VIII: i)
ii)
iii)
i)
SECTION-X:
i)
SECTION-XI:
i)
SECTION-XII:
Optional
Financing Model Including Suppliers credit
For convenience, the Bid shall be compiled in the form of Specific Sections conforming to
the above. In case of non-submission of above documents or submission of incomplete
documents, the OWNER reserves the right not to evaluate such offers further and not to
enter into correspondence in this regard after opening the Techno-commercial / Unpriced
Bid.
21.2.3
ENVELOPE-III
(ii) Priced Bid, duly filled in and completed in all respects, as per Annexure 1.2 given in
the Bidding Documents.
21.2.3.2 PRICED BID (1 original + 4 copies) shall be submitted in a separate sealed envelope
(ENVELOPE-III) duly signed and stamped on each page super scribing on the sealed
envelope Price Bid Do not Open with Techno- Commercial Un-Priced Bid. This
part shall not contain any condition whatsoever failing which the Bids shall be liable to be
rejected. In case of any correction, the bidder shall put its signature and its stamp. Eraser
fluid will not be allowed for making any correction. The venue for submission of Envelope
III shall be as detailed in Clause 21.3 below.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 21 OF 28
21.2.3.3 Prices must be strictly filled in format for Schedule of Prices (Annexure-1.2) enclosed as
part of bidding document. If quoted in separate typed sheets and any variation in
description, unit is noticed, the bid is liable to be rejected. In any case Bidder shall be
presumed to have quoted against the description of work and the same shall be binding
on the Bidder.
21.3
Bid Submission:
The Bidder's bid and the documents attached thereto shall be considered as forming a
part of the Bid Documents. All bids shall be prepared by typing or printing with indelible
black ink. The original and duplicate copies must be specified clearly on the cover of each
volume.
The Bids shall be superscribed BROWNFIELD AMMONIA-UREA PROJECT, GNFC,
GUJARAT, NIT No.: PNMM/PC54/E/001, Due date and time and submitted strictly
as per the following instructions:
Sealed Envelope I (in Original Only), Envelope II (Original +7 Copies+ Soft copy in
CD form)and III (Original +4 Copies) shall be submitted only at:
Gujarat Narmada Valley Fertilizers & Chemicals Limited,
P.O. Narmadanagar-392015
Distt. Bharuch
Gujarat, India
Kind Attention : Mr. P. G Dave, Project Manager
Tel no.
: +91-2642-663439
: pgdave@gnfc.in
The outside of the envelope should also indicate clearly the name of the Bidder and his
address. In addition, the left hand corner of the envelope or container should indicate the
Bidders Offer number. The envelopes without above details on the covers shall be
opened at Bidder's risk.
22.0
22.1
Bids must reach the OWNER/PDIL at the address, specified under Clause-21 above, not
later than the time and date as specified in the Letter inviting Bid, Sl. No. 3.8
22.2
Any bid received after the deadline specified in the NIT or as extended shall be liable to
be rejected.
23.0
VOID
24.0
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 22 OF 28
other interested parties are advised to refrain from contacting by any means, the Owner
and/or his employees / representatives on matters related to the bids under consideration.
The Owner, if necessary will obtain clarifications on the bids by requesting for such
information from any or all the Bidders, either in writing or through personnel contact as
may be necessary. The Bidder will not be permitted to change the substance of the bid
after the bid had been opened.
25.0
DEPUTATION OF
DISCUSSIONS
REPRESENTATIVE
FOR
TECHNICAL
&
COMMERCIAL
After opening of the Bids, to assist in the examination, evaluation and comparison of Bids,
OWNER may, at its discretion, ask the Bidder for clarification on its Bid. The request for
such clarification and the response shall be in writing either through fax or email.
Further OWNER may ask BIDDER to visit OWNER's/PDILs office for technical,
commercial or financial clarifications.
BIDDER is expected to undertake such visits and participate in such meetings as and
when called by the OWNER. All costs related to such visits shall be borne by BIDDER.
If required, Owner reserves the right to seek Revised Price Bid / the price implications (if
any) to the extent and in areas required for evaluation only of such bidder(s) whose
technical and unpriced commercial proposals are acceptable and complete. Owners
decision in this regard shall be final and binding on the bidders.
26.0
26.1
The submission of any bid connected with these documents and specifications shall
constitute an agreement that the Bidder shall have no cause of action or claim against the
Owner for rejection of his bid. The Owner shall always be at liberty to reject or accept any
bid or bids at his sole discretion and any such action will not be called into question and
the Bidder shall have no claim in that regard against the Owner.
26.2
The bids should be kept valid for acceptance for a period of 9 (Nine) Months from the
deadline for submission of bid. A Bid valid for shorter period may be rejected by the
Owner as being non-responsive.
Under the exceptional circumstances, prior to expiry of the original Bid validity period, the
Owner may request the Bidder for a specified extension in the period of validity. The
request and the responses thereto shall be made in writing or by telefax or by E-mail.
26.3
In the event of OWNER seeking extension of period of validity of the Priced Bids, the
validity of EMD shall also be suitably extended.
26.4
A Bidder agreeing to the request of OWNER seeking extension will not be required nor
permitted to modify his bid, and will be required to extend the validity of his EMD
correspondingly. However, Bidders request for revision/adjustment of Priced Bid under
such circumstances may be considered by the OWNER. The provisions of Clause-10.0
regarding discharge and forfeiture of EMD shall continue to apply during the extended
period of Bid Validity.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 23 OF 28
27.0
27.1
The complete scope of supplies and work/services has been defined in the bidding
documents. Only those bidders who take complete responsibility and who bid for the
complete scope of supplies and work/services as contained in the bidding document shall
be considered for further evaluation.
27.2
If the contractor is required to engage a sub-contractor for any part of work, then such
sub-contractors shall have prior proven experience of similar work and shall require
specific approval by OWNER.
Following the notification of Letter of Intent, the CONTRACTOR will submit to the OWNER
for approval the details of Sub-Contractors in line with requirement of Annexure - 1.23
The list of construction Sub-Contractors proposed in the Bids by the Bidders shall be
considered as indicative only.
27.3
27.4
The Bidder shall along with the bid furnish its Project Execution Plan, as per Annexure 1.8,
1.8A, 1.8B, 1.8C, 1.8D which shall be evaluated for technical acceptability of the Bids.
27.4.1
Bidder shall submit a commitment from its Chief Executive that the Project Progress
Schedule shall be monitored by its Board and all actions required to arrest the
failure/delays shall be initiated by them at the appropriate time. Such action plan
document shall be sent by the CONTRACTORs home office to OWNER/ PDIL
27.4.2
Bidder shall ensure that the Project Execution Plan submitted by it are adequate for
completing the work in all respects. All details as mentioned above shall be submitted
along with Bid in the first instance.
27.4.3
Project Execution Plan shall be evaluated by the OWNER/ PDIL and in case the same is
not found adequate for this work, such Bid(s) shall be treated Technically Not Acceptable
and such Bid(s) shall not be considered for price opening.
28.0
28.1
General
28.1.1
The OWNER wishes to finalise the award of work of the facilities covered under this
bidding documents within a limited time schedule. OWNER expects bidders to confirm
compliance to tender terms, conditions & Specifications, which shall stand frozen after
Pre-Bid Conference, failing which the bids are liable to be rejected. Hence the bidders in
their own interest are advised to submit their bids complete in all respects conforming to
all terms and conditions of the bid document.
28.1.2
Bids shall be evaluated based on the information / documents available in the bid. Hence
bidders are advised to ensure that they submit appropriate and relevant supporting
documentation along with their proposal in the first instance itself. Bids not complying to
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 24 OF 28
the requirements of bid documents are liable to be rejected. Bidders are advised to fill up
all Annexures carefully and provide reference to all relevant documents given in their bid
offer.
28.1.3
Bidders shall quote their prices / rates in firm figures and without any qualifications. Each
figure stated shall also be repeated in words and in the event of a discrepancy between
the amount stated in figures and words, the rates quoted in words shall be deemed to be
the correct amount. Bids containing qualifying expressions such as subject to minimum
acceptance or subject to prior sale etc. will not be considered.
28.1.4
28.1.5
The Owners evaluation shall also take into account the following:
a)
b)
c)
Willingness of Bidders to give shop drawings of spare parts and main equipments.
28.2
The financial comparison shall be based on NPV arrived at using the following:
28.2.1
Lumpsum Price
Lumpsum Price along with, taxes, stamp duties, license fees, and other such levies
applicable, of Ammonia - Urea plant and Associated Offsite & Utilities Facilities,
comprising the Price of Supply and the Price of Services, as indicated by the bidder as per
Annexure 1.2. The evaluated CONTRACT PRICE will be discounted, as per the billing
schedule submitted by the Bidder for the implementation period.
The Bidder shall furnish, month-wise payment schedule of its CONTRACT PRICE for 34
months project schedule in Foreign Currency (FC) and Indian Currency (IC) in a tabular
form and as a cash flow curve. The month-wise phasing of expenditure indicated by
Bidder will be used for evaluation and form part of the CONTRACT for capping the
monthly payment on cumulative basis subject to actual progress of work.
CONTRACTOR shall be entirely responsible for all taxes, stamp duties, license fees, and
other such levies applicable, on performance of WORK under CONTRACT, outside
OWNERs country. CONTRACTOR shall also be responsible for payment of all taxes,
duties and levies such as custom duty, excise duty, sales tax, turnover tax, service tax,
income tax, etc. as applicable on performance of WORK under CONTRACT, in India. All
such taxes, stamp duties, licence fees, and other such levies applicable shall be quoted in
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 25 OF 28
Price of Ammonia - Urea plant and Associated Offsite & Utilities Facilities, comprising the
Price of Supply and the Price of Services, as indicated by the bidder as per Annexure 1.2.
28.2.2
Loading toward Works Cost for Ammonia - Urea plant and Associated Offsite &
Utilities Facilities
Calculation of Works Cost of Ammonia - Urea plant and Associated Offsite & Utilities
Facilities shall be done as defined in Part-II, Section-7, Performance and Guarantee Test.
Bidder shall furnish the Guaranteed Consumption Figures of Raw Material and Utilities as
specified therein.
The differential Works Cost (in comparison to bidder quoting the lowest Works Cost)
considering 330 stream days per year will be calculated and will be discounted, for a
period of 15 years.
28.2.3
28.2.4
28.3
To facilitate evaluation and comparison of prices, the OWNER will convert all bid prices
expressed in Foreign Currency into Indian Rupees at rate of the concerned Foreign
Currency, available on RBI website, on the date of opening of Price Bids.
28.4
Deleted
28.5
Bids shall be evaluated considering Project Import Status is available for the project i.e.
full exemption from basic customs duty for import of all supplies for expansion or setting
up of fertilizer projects.
28.6
28.7
Prices quoted for Supply of Optional Services as per Annexure-1.2, Part-A, Section-IV
and Schedule of Daily/Hourly rates for change of Work Order as per Annexure-1.2, Part-A,
Section-V shall not be considered for Bid Evaluation purpose.
29.0
PRICE VARIATION
The Bidder shall quote firm prices/ rates in the Schedule of Prices (Annexure-1.2). Firm
prices/rates shall not be subject to any escalation on any account till final acceptance of
the plant except as otherwise specifically provided in the NIT/ Contract documents. Bids
with variable prices may be disqualified.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 26 OF 28
30.0
REBATE
30.1
No suo-moto reduction in price(s) by bidders is permissible after opening of the price bid.
If any Bidder unilaterally reduces the price(s) quoted by him in his bid after opening of
price bids, such reduction shall not be considered for comparison of prices but shall be
binding on the Bidder if he happens to be selected for award of work.
31.0
AWARD OF CONTRACT
32.1
The CONTRACT will be awarded subject to the terms and conditions of this NIT to the
competitive lowest evaluated Bidder submitting responsive bid, which is technically
acceptable to the OWNER, in conformity with the requirements of this NIT and the Bidder
is to the OWNERs satisfaction competent to undertake the Scope of Work. The OWNER
shall be the sole judge in behalf of the matters aforesaid. A responsive Bid is one which
fulfills all requirements under NIT and accepts all terms and conditions of these
specifications and documents without any modifications. A modification is one which
affects in any way the prices, quality, quantity or completion period of the Work or which
limits in any way the responsibilities or liabilities of the Bidder or any rights of the OWNER
as required in these specifications. The decision of OWNER is final in this regard.
32.2
After selection, a Letter of Intent (LOI) shall be released by the OWNER to the selected
Bidder. Letter of Acceptance (LOA) by the Bidder must be submitted within 7 days. No
delay shall be permitted and in the event Bidders LOA is not received by stipulated date,
the OWNER may, unless the OWNER consents to extension of time for submission of
LOA, appropriate the EMD of such Bidder as mutually agreed genuine pre-estimated loss
and damage suffered by the OWNER on account failure of the Bidder to accept LOI. The
LOA shall be subject to acceptance by the OWNER.
32.3
After acceptance of the LOA by the OWNER, the Bidder shall enter into the CONTRACT
with the OWNER.
33.0
SIGNING OF CONTRACT
33.1
OWNER and successful bidder will finalize the CONTRACT. Both the OWNER and the
CONTRACTOR shall initial the agreed CONTRACT. This CONTRACT shall be subject to
the approvals by the Board of Directors of GNFC, Government of India if required and any
variations suggested by the Board / Government of India shall be incorporated in the
CONTRACT subsequently which shall be binding on CONTRACTOR and OWNER.
33.2
The OWNER shall communicate the variations, if any, as suggested by the Board /
Government of India to the CONTRACTOR and incorporate the same in the CONTRACT.
Thereafter a contract agreement shall be finalized between the OWNER and the
BIDDER and signed within 30 days of acceptance by the BIDDER..
34.0
34.1
The OWNER reserves the right to accept or reject any bid and to annul the bidding
process and reject all bids at any time prior to award of Contract without thereby incurring
any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of
the ground of OWNERs action.
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 27 OF 28
34.2
34.3
34.4
35.0
35.1
35.1.1
35.1.2
35.2
Failure of the successful Bidder to comply with the requirement of Clause 35.1.1 hereof
shall constitute sufficient grounds for the annulment of the award in which event OWNER
may call for fresh Bids, without prejudice to its rights and remedies as set forth in this NIT
or otherwise in law. Similarly, failure of the successful Bidder to comply with the
requirement of Clause 35.1.2 hereof shall constitute sufficient grounds to recover the
Security Deposit Bank Guarantee amount, without prejudice to its rights and remedies as
set forth in this NIT or otherwise in law.
35.3
GENERAL INSTRUCTIONS
36.1
Suitability of Plant
PC54/E-1/P-I/1.0
DOCUMENT NO
REV
SHEET 28 OF 28
Before submitting his bid the bidder shall ensure that compliance with any requirements of
the specification would not render the plant unsuitable in any respect for the purposes
mentioned or inherent in the Specification. Should the Bidder consider that compliance
with any requirements of the Specification would render the plant unsuitable, he shall
submit a proposal or proposals for modifying the requirements and shall include these
in the "Schedule of Deviations from the specification.
36.2
36.2.1
Transfer of Bid submitted by one BIDDER to another is not permitted. No alteration in the
essence of a Bid, once submitted, shall be permitted.
36.2.2
OWNER reserves the right to verify all statements/information submitted to confirm the
Bidders claim on experience on the performance of equipment offered and capabilities of
the Bidder to perform the Scope of Work. OWNER may inspect similar facilities built by
the Bidder. Bidder shall co-ordinate and arrange for visit. However all expenses of such
visit of OWNERs Officials / OWNERs Representative will be borne by OWNER.
36.2.3
OWNER shall not entertain any correspondence with any Bidder on acceptance or
rejection of any Bid.
36.2.4
Oral statements made by the Bidder at any time regarding any matter including quality, or
arrangement of the equipment or any other matter will not be considered and will not be
binding on the OWNER.
36.2.5
Standard catalogue pages and other documents of the Bidder may be used in the Bid to
provide additional information and data as deemed necessary by the Bidder.
36.2.6
Bidder will furnish the Bid with all relevant informations as called for. Bids with incomplete
information are liable for rejection.
36.2.7
The Bid shall be submitted in line with clause wise compliance of this NIT.
any, shall be separately highlighted as per Annexure-1.4.
36.2.8
Any clause which is specifically not covered under Annexure-1.4, will be presumed to
have been agreed, unconditionally, by the bidder.
36.2.9
If at any later date, it is found that documents, information and data submitted by the
Bidder in the Bid, and based on which the Bidder has been considered eligible or
successful or has been awarded the Contract is incorrect or false to the extent that had
the correct or true information been made available to the OWNER at the time of Bid
evaluation, the bid would have been declared ineligible or unsuccessful, the Bidder shall
be forthwith disqualified or, as the case may be, the contract awarded based on such
incorrect or false information shall be cancelled and the EMD/PBG shall be liable to be
forfeited.
37.0
Deviation, if
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 1 OF 78 V
PART I: COMMERCIAL
SECTION 2.0
BID CONDITIONS
March- 2013
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 2 OF 78 V
INDEX
ARTICLE - 1
DEFINITIONS
ARTICLE - 2
SCOPE OF CONTRACT
ARTICLE - 3
CONTRACTORS OBLIGATIONS
3.1
General
3.2
3.3
3.4
3.5
3.6
Packing
3.7
Delivery of Documents
3.8
Insurance
3.9
3.10
Incidental Services
ARTICLE - 4
OWNERS OBLIGATIONS
4.0
General
4.1
4.2
Overall Co-ordination
4.3
4.4
4.5
4.6
Operating Personnel
4.7
4.8
4.9
ARTICLE - 5
5.1
5.2
5.3
Performance Guarantees
5.4
5.5
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 3 OF 78 V
5.6
5.7
Rejections, Removal
Replacement
5.8
5.9
5.10
Acceptance of Plant
5.11
5.12
5.13
Limitation of Liability
ARTICLE - 6
Rejected
Equipment
Contract Price
6.2
7.1
Terms of Payment
7.2
VOID
7.3
Payment Currencies
7.4
ARTICLE - 8
and
PRICES
6.1
ARTICLE - 7
of
MECHANICAL
COMPLETION,
COMMISSIONING,
SUSTAINED LOAD TEST AND GUARANTEE TEST RUN
8.1
8.2
Mechanical Completion
8.3
8.4
Specifications
8.5
Performance Tests
ARTICLE - 9
ACCEPTANCE OF PLANT
ARTICLE-10
10.1
Governing Language
10.2
Governing Laws
10.3
10.4
Completion Period
10.5
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 4 OF 78 V
10.6
10.7
Modifications in Contract
10.8
10.9
10.10
10.11
10.12
Sub-contracts
10.13
Termination of CONTRACT
10.14
Force Majeure
10.15
10.16
Notices
10.17
Mechanics Lien
10.18
10.19
10.20
Cut-Off dates
10.21
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 5 OF 78 V
ARTICLE-1
DEFINITIONS
In this NIT unless there is anything repugnant or inconsistent to the subject
or meaning thereof, the following words and phrases shall mean and
include as hereafter defined.
1.1
1.2
1.3
1.4
1.5
BID shall mean the proposal/document that the BIDDER submits in the
requested and specified form in the specification in response to this NIT.
1.6
1.7
1.8
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 6 OF 78 V
h) Contract Labour
i) Minimum Wages Act
j) Any other labour laws of INDIA applicable during execution of
contract.
k) Any other codes/standards specified in the contract documents.
1.9
1.10
1.11
1.12
CONTRACT PERIOD shall mean the time period (as extended by the
OWNER after mutual agreement between OWNER and CONTRACTOR
from time to time where appropriate) during which the CONTRACT shall
be executed as agreed to between CONTRACTOR and the OWNER in the
CONTRACT.
1.13
1.14
1.15
'CONTRACTOR' shall mean the successful Bidder whose bid has been
accepted by the OWNER and who has been selected by the OWNER for
the award of WORKS and shall include his heirs, legal representatives,
successors and permitted assigns.
1.16
1.17
DEFECT means any work done or any Material or the Plant or any part
of it which does not comply with the CONTRACT, provided that such
matter shall not be a Defect if it is caused by:
a) normal wear and tear;
b) a failure by the PURCHASER to operate and maintain the PLANT in
accordance with any operating and maintenance manuals provided by
the CONTRACTOR and/or with good engineering practice; and/or
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 7 OF 78 V
1.18
1.19
1.20
1.21
1.22
1.23
1.24
1.25
1.26
1.27
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 8 OF 78 V
1.28
1.29
1.30
1.31
1.32
1.33
1.34
1.35
1.36
PLANT shall mean the process units, AMMONIA Plant, UREA PLANT,
Associated Offsite & Utilities Facilities, as defined in the design basis as
per PART-II, TECHNICAL, SECTION 5.1 of NIT and designed to achieve
PERFORMANCE & GUARANTEE TESTS.
1.37
1.38
1.39
1.40
SITE shall mean the PLANT site located within OWNERs existing
Fertilizers & Chemicals Complex at Narmadanagar, Dist-Bharuch,
Gujarat, India, where PLANT is to be constructed utilizing the
EQUIPMENT supplied under the CONTRACT.
1.41
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 9 OF 78 V
1.43
1.44
1.45
SUSTAINED LOAD TEST shall mean the load test to be carriedout by the CONTRACTOR as per Article 8.
1.46
1.47
1.48
1.49
1.50
pursuant to CONTRACT.
1.51
WORKS COST shall mean the costs of raw materials and utilities for the
PLANT calculated as specified in PART-II: Technical, Section-7.0.
1.52
END OF ARTICLE 1
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 10 OF 78 V
ARTICLE -2
SCOPE OF CONTRACT
2.1
PC54/E-1/P-I/2.0
u)
RE
DOCUMENT NO
SHEET 11 OF 78 V
END OF ARTICLE 2
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 12 OF 78 V
ARTICLE - 3
CONTRACTORS OBLIGATIONS
3.1
General
Under this CONTRACT, CONTRACTOR will provide services and supply
EQUIPMENT to build PLANT as defined in this CONTRACT including
Technical SPECIFICATIONS as per PART-II: Technical which are integral
part of this CONTRACT.
OWNER is an ISO 14001 and ISO 18001 certified company and complies
with all rules and regulations covered under these certifications.
CONTRACTOR shall consider this while fulfilling obligations under this
CONTRACT and incorporate all necessary measures as required and in
consultation with OWNER.
3.2
3..2.1
3..2.2
3.3
3.3.1
3.3.2
3.3.3
3.4.
Outline of WORK
In order to supply the PLANT, CONTRACTOR shall provide and be
responsible for the tasks specified in this Article but not limited to,
under the following headlines:
-
PC54/E-1/P-I/2.0
3.4.1
RE
DOCUMENT NO
SHEET 13 OF 78 V
3.4.2
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 14 OF 78 V
3.4.4
TECHNICAL SPECIFICATIONS
3.4.4.1
3.4.4.2
3.4.4.3
3.4.4.4
3.4.5
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 15 OF 78 V
SPECIFICATIONS attached
at PART-II: Technical, meeting
safety and other requirements of various national/international
Codes and Regulations being in force as on EFFECTIVE DATE OF
CONTRACT. The design of PLANT shall be based upon the criteria
enumerated in CONTRACT.
A typical list of Indian Acts, Rules and Regulations applicable is also
appended in PART-II: Technical. However, it shall be
CONTRACTOR'S responsibility to follow all Indian rules and Regulations
as
applicable
to
the
PLANT.
3.4.6
3.4.6.1
b)
c)
d)
e)
Required copies
of drawings
3.4.6.2
PC54/E-1/P-I/2.0
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)
v)
RE
DOCUMENT NO
SHEET 16 OF 78 V
Process and engineering flow diagram, line conditions list, heat and
material balance including steam, power and utilities.
Piping and instrumentation diagrams for process facilities and utility
systems.
Interlock diagram with control narratives.
Operating manual covering all aspect like initial start-up, normal startup, normal shutdown, emergency shutdown, analytical procedure etc.
HAZOP report
PLANT arrangement drawings.
Drawings of EQUIPMENT (inclusive of shop fabrication drawings to
the extent furnished by the VENDOR and if non-proprietary in
nature)
SPECIFICATIONS and data-sheets of all critical EQUIPMENT.
Characteristic curves of fans, blowers, pumps, and compressors etc.
as normally made available by VENDOR.
Instrumentation and electrical drawings including
motor list
and civil foundation drawings.
Catalysts, adsorbents, resins and chemicals detailed specifications
including MSDS.
Drawings, procedures, and special tools & tackles and devices for the
erection of EQUIPMENT.
Unpriced PURCHASE ORDER(S) for all EQUIPMENT.
SPECIFICATIONS and data sheets of EQUIPMENT for approval by
OWNER before manufacture is started.
Shop fabrication drawings of VENDORs
Copies of certified drawings for EQUIPMENT purchased as standard
items from VENDOR and copies of pertinent bulletins and instruction
manuals.
Lubrication schedule from VENDOR.
Certified drawings including civil scope drawing and loading data,
pertinent bulletin, installation, operation and maintenance manuals
and test certificates as received from VENDOR
The final job SPECIFICATION books at least 12 MONTHS before
MECHANICAL COMPLETION and the mechanical catalogues (along
with EQUIPMENT).
CONTRACTOR shall provide the list of recommended spare parts for
EQUIPMENT. The CONTRACTOR shall also provide cross sectional
drawings wherever applicable to identify the spare part numbers and
their location, e.g. the sizes of bearings / seals, their make and
number shall be furnished.
During the progress of WORK, CONTRACTOR shall furnish to
OWNER such copies of drawings, SPECIFICATIONS and manuals
as specified in PART-II: Technical, Section-8.0 and as specified in
the Co-ordination Procedure. (to the extent normally given by the
VENDOR and relate to information/drawings that are non-proprietary
in nature.)
Final revised VENDORs DRAWINGS of EQUIPMENT.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 17 OF 78 V
3.4.6.3
3.4.7
VOID
3.4.8
HAZOP Analysis
CONTRACTOR shall carry out HAZOP analysis of the PLANT design
including compressors and packages as per international norms and
practices with OWNERs participation. Any changes arising out of HAZOP
study shall be incorporated by CONTRACTOR without additional cost to
OWNER.
3.4.9
Procurement Services
3.4.9.1
3.4.9.2
3.4.9.3
3.4.9.4
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 18 OF 78 V
3.4.9.5
3.4.9.6
3.4.10
3.4.11
Statutory Approvals
Certain category of EQUIPMENT fall under the jurisdiction of Indian Boiler
Regulations (IBR), irrespective of the fact whether these are proprietary in
nature or not, certification from an internationally recognized agency such
as Lloyds is considered necessary to enable local IBR authorities to allow
their installation and operation. In such cases, inspection and certification
from such authorities will also have to be arranged by CONTRACTOR.
CONTRACTOR shall also submit, as may be required by IBR authorities,
necessary design calculations from respective fabricators and/or
manufacturers of the EQUIPMENT. CONTRACTOR shall also submit,
as may be required by IBR authorities, necessary design
calculations from respective fabricators and/or manufacturers of the
EQUIPMENT. CONTRACTOR shall obtain such approval/certificate
in the name of OWNER and provide IBR certificate to OWNER.
CONTRACTOR shall also obtain approval from Electrical Inspectorate as
required for Electrical system of the PLANT
The CONTRACTOR shall provide full technical assistance to OWNER for
obtaining the necessary approvals to be issued in the name of OWNER
from the various statutory authorities.
In addition, the CONTRACTOR shall be responsible for obtaining
necessary approvals which are to be issued in the CONTRACTORS
name from the various statutory authorities.
3.4.12
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 19 OF 78 V
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 20 OF 78 V
PC54/E-1/P-I/2.0
3.4.13
3.4.14
RE
DOCUMENT NO
SHEET 21 OF 78 V
b)
c)
d)
e)
f)
All the spare for the EQUIPMENT under the CONTRACT will strictly
conform to the SPECIFICATION and other relevant documents and
will be identical to the corresponding main EQUIPMENT supplied
under the CONTRACT and shall be fully interchangeable.
g)
The CONTRACTOR will provide the OWNER with all addresses and
particulars of his SUB-CONTRACTORS while placing the order on
VENDORS for EQUIPMENT covered under the CONTRACT. The
OWNER will have the right to place order for additional spare parts
directly on VENDOR.
h)
Spare parts shall be new and of first class quality as per engineering
standards/codes, free of any defects (even concealed), deficiency in
Design, Materials and Workmanship and also shall be completely
interchangeable with the corresponding parts.
i)
j)
Spare parts shall be packed for long storage under tropical climatic
conditions in suitable cases, clearly marked as to their intended
purpose.
Lubricants
Whenever lubricants are required, CONTRACTOR shall indicate the
quantity of lubricants required for the first filling, the frequency of changing,
the quantity of lubricants required for 1 year's continuous operation and
the type of recommended lubricants indicating the commercial name
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 22 OF 78 V
Construction Tools
CONTRACTOR shall procure and supply special construction aids, tools,
tackles and fixture, required for construction and during normal operation
& maintenance of the PLANT.
3.4.16
3.4.17
Construction
CONTRACTOR shall be responsible for PLANT Civil and structural works,
buildings, internal roads, storm water channels, pipe racks, cable racks,
collection pits, all insulating & painting works, erection of complete PLANT,
SITE fabrication, piping, instrumentation installation, electrical installation,
resolution/liquidation of punch list issued by PMC/OWNER and other
miscellaneous construction jobs of PLANT leading to MECHANICAL
COMPLETION. CONTRACTOR shall organize these activities, in
appropriate sequence and use proper methods giving due regard to the
requirements of safety, quality, sound engineering practice, compliance
with relevant Codes and Regulations, and for achieving MECHANICAL
COMPLETION within the period guaranteed.
3.4.18
Safety of PLANT
3.4.18.1 OWNER is a ISO 14001 and OHSAS 18001 certified company and
CONTRACTOR shall comply with all requirements as required and to
enable OWNER to fulfill OWNERs obligations in this regard. ISO 14001
and OHSAS 18001 policy documents are attached at ANNEXURE-2.1
and ANNEXURE-2.2.
3.4.18.2 CONTRACTOR shall observe and also use its best efforts to ensure that
all parts of WORK carried out at SITE is being done in a safe and
satisfactory manner conforming to the applicable Safety Rules and
Regulations. CONTRACTOR will follow the guidelines issued by OWNER
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 23 OF 78 V
Pre-COMMISSIONING Services
CONTRACTOR shall render and be responsible for preCOMMISSIONING activities leading to MECHANICAL COMPLETION.
These activities will include relevant checking, adjustment, testing,
calibration, running in and trial runs of individual items of EQUIPMENT,
and other similar jobs. OWNER may provide experienced / trained and
suitable operating personnel, who will assist CONTRACTOR under the
supervision and direction of CONTRACTOR.
Such supervision personnel of CONTRACTOR shall be experienced
personnel as required for carrying out the supervision of preCOMMISSIONING activities along with OWNER'S personnel.
CONTRACTOR shall arrange for VENDOR'S specialists wherever
required. Suitable provision for such services shall be made by
CONTRACTOR at the time of placing the PURCHASE ORDER with no
additional cost to OWNER.
3.4.20
3.4.21
Manpower Assistance
CONTRACTOR shall provide adequate experienced operation and
maintenance (Mechanical / Electrical / Instrumentation)
personnel
according to the requirements, during the pre-COMMISSIONING,
COMMISSIONING activities and up to 3(three) MONTHS after
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 24 OF 78 V
MECHANICAL COMPLETION
CONTRACTOR shall be responsible for MECHANICAL COMPLETION as
per Article 8.2
3.4.23
COMMISSIONING Services
CONTRACTOR shall and be responsible for COMMISSIONING activities
after pre-COMMISSIONING and MECHANICAL COMPLETION activities
have been completed giving due regard to safety of EQUIPMENT
according to sound international practice. OWNER shall provide
experienced trained operating and maintenance personnel who shall work
under the supervision of CONTRACTOR. The COMMISSIONING activities
shall include the following:
a) Introduction of raw materials (feedstock), utilities, reduction of
catalysts, lining-up of various sections of PLANT leading to production
of Ammonia and Urea.
b) Stabilizing PLANT and stepping up production to full rated capacity.
c)
PC54/E-1/P-I/2.0
3.4.24
RE
DOCUMENT NO
SHEET 25 OF 78 V
Performance Guarantees
CONTRACTOR shall fulfill his obligations under CONTRACT as defined in
Article 8.
3.4.25
b)
c)
d)
Delivery of all EQUIPMENT and 95% of the bulk materials for the
PROJECT shall be available within _________ MONTHS from
EFFECTIVE DATE OF CONTRACT. The time schedule will be in the
form of a network and a bar chart clearly indicating all main or key
events regarding documentation, EQUIPMENT, manufacturing,
testing and delivery, civil works, erection, COMMISSIONG, PLANT
hand over etc
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 26 OF 78 V
3.4.25.4
The original issue and subsequent revisions CONTRACTORS / SUBCONTRACTOR's time schedule shall be sent to OWNER in two copies.
3.4.25.5
3.4.25.6
3.4.25.7
3.4.25.8
The first issue of the progress trend chart will be forwarded to OWNER
together with the time bar chart along with CONTRACT confirmation.
3.4.25.9
3.4.25.10
OWNER shall also review the physical / actual progress of WORK on the
basis of CONTRACTOR'S time schedule documentation.
3.4.25.11
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 27 OF 78 V
PROJECT Co-ordination
The management of the total PROJECT will be done by CONTRACTOR.
However, OWNERs PROJECT team/Project Management Consultant
(PMC) may oversee and monitor the PROJECT. PROJECT Co-ordination
procedure shall be defined by CONTRACTOR in consultation and
agreement with the OWNER as soon as possible after signing of
CONTRACT.
CONTRACTOR shall be responsible for overall co-ordination of all
activities connected with PROJECT. For this purpose, CONTRACTOR
shall arrange a meeting as soon as practicable after EFFECTIVE DATE
OF CONTRACT with OWNER, PMC, SUB-CONTRACTOR(s) and such
other parties as are necessary to settle the following:
a)
b)
c)
d)
e)
3.4.27
Technical information
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 28 OF 78 V
technical information for any purpose at any time except for setting-up of
the PLANT under the CONTRACT and shall not disclose the same to any
person, firm or corporate authorities, without written permission of
OWNER. All such details shall be kept confidential.
3.4.27.2 SPECIFICATIONS, design and DRAWINGS issued by the CONTRACTOR
to the OWNER along with the Proposal and CONTRACT and during
implementation of PLANT shall be used solely for the purpose of settingup, operation and maintenance of PLANT. The OWNER and his
employees shall not disclose the same to any person, firm or corporate
authorities, without written permission of CONTRACTOR. All such details
shall be kept confidential.
Work of SUB-CONTRACTORs
CONTRACTOR shall fulfill his obligations as outlined in Article 10.12.
3.4.29
PC54/E-1/P-I/2.0
3.5
RE
DOCUMENT NO
SHEET 29 OF 78 V
3.6
Packing
3.6.1
3.6.2
3.6.3
3.7
3.7.1
3.7.2
3.7.3
3.7.4
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 30 OF 78 V
3.8
Insurance
3.8.1
3.8.2
3.8.3
3.8.4
3.8.5
The CONTRACTOR at his cost shall arrange, secure and maintain all
insurance as may be pertinent to the works and obligatory in terms of law
to protect his interest and interest of OWNER in the project, against all
perils detailed herein. The Form and the limit of such insurance as
defined herein together with the under-writer in each case shall be
acceptable to the OWNER and OWNERs acceptance shall not be
unreasonably withheld. However, irrespective of such acceptance, the
responsibility to maintain adequate insurance coverage at all times
including third party liability during the period of contract shall be of
CONTRACTOR alone. The CONTRACTORs failure in this regard shall
not relieve him of any of his contractual responsibilities and obligations.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 31 OF 78 V
3.8.7
3.8.8
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 32 OF 78 V
equipment for all risks till the equipment is taken over by the OWNER.
The insurance policies to be taken should be on replacement value basis.
Notwithstanding the extent of insurance cover and the amount of claim
available from the underwriters, the CONTRACTOR shall be liable to
make good the full replacement/rectification of all equipment/materials
and to ensure their availability as per project requirements without
additional financial liability to the OWNERS. The workman compensation
policy taken by the SUB-CONTRACTOR of the CONTRACTOR shall be
passed on to the OWNER.
3.8.9
3.9
3.9.1
3.9.2
3.9.3
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 33 OF 78 V
3.9.4
Property of EQUIPMENT
3.9.4.1
3.9.4.2
3.9.5
3.9.5.1
3.9.5.2
3.9.5.3
3.9.5.4
3.10
Incidental Services
3.10.1
3.10.2
3.10.3
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 34 OF 78 V
3.11
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 35 OF 78 V
ARTICLE - 4
OWNERs OBLIGATIONS
4.0
General
The OWNER shall provide to the CONTRACTOR all such assistance as
may be reasonably required in order to carry-out its obligations under the
CONTRACT under the following head-lines:
4.1
Overall Co-ordination
Operating Personnel
4.2
Overall Co-Ordination
The overall co-ordination to organize orderly execution of PROJECT for
integration with existing facility and activities other than CONTRACTORs
scope of work in order to achieve the earliest possible completion of
PROJECT shall be carried out by OWNER.
4.3
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 36 OF 78 V
4.5
4.6
Operating Personnel
OWNER shall provide experienced and required operating personnel
according to its organization, during the pre-COMMISSIONING and
COMMISSIONING activities, who will work under the direction and control
of CONTRACTOR. OWNER shall associate its personnel with the
construction and erection of PLANT to familiarize the personnel with
WORK, ascertain quality, and generally to prepare for proper operation of
PLANT.
4.7
4.8
PC54/E-1/P-I/2.0
b)
RE
DOCUMENT NO
SHEET 37 OF 78 V
4.9.1
4.9.2
OWNER shall have the right to adjust the invoice amount for payment
before making payment of the same to CONTRACTOR, in which case
OWNER shall also indicate in WRITING the reasons for the adjustment. In
case OWNER fails to give written reasons to CONTRACTOR for the
adjustment or if CONTRACTOR disputes the adjustment and notifies
OWNER to that effect in WRITING, stating CONTRACTOR'S reasons for
challenging the adjustment made by OWNER, and OWNER fails to
answer CONTRACTOR'S request the amount of the adjustment in dispute
shall become due for payment, and shall be included in the next
subsequent monthly invoice submitted by CONTRACTOR to OWNER.
4.10
END OF ARTICLE 4
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 38 OF 78 V
ARTICLE - 5
WARRANTIES, GUARANTEES AND LIABILITIES
5.1
5.1.1
5.1.1.1
5.1.1.2
5.1.1.3
5.1.1.4
b.
c.
d.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 39 OF 78 V
5.1.1.5
5.1.1.6
5.1.1.7
5.1.1.8
5.2
5.2.1
5.2.2
5.3
Performance Guarantees
CONTRACTOR shall guarantee the performance of PLANTS and
associated offsite utilities as specified in the Technical
Documents. In general the Guarantees shall be demonstrated
under the following heads as per Part-II TECHNICAL, Section7.0.
PC54/E-1/P-I/2.0
5.3.1
RE
DOCUMENT NO
SHEET 40 OF 78 V
Capacity
Pollution Level
Noise Level
Cooling Towers
LSTK Contractor shall guarantee performance of each cooling tower
for capacity and performance as per CTI performance test
requirement.
Failure to meet above shall be breach of CONTRACT requiring
corrective action by LSTK contractor irrespective of the cost
involved.
5.3.3
5.3.4
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 41 OF 78 V
Sl. No
Description
1.0
2.0
3.0
4.0
Consumption per
Regeneration
Consumption per
Hour
Bidder to
indicate in
relevant
Section of
Technical Bid
Bidder to
indicate in
relevant Section
of Technical Bid
1. Capacity of Plant.
2. Quality of Nitrogen
Failure to meet above shall be breach of contract requiring corrective action
by LSTK contractor irrespective of the cost involved.
5.3.7
PC54/E-1/P-I/2.0
5.3.8
RE
DOCUMENT NO
SHEET 42 OF 78 V
5.3.9
GENERAL
All the guaranteed figures under this Clause are inclusive of all
instrument tolerances and shall be calculated on the basis of readings
indicated by duly calibrated specific meters forming part of
instrumentation already provided by CONTRACTOR in the process
and basic design under CONTRACT and certified by OWNER. No
negative tolerance is allowable on capacity.
5.4
5.5
5.5.1
5.5.2
5.5.3
In the event of notice of DEFECTs later on, in the Civil works due to
incorrect data furnished by the CONTRACTOR, the cost incurred for redoing, rectifying foundation, shall be borne by the CONTRACTOR.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 43 OF 78 V
5.6
5.6.1
5.6.2
5.6.3
b)
5.7
5.7.1
5.7.2
5.7.3
In the event of such rejection, the OWNER shall be entitled to use of the
EQUIPMENT in a reasonable and proper manner for a time reasonably
sufficient to enable him to obtain replacement.
5.7.4
5.7.5
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 44 OF 78 V
5.7.6
5.8
5.8.1
General
The performance guarantees are subject to and contingent upon the
conditions specified in Article 5.3 and the following further conditions
CONTRACTOR shall before start-up certify that PLANT is constructed in
accordance with the drawings and SPECIFICATIONS furnished by
CONTRACTOR provided that the performance guarantees pursuant to
Article 5.3 are not met during a GUARANTEE TEST RUN pursuant to
Article 8.5.4, CONTRACTOR shall make modifications and / or take
corrective measures and / or pay MUTUALLY AGREED DAMAGES as
specified in this Article under the following headlines:
5.8.2
CONTRACTOR'S Option
Modifications by CONTRACTOR
Adjustment of Fees
CONTRACTOR'S option
In the event that the performance guarantees for PLANT is not fulfilled, for
reasons attributable to CONTRACTOR, CONTRACTOR shall arrange to
perform
subsequent
GUARANTEE
TEST
RUNs.
However,
CONTRACTOR shall have the option of paying MUTUALLY AGREED
DAMAGES as specified in Article 5.9 in the event that the GUARANTEE
TEST RUN results are within the ranges as follows:
5.9
a)
b)
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 45 OF 78 V
5.9.1.1
5.9.1.2
5.9.2
5.9.2.1
5.9.2.2
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 46 OF 78 V
5.9.3
b)
Should the guaranteed quality of as per Article 5.3 not achieved, the
CONTRACTOR shall execute corrective engineering and modify,
replace the PLANT at its own cost until the guaranteed quality of
product from PLANT is obtained.
c)
5.9.4
5.9.5
Modifications by CONTRACTOR
In the event the CONTRACTOR elect to make modifications pursuant to
Article 5.9.4, CONTRACTOR may, during the period of 180 DAYs from
the start of the first GUARANTEE TEST RUN, make such modifications,
alterations, or additions to PLANT as are necessary to enable PLANT to
meet the performance guarantees. During the 180 DAYs' period
CONTRACTOR shall carry out these modifications, alterations, and
additions, and shall repeat the GUARANTEE TEST RUN as may be
required so as to prove the performance guarantees. The entire costs
associated with such modifications, alterations, and additions including all
related services necessary to enable PLANT to meet the performance
guarantees shall be borne by CONTRACTOR.
5.9.6
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 47 OF 78 V
5.10
ACCEPTANCE OF PLANT
These shall be as per Article 9
5.11
5.11.1
General
Design and VENDORS' Guarantees are given in this Article under the
following headlines.
5.11.2
Design Guarantee
VENDORS' Guarantees
Design Guarantee
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 48 OF 78 V
VENDORS' Guarantees
CONTRACTOR shall be responsible to obtain for the benefit of OWNER,
for all items of EQUIPMENT procured for PLANT an undertaking to
replace or repair any item of EQUIPMENT which shall be demonstrated to
be defective under normal operating conditions within 12 (twelve)
MONTHS from the date of start-up of PLANT. The PURCHASE
ORDER(S) issued by CONTRACTOR shall contain all guarantees
available from VENDOR for EQUIPMENT covered by PURCHASE
ORDER.
5.11.4
5.11.5
5.11.6
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 49 OF 78 V
5.11.6.1 CONTRACTOR agrees to use its best efforts, to enforce the guarantees
against VENDOR and agrees to fully cooperate with and assist OWNER in
the enforcement of such guarantees. All related costs during the
guarantee period shall be borne by CONTRACTOR.
5.11.6.2 CONTRACTOR shall use its best efforts to arrange the schedule for
delivery of all EQUIPMENT, and more particularly principal rotating
machinery, so that the VENDOR'S guarantee period shall not expire,
before the end of the 12 (twelve) MONTHS period of operation from the
date of start-up of PLANT.
5.12
5.12.1
Patent Infringement
5.12.1.1 CONTRACTOR shall at all times indemnify and keep indemnified OWNER
against all claims or suits and defend, at its own cost, any suit or action
brought against OWNER and hold OWNER free and harmless against all
costs of such claims or suits which may be made against OWNER in
respect of any infringement of any rights protected by patent, copyright,
trade marks, and trade secrets to the extent that such claim, suit, or action
is a result of the use of CONTRACTOR'S Technical Information for the
construction, maintenance, and operation of PLANT and the use of
CONTRACTOR'S and/or any other process licenser's processes used in
PLANT. OWNER shall pass on all claims made against it to
CONTRACTOR for settlement.
The CONTRACTOR shall indemnify the OWNER fully against all third
party claims of infringement of patent, trademark or industrial design
rights arising from use of the EQUIPMENT and all services or any part
thereof in the OWNER'S country.
5.12.1.2 CONTRACTOR declares that to the best of its knowledge and belief the
use of CONTRACTOR'S Technical Information for the construction,
maintenance, and operation of PLANT and the use of CONTRACTOR
and/or any other process licenser's processes used in PLANT will not
infringe any valid patent rights of a third party. However, if at any time such
infringement arises, CONTRACTOR agrees to keep OWNER fully
indemnified and harmless against such claims and costs thereof and make
arrangements that will allow OWNER to continue the operation of PLANT.
5.12.1.3 OWNER shall promptly advise CONTRACTOR in WRITING of any claim
of infringement or any action for infringement of patents brought against it
by a third party and based upon the use of CONTRACTOR'S Technical
Information If such use is in accordance with instructions given in
WRITING by CONTRACTOR, CONTRACTOR shall undertake the
defense, or assist OWNER in the defense, of the claim or suit to final
judgment or settlement
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 50 OF 78 V
5.12.1.7 Neither CONTRACTOR nor OWNER shall settle or compromise any suit
or action without the written consent of the other if settlement or
compromise obliges the other to make any payment or part with any
property or assume any obligations or surrender any rights or to be
subjected to any injunction by reason of such settlement or compromise.
5.12.2
Indemnities
any
any
not
the
PC54/E-1/P-I/2.0
5.12.2.4
RE
DOCUMENT NO
SHEET 51 OF 78 V
5.12.2.5
5.13
Limitation of Liability
5.13.1
5.13.2
b)
c)
d)
e)
The Pollution level and Noise level Guarantees as per Articles 5.3
have not been met.
f)
5.14
VOID
5.15
PC54/E-1/P-I/2.0
END OF ARTICLE 5
RE
DOCUMENT NO
SHEET 52 OF 78 V
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 53 OF 78 V
ARTICLE - 6
PRICES
6.1
CONTRACT PRICE
6.1.1
k)
l)
m)
n)
o)
6.1.2
Process License,
Know-how, Basic Engineering and Detailed Engineering,
Inspection of EQUIPMENT,
EQUIPMENT as per the scope of EQUIPMENT under this
CONTRACT
COMMISSIONING spares
Spare Parts
Civil and Structural works for installation of EQUIPMENT,
Custom Clearance, Port Handling and Onward dispatch to SITE and
Forwarding charges, if applicable,
Transportation and Freight up to SITE,
Unloading, Storage at SITE, site assembly, erection, preCOMMISSIONING and COMMISSIONING until ACCEPTANCE OF
PLANT,
Insurance including ALOP and DS,
All taxes as applicable in India and outside India for execution of
PLANT under CONTRACT including Works Contract tax, if any,
PROJECT Management and overheads,
GUARANTEE TEST RUNs and handing over of PLANT to OWNER.
All other costs, expenses and outgoing of the CONTRACTOR not
otherwise expressly set forth herein necessary, required or
incidental to the full, complete and proper performance and
discharge of the CONTRACTORs obligations under and in
accordance with the CONTRACT including completion of the
PLANT in all respects and overheads of the CONTRACTOR.
PC54/E-1/P-I/2.0
6.1.3
RE
DOCUMENT NO
SHEET 54 OF 78 V
Price schedule :
Price Schedule is as per ANNEXURE-1.2
6.1.4
CONTRACT PRICE :
The CONTRACT PRICE is
Rs. _________________
and
Euro _________________
and
USD _________________
inclusive of all taxes, duties in India and outside India.
CONTRACTOR will provide required documentation to OWNER to enable
it to claim CENVAT credit.
Price Variation in CONTRACT PRICE shall be permitted as
hereunder up to placement of LOI:
Nickel Price variations
Price Variation for Nickel shall be as follows:
P = W (L2-L1)
Where
P : Price implication on account of Nickel variation in USD.
W : Nickel weight used in reformer tubes and its accessories
where Nickel content is more than 25%(w/w) as calculated
by CONTRACTOR in Metric Tons (MT) and submitted along
with Bid in Annexure 1.2.
L2 : LME Nickel price (3 months seller rate) per MT as on LOI
date
L1 : LME Nickel Rate (3 months seller rate) per MT as
considered in Bid preparation. Bidder to indicate considered
rate in its Bid in Annexure 1.2.
Copper Price variations
Price Variation for Copper Cables shall be as follows:
Variation in INR per KM of cables = CuF (Cu-Cuo)
Where
CuF = Variation factor for Copper as defined by IEEMA
Cu = Price of CC Copper rods exclusive of taxes and duties as
on 1st working day of the month subsequent to LOI
Cuo = Price of CC Copper rods exclusive of taxes and duties as
considered in Bid preparation. Bidder to indicate
considered rate in its Bid in Annexure 1.2.
The variation per KM arrived as above shall be multiplied by the
quantity in kilometres to arrive at overall variation. Bidder shall
submit required quantity of cable for each type of cable, i.e.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 55 OF 78 V
6.1.6
6.2
6.2.1
6.2.2
CONTRACTOR shall be entirely responsible for all taxes, duties, etc. under
the CONTRACT as applicable as on EFFECTIVE DATE OF CONTRACT.
However, any statutory variation in Indian -tax laws after EFFECTIVE
DATE OF CONTRACT, but within the contractual period will be to
OWNERs account. However any variation in taxes, duties beyond
contractual period shall be in the CONTRACTORs account provided the
delay is solely attributable to CONTRACTOR.
6.2.3
All taxes / levies as may be levied / leviable including income tax in respect
of payments to be made to the CONTRACTOR under this CONTRACT
shall be borne and paid by CONTRACTORS. The OWNER however, shall
provide all assistance to the CONTRACTOR in connection with the same.
Any amount which the OWNER may be required by law to deduct at source
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 56 OF 78 V
towards income tax shall be deducted by the OWNER out of the amount
payable to CONTRACTOR and the balance amount shall be paid by the
OWNER to the CONTRACTOR. The OWNER shall however, provide the
CONTRACTOR the receipts evidencing the payment.
6.2.4
As regards Indian income tax, surcharge on income tax and any other
corporate tax, the OWNER shall not bear any tax liability whatsoever
irrespective of the mode of contracting. The CONTRACTOR (whether
domestic or foreign) shall be liable and responsible for payment of such tax
if attracted under the provision of the law, foreign/non-resident
CONTRACTOR are advised to check all provisions of the Indian Income
Tax Act and circulars issued by the central board of direct taxes,
Government of India.
6.2.5
6.2.6
Void
6.2.7
6.2.8
6.2.9
6.2.10
6.2.11
PC54/E-1/P-I/2.0
END OF ARTICLE 6
RE
DOCUMENT NO
SHEET 57 OF 78 V
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 58 OF 78 V
ARTICLE - 7
TERMS OF PAYMENT
7.1
7.1.1
7.1.2
b)
Commercial invoice
c)
b)
Commercial invoice
c)
PC54/E-1/P-I/2.0
7.1.3
RE
DOCUMENT NO
SHEET 59 OF 78 V
7.1.4
b)
Commercial invoice
c)
70% together with all duties and taxes on proof of dispatch, prorata for each consignment within 30 DAYS of submission of
invoices as per CONTRACTORs Billing Schedule duly approved
by OWNER.
Erection,
Construction
and
ii)
Commercial invoice
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 60 OF 78 V
7.2
VOID.
7.3
Payment currencies
Payments shall be made in the currency in which the CONTRACT PRICE
has been stated.
7.4
7.4.1
Invoicing
Invoicing shall be in compliance with the stipulation of the CONTRACT and
the following instructions:
CONTRACTOR is liable for all costs arising from non-compliance with the
instructions.
As far as possible description of EQUIPMENT in the invoice and dispatch
documents shall match the description in the CONTRACT.
The invoicing for supplies, ocean freight, inland transportation, insurance,
erection and COMMISSIONING etc. shall be raised separately by the
CONTRACTOR and shall be duly certified by OWNER.
The invoice shall contain the following information :
i)
CONTRACT no.
ii)
iii)
iv)
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 61 OF 78 V
v)
vi)
vii)
viii)
Payment Documentation
7.4.3
Advance payment
Advance payment shall be made on furnishing the following which shall be
adjusted in all subsequent payments till MECHANICAL COMPLETION;
7.4.4
1)
2)
3)
4)
Progress Payment
1)
Invoice for progress payment amount in original and two (2) copies
duly certified by owner.
2)
PC54/E-1/P-I/2.0
7.4.5
RE
DOCUMENT NO
SHEET 62 OF 78 V
Billing Schedule
After award of CONTRACT, CONTRACTOR shall submit detailed Billing
Schedule for supply and services for OWNERs approval. Progressive
payment shall be made based on the approved Billing Schedule.
7.4.6
END OF ARTICLE 7
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 63 OF 78 V
ARTICLE 8
MECHANICAL COMPLETION,
COMMISSIONING AND GUARANTEE TEST RUN
8.1
8.2
MECHANICAL COMPLETION.
CONTRACTOR shall be responsible for completing the design,
engineering, procurement, inspection and expediting, arranging for
transportation of EQUIPMENT, erection and construction of the PLANT
and pre-COMMISSIONING for making PLANT ready for acceptance of
feedstock at MECHANICAL COMPLETION.
MECHANICAL COMPLETION for PLANT is defined as the date at which
PLANT after mechanical erection and pre-COMMISSIONING, is ready for
acceptance of feed to be introduced to and can continue to receive feed
leading to production of Ammonia and Urea excepting for liquidation of
punch list items, which shall be mutually discussed and agreed upon
between the PARTIES.
MECHANICAL COMPLETION shall include completion of all required
activities of mechanical erection and pre-COMMISSIONING including but
not limited to the following activities:
8.2.1
Mechanical Erection
a)
b)
c)
All heat exchangers, fired heaters and waste heat boilers are
hydrostatically or pneumatically tested. All pre-COMMISSIONING
checks are made in accordance with manufacturer's instructions.
d)
e)
PC54/E-1/P-I/2.0
8.2.2
RE
DOCUMENT NO
SHEET 64 OF 78 V
f)
Relief valves are installed. Prior to this, they will have been checked
by the VENDOR in the VENDOR'S shop and rechecked at SITE.
g)
h)
i)
j)
Painting is completed to the extent that the incomplete work does not
prevent the start of COMMISSIONING and start up.
k)
All inert packing and bed support materials such as raschig rings and
alumina balls be installed.
l)
Pre-COMMISSIONING
The following is a list of typical work performed including but not limited to,
after PLANT is mechanically complete.
a)
b)
All machinery and drives are run-in, hot-checked for alignment, and
doweled. Necessary adjustments are made as result of running-in,
including resetting turbine over speed trips.
c)
d)
e)
f)
g)
h)
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 65 OF 78 V
j)
All fire protection and safety facilities are commissioned and put into
operation and all safety provisions initiated, including practices,
procedures, permits, and other precautionary measures needed to
ensure the safety of personnel and property.
8.2.3
8.3
8.4
Specifications
CONTRACTOR agrees that all EQUIPMENT furnished will be in strict
accordance with the SPECIFICATIONS as provided, however, that any
apparent omission or error in the SPECIFICATIONS will be met by the
CONTRACTOR if such omission is necessary for the functioning of the
EQUIPMENT or material to be supplied and that the CONTRACTOR, prior
to proceeding with the work under CONTRACT, will call to the attention of
OWNER any such omission or error or ambiguity in the SPECIFICATIONS
requiring clarification.
8.5
Performance Tests
8.5.1
General
CONTRACTOR shall prove the performance guarantees specified in
PART-II: TECHNICAL, SECTION-7.0 during tests of PLANT as specified
under the following headlines:
-
PC54/E-1/P-I/2.0
Inconsistent Measurements
RE
DOCUMENT NO
SHEET 66 OF 78 V
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 67 OF 78 V
ARTICLE - 9
ACCEPTANCE OF PLANT
9.1
9.1.1
b)
c)
9.1.2
9.1.3
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 68 OF 78 V
ARTICLE -10
TERMS AND CONDITIONS OF CONTRACT
Following Terms and conditions which are discussed and agreed by both
the PARTIES shall apply to this CONTRACT:
10.1
Governing Language
10.1.1
10.2
Governing Laws
All questions related to or arising out of this CONTRACT including but not
limited to its validity, interpretation, performance and breach shall be
governed by Indian laws.
10.3
10.4
Completion Period
CONTRACTOR shall be responsible for completing the design,
engineering, procurement, inspection and expediting, arranging for
transportation to SITE, erection and Pre-Commissioning of PLANT for
MECHANICAL COMPLETION. CONTRACTOR guarantees that
MECHANICAL COMPLETION shall occur within 31(thirty-one) MONTHS
from the EFFECTIVE DATE OF CONTRACT.
10.5
10.6
10.6.1.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 69 OF 78 V
a)
b)
All the WORK shall be carried out under the overall direction of the
OWNER and in accordance with the provisions of the CONTRACT.
c)
d)
10.6.2.
10.6.3.
10.7
Modifications in CONTRACT
10.7.1.
10.7.2.
10.8
10.8.1.
10.8.2.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 70 OF 78 V
10.8.4.
OWNER and CONTRACTOR shall agree upon the basis and terms of the
change in SCOPE OF CONTRACT in WRITING.
10.8.5.
10.8.6.
10.9
a)
b)
10.10
10.10.1. The CONTRACTOR shall not, without the OWNER'S prior written consent
disclose the CONTRACT or any provision thereof, or any
SPECIFICATION, plan, drawing, pattern, sample or information furnished
by or on behalf of the OWNER in connection therewith, to any person
other than a person employed by the CONTRACTOR in the performance
of the CONTRACT. Disclosure to any such employed person shall be
made in confidence to the extent necessary for purpose of such
performance and shall be bound by similar secrecy obligations.
10.10.2. Similarly, the OWNER shall not, without the CONTRACTORs prior written
consent disclose the CONTRACT or any provision thereof, or any
SPECIFICATIONS, plan, drawing, pattern, sample or information furnished
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 71 OF 78 V
SUB-CONTRACTS
10.12.1
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 72 OF 78 V
iii. Materials
/ Equipment
recommended
10.12.3
of
Chinese
Origin
are
not
10.12.3.1. Preserve and protect all the rights of OWNER here under the WORK to be
performed or materials supplied under the SUB-CONTRACT;
10.12.3.2. Required that such WORK be performed or materials be fabricated,
supplied and installed in strict accordance with the applicable
requirements of this CONTRACT.
10.12.3.3. Obligate such SUB-CONTRACTOR to consent to and be bound by those
obligations under this CONTRACT which by their terms are intended to
also obligate such SUB-CONTRACTORS, including the provisions of this
Article.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 73 OF 78 V
the
10.12.5
Damages.
CONTRACTOR shall agree to hold all SUB-CONTRACTORS, including all
persons directly or indirectly employed by them, responsible for any
damages due to breach of CONTRACT or any negligent act and to
diligently endeavour to effect recoveries in such damages.
10.12.6
10.13
Termination of CONTRACT
b.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 74 OF 78 V
Force Majeure
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 75 OF 78 V
10.15.1
The OWNER and the CONTRACTOR shall make every effort to resolve
amicably by direct informal negotiations any disagreement or dispute
arising between them under or in connection with the CONTRACT.
10.15.2
10.15.3
Legal Construction
Subject to the provision of Article 10.15.4 the CONTRACT shall be in all
respects, construed and operated as an Indian CONTRACT and in
accordance with Indian Laws as in force for the time being and is subject
to the jurisdiction of the Bharuch Court.
10.15.4
Arbitration
All disputes which cannot be settled by mutual negotiations, the matter
shall first be referred to and determined by arbitration in accordance with
The Arbitration and Conciliation Act 1996, as amended from time to time.
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 76 OF 78 V
10.15.4.2 The tribunal shall consist of three arbitrators and shall be constituted as
follows
a) The claimant shall nominate an arbitrator and shall give notice in
WRITING calling on the other PARTY to nominate an arbitrator within
30 DAYS of the notice, failing which such arbitrator shall at the request
of the claimant be appointed by the Indian Council of Arbitration, New
Delhi.
b) The third arbitrator who shall serve as chairman of the tribunal shall be
appointed by agreement between the PARTIES or in default of
agreement within 30 days of the appointment of the second arbitrator,
he shall be appointed by the Indian Council of Arbitration, New Delhi, at
the written request of either or both of the PARTIES.
c) Should a vacancy arise because any arbitrator dies, or resigns, refuses
to act, or becomes incapable or performing his functions, the vacancy
shall be filled by whose nominee he was appointed and if such PARTY
fails to fill the vacancy so caused, the same shall be filled by the
method by which the arbitrator is to be appointed in default of a PARTY
as provided in Article 10.15.4.2 above.
10.15.4.3 The arbitration shall be subject to the rules of arbitration of the Indian
Council of Arbitration, New Delhi. Subject to the said rules, the procedure
to be followed shall be agreed by the PARTIES so as to complete the
Arbitration Proceedings within 12 MONTHS or such extended time as may
be reasonably agreed by both the PARTIES or in default of agreement,
determined by the tribunal.
10.15.4.4 In the event of default by either PARTY in respect of any procedural order
made by the tribunal, the tribunal shall have power to proceed with the
arbitration in the absence of that PARTY and to deliver its award.
10.15.4.5 The law governing the substantive issues between the PARTIES shall be
the law of India.
10.15.4.6 The arbitration proceeding shall be governed in accordance with the
provisions of Indian Arbitration and Conciliation Act 1996, as amended
from time to time.
10.15.4.7 As soon as practicable after being constituted, the tribunal shall hold a
preliminary meeting with the representatives of the PARTIES for the
purposes of establishing the procedure to be followed. In determining the
procedure to be followed, the tribunal shall observe the following
provisions..
b) The language of the proceedings shall be English
c) The PARTIES shall also have the right to present the oral testimony of
witnesses of fact.
d) If either PARTY fails within the prescribed time to appear or to present
its case at any stage of the proceeding, the tribunal may of its own
motion or at the request of either PARTY, after giving reasonable
PC54/E-1/P-I/2.0
RE
DOCUMENT NO
SHEET 77 OF 78 V
Notices
10.16.1
Any notice given by one PARTY to the other pursuant to this CONTRACT
shall be sent in WRITING or by Fax or e-mail and confirmed in WRITING
to the address specified for that purpose in the CONTRACT.
10.16.2
10.17
Mechanics Lien
CONTRACTOR agrees to indemnify and hold harmless OWNER against
all labourer's material, man's and/or mechanic's liens arising from its
WORK, and shall keep the premises of OWNER free from all such claims,
liens and encumbrances.
10.18
10.19
10.20
Cut-Off Dates
No claims or correspondence on this CONTRACT shall be entertained by
the OWNER after 3 MONTHS after issue of Certificate of ACCEPTANCE
OF PLANT by the OWNER.
PC54/E-1/P-I/2.0
10.21
RE
DOCUMENT NO
SHEET 78 OF 78 V
PC54/E-1/P-I
PART I: COMMERCIAL
EXHIBITS
BROWN FIELD AMMONIA-UREA PROJECT
GNFC, BHARUCH
PC54/E-1/P-I
EXHIBIT-1
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT
GNFCS EXISTING COMPLEX IN BHARUCH.
TECHNOLOGY CRITERIA (AMMONIA)
Bidder shall furnish details with reference to the work, which pre-qualify them in line with
Technology Criteria mentioned under Clause 8.0 of Instructions to Bidders.
1.0
SL.
NO.
1.
2.
3.
4.
5.
Name of Owner
(a) Name and address of Owners contact
person
(b)Telephone and Fax No.
PROJECT 1, 2 etc.
(Separate sheets for each Project)
PC54/E-1/P-I
6.
YES/NO
7.
YES/NO
Note:
1. Bidder shall furnish the details as above of Projects which they consider suitable for
their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other
Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable, copies of work order , completion certificates and
Documentary proof from the owner in support of successful operation of plant for last
three years .
3 . Bidder to note that non-submission of relevant supporting documents may lead
to rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
be completed based on the details so furnished without seeking any subsequent
additional information.
STAMP & SIGNATURE OF BIDDER
: __________________________________
NAME OF BIDDER
: __________________________________
DATE
: __________________________________
PC54/E-1/P-I
EXHIBIT-2
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT
GNFCS EXISTING COMPLEX IN BHARUCH.
TECHNOLOGY CRITERIA (UREA)
Bidder shall furnish details with reference to the work, which pre-qualify them in line with
Technology Criteria mentioned under Clause 8.0 of Instructions to Bidders.
1.0
SL.
NO.
1.
2.
3.
4.
5.
Name of Owner
(a) Name and address of Owners contact
person
(b)Telephone and Fax No.
PROJECT 1, 2 etc.
(Separate sheets for each Project)
YES/NO
7.
YES/NO
PC54/E-1/P-I
Note:
1. Bidder shall furnish the details as above of Projects which they consider suitable for
their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other
Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable copies of work order , completion certificates and
Documentary proof from the owner in support of successful operation of plant for last
three years .
3 . Bidder to note that non-submission of relevant supporting documents may lead
to rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
be completed based on the details so furnished without seeking any subsequent
additional information.
STAMP & SIGNATURE OF BIDDER
: __________________________________
NAME OF BIDDER
: __________________________________
DATE
: __________________________________
PC54/E-1/P-I
EXHIBIT-3
EXPERIENCE CRITERIA
Bidder shall furnish their LSTK experience details with reference to the work, which prequalify them in line with Experience Criteria mentioned under Clause 8.0 of Instructions to
Bidders
(MARK FOR APPLICABILITY IN BOX
1.0
SL.
No.
1.
2.
3
4.
5.
6.
Details
7.
Supply of Process
License
Basic Process Design
PC54/E-1/P-I
Residual process
design
Detailed Engineering
Project Management
Procurement services
Procurement including
supply
Construction
Construction
supervision
QA/QC
Pre-commissioning &
commissioning
Supervision of
commissioning
Specify Date of
Completion Status
Mechanical completion
Commissioning
Performance
Guarantee runs
Whether completion
certificate enclosed
YES
NO
Date
Actual
Sch.
PC54/E-1/P-I
9.0
9.1
Document Furnished
Copy of work order / Contract YES
Agreement enclosed
9.2
9.3
10.
11.
Basis of work
NO
YES
NO
YES
NO
Existing Refinery
Petrochemical Plant
Fertilizer oil/gas
Individual
Consortium
(Name of Consortium
members and their
responsibilities to be
attached)
Joint Venture
(Name of Joint members
PC54/E-1/P-I
Note :
1. Bidder shall furnish the experience details as above of Projects which they consider
suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any
other Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable, copies of work order and completion certificates.
3. Bidder to note that non-submission of relevant supporting documents may lead to
rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
be completed based on the details so furnished without seeking any subsequent
additional information.
STAMP & SIGNATURE OF BIDDER
: __________________________________
NAME OF BIDDER
: __________________________________
DATE
: __________________________________
PC54/E-1/P-I
EXHIBIT-4
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT
GNFCS EXISTING COMPLEX IN BHARUCH.
FINANCIAL CRITERIA
Bidder shall furnish details with reference to the work, which pre-qualify them in line with
Financial Criteria mentioned under Clause 8.0 of Instructions to Bidders.
1.0 DETAILS OF PROJECT REFERENCES AS PER CLAUSE 8.0 OF INSTRUCTIONS TO
BIDDERS
SL.
NO.
1.
PROJECT 1, 2 etc.
(Separate sheets for each Project)
DESCRIPTION
Project name and description
(in field of Oil, Gas, Hydrocarbon or Fertilizer)
2.
(a) Awarded contract value (INR / US$)
SINGLE
BIDDER/
CONSORTIUM
LEAD
BIDDER
OF
PC54/E-1/P-I
Name of Owner
(a) Name and address of Owners contact
person
(b) Telephone and Fax No.
(c ) Mobile No.
(d ) Email No.
4.
5.
6.
2.0
ANNUAL TURNOVER
(1) 2011-2012 INR _______ Billion / US $ _______ million
(2) 2010-2011 INR _______ Billion / US $ _______ million
(3) 2009-2010 INR _______ Billion / US $ _______ million
Whether copies of balance sheet and annual turnover statements for the above three financial
years submitted. YES / NO
Note:
1. Bidder shall furnish the experience details as above of Projects which they consider
suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any
other Project details.
2. Bidder to note that this exhibit form shall be filled as per the Proformas as stated, along
with wherever applicable, copies of work order and completion certificates.
3 . Bidder to note that non-submission of relevant supporting documents may lead to
rejection of their PQ bid. It is to be ensured that all relevant supporting documents
shall be submitted alongwith the PQ bid in the first instance itself. Pre-qualification may
PC54/E-1/P-I
: __________________________________
NAME OF BIDDER
: __________________________________
DATE
: __________________________________
PC54/E-1/P-I
DOCUMENT NO.
REV
SHEET 1 OF 1
PART I: COMMERCIAL
ANNEXURES
BROWNFIELD AMMONIA-UREA PROJECT
GNFC, BHARUCH
PC54/E-1/P-I/Annx-1.1
DOCUMENT NO
REV
SHEET 1 OF 1
With reference to your invitation for NIT NO: PNMM/PC54/E/001 DATED------, we are pleased to submit
our bid for the subject job in sealed envelopes as detailed below:
ENVELOPE- I : EARNEST MONEY DEPOSIT (EMD)
ENVELOPE - II : PRE QUALIFICATION BID, TECHNICAL AND UNPRICED COMMERCIAL BID
ENVELOPE III: PRICED BID
We undertake that in the event of acceptance of our Bid within the validity period of 09 months, this bid
as modified by mutually acceptable written changes/amendments till date of notification of award,
together with your written notification of award shall constitute a binding contract between us until a
formal contract is prepared and executed.
We understand that you are not bound to accept the lowest or any bid that may be received.
Dated this ......................... day of.................2013
..........
:
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 1 OF 58
SCHEDULE OF PRICES
P
REV
Attn.:Dear Sirs,
We have examined the NIT Ref. No.
dated
, the scope of work, terms and conditions of CONTRACT and technical specifications.
We are prepared to undertake all the WORK of the "CONTRACTOR" as defined in the NIT for a total fixed and firm price of Foreign Currency (FC) & Indian
Currency (INR) as per the break-up given below:
The entire Package consisting of the totality of Supplies and Services/ Work(s) shall be covered in the Lumpsum Price.
2.
Supply of spares and consumables for Commissioning, Mandatory spares are in CONTRACTORs scope of supplies and are to be included in the
quoted lumpsum price. Bidder shall also quote for Vendor recommended spare parts but the same shall not be considered for evaluation purpose.
3.
The break-up of LSTK Price pertains to of major items without identifying individual tag nos. It will be the responsibility of the contractor to quote all
materials/ equipments required for completion of work as per the CONTRACT, irrespective of whether all items are identified above or not.
4.
Clearance at Port, Airport, Demurrage / Warfage, if any, transportation to the site and loading / unloading will be in the CONTRACTORs Scope.
5.
All taxes, duties, licence fees and other such levies as may be applied to the CONTRACT both in CONTRACTORs country and in India, including
Custom Duty, Excise duty, Service Tax, VAT, Works Contract Tax Sales Tax on bought out items, octroi, corporate income tax in respect of the
performance of the CONTRACT as well as income tax on the personnel deputed by the CONTRACTOR to India in connection with the CONTRACT, are
in the account of the CONTRACTOR are to be indicated in the quoted lump sum price.
6.
The CONTRACTOR shall be liable and pay all taxes, duties, levies, lawfully assessed against the OWNER or the CONTRACTOR in pursuance of the
CONTRACT. The CONTRACTOR shall be solely responsible for all taxes that may be levied on the CONTRACTOR's turnover & profit or on the
earnings of any of his employees or personnel engaged by him and shall hold the OWNER indemnified and harmless against any claims that may be
made against the OWNER in this behalf. The OWNER does not undertake any responsibility whatsoever regarding any taxes levied on CONTRACTOR
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 2 OF 58
SCHEDULE OF PRICES
P
REV
and/or his personnel by Centre/State/Local Authorities. The Taxes shall be deducted where the said provisions shall be applicable and/or obligatory on
the part of the OWNER.
7.
All taxes and duties will be reimbursed at actual on submission of documentary evidence / Tax Paid Invoice limited to ceiling mentioned in LSTK Break
up of Prices and in cognizance with Break up of Taxes and duties. Bidder to indicate conversion rate considered for each quoted currency. Variation in
Exchange rates will be to OWNERs account. However, during the execution of Contract, if OWNER is required to pay any quoted Tax/Duty directly to
the tax authorities, (including those payable under the reverse charge mechanism) the same shall be paid by OWNER and deducted from the ceiling of
respective head of taxes & duties. In case of revision in indicated rates, the same limit will be suitably revised. However any increase in taxes or
introduction of new taxes beyond the contract period (where delay is attributable to the Contractor) shall be to the account of the Contractor.
8.
9.
The bidder shall have to provide, by way of a separate sheet, detailed working of taxes included in his quote for the supplies/services. Submission by
the Bidder of detailed calculation of taxes (in terms of %, assessable value and amount of respective taxes, cess, duties etc. included in his bid) is
mandatory as in the event of any change in the scope, may be mutually or otherwise of the contract, the incidence of differential taxes can be arrived at
without any difficulty in a transparent and logical manner within the framework of law. In case of change in the taxes and duties it should be ensured
that OWNER should not be put to loss financially.
10.
Such calculations shall also set at rest the possibility of any dispute as to the quantum of differential taxes consequent upon the change in the act or
rules, since the incidences of taxes in %, assessable value and absolute value with all the working is available to assess the differential amount. If no
details are provided or details provided are insufficient the reasonable estimate made by the Owner with regard to the differential amount will be final
and binding on the Contractor.
11.
For CONTRACTORS who have to bring equipment and material from outside Bharuch, will have to obtain necessary registrations and take appropriate
steps as required under Gujarat State Laws.
12
(a) If it is not feasible for the Bidder to enter the items or relative values in the relevant Proforma for Price Bid due to limitation of space, the Bidder may
retype the Forms wherever required and fill up the rates either by hand or by typing the values and/or items as required. The Bidder further
declares that in the event of any discrepancy in the wording between the Proforma for Price Bid enclosed with the Tender and with any subsequent
addendum and the wording in the forms prepared by the Bidder, the wording given in the Proforma for Price Bid enclosed with the Tender or with
any subsequent addendum as the case may be, shall prevail and the values submitted by the Bidder shall be taken cognizance of and read
accordingly.
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 3 OF 58
SCHEDULE OF PRICES
P
REV
(b) All the original Price Schedule Forms shall be enclosed duly signed and stamped by the Bidder along with the priced sheets prepared by the Bidder
pursuant to (a) above.
13.
The Bidder shall further ensure that all the originals written by hand or with signature affixed thereto shall be in Blue ink.
14
The payment break-up within the parameters indicated shall be submitted and finalised in the schedule of Activities in accordance with the payment
terms set out in the Special Conditions of Contract. Bidder must submit Monthly Payment and Progress schedule in a tabular form. As per format
attached.
15.
The unpriced commercial bid shall contain unpriced copy of price schedule, duly signed and stamped and strictly as per Annexure 1.2.
16.
It is mandatory for the bidder to indicate quoted/not applicable/nil in the unpriced schedule. Bidder to indicate the percentage of taxes and duties
considered in the un-priced bid. If the bidder fails to quote for any item in the price bid, it will be implied that such item is either included elsewhere in
the quoted prices or not applicable/nil as per owners decision depending upon the item. Bidder should not club items with differing payment terms.
17.
The schedule of prices shall also indicate prices in figures as well as in words. In case of difference, the amount mentioned in words shall be
considered. The prices should be strictly quoted as specified in Annexure-1.2 otherwise the bid may be rejected. Wherever unit rate and total rate is
indicated, in case of any difference in total, the unit rate will govern.
It is understood that as a condition of this proposal, no agreement, oral or otherwise will exist until a written agreement has been signed by an authorised
representative of OWNER and approved by the concerned Government Authorities and Financial Institution(s). Any expenses incurred by the bidder prior to
execution of such agreement will be borne exclusively by the bidder without obligation of any kind on the part of OWNER, regardless of the circumstances
under which such expenses were incurred.
It is the bidder's intention, if awarded the CONTRACT, to comply fully and in all respect with CONTRACT documents.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 4 OF 58
SCHEDULE OF PRICES
P
REV
Attn.:Dear Sirs,
We have examined the NIT Ref. No.
dated
, the scope of work, terms and conditions of CONTRACT and technical specifications.
We are prepared to undertake all the WORK of the "CONTRACTOR" as defined in the NIT for a total fixed and firm price of Foreign Currency (FC) & Indian
Currency (INR) as per the break-up given below:
SUMMARY OF LUMPSUM PRICES
SL.
FOREIGN CURRENCY (F.C.) (SPECIFY)
DESCRIPTION
NO.
IN FIGS.
IN WORDS
SECTION-A
2500 MTPD AMMONIA PLANT
1.
PRICE OF MATERIALS AS PER PART-I , SECTIONA
1A TOTAL TAXES AND DUTIES ON SUPPLIES AS PER
PART-IA , SECTION-A
2.
PRICE OF SERVICES AS PER PART-II , SECTION-A
2A TOTAL TAXES AND DUTIES ON SERVICES AS PER
PART-IIA , SECTION-A
3.
TOTAL LUMP SUM PRICE, SECTION-A
(1+1A+2+2A)
SECTION-B
3850 MTPD UREA PLANT
1.
PRICE OF MATERIALS AS PER PART-I , ,
SECTION-B
1A TOTAL TAXES AND DUTIES ON SUPPLIES AS PER
PART-IA , SECTION-B
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 5 OF 58
SCHEDULE OF PRICES
2.
P
REV
2A
Note:
1. Summary of Lumpsum Prices shall be derived from the sum of prices quoted in PART-I, IA (Supply) and PART-II, IIA (Services) of
SECTION A, SECTION B & SECTION C respectively excluding relevant Prices of Bidders Recommended Spares of the respective
sections .
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 6 OF 58
SCHEDULE OF PRICES
P
REV
2. The sum of PART-I ,IA (Supply) and PART-II, IIA (Services), excluding relevant Prices of Bidders Recommended Spares, of SECTION A,
SECTION B & SECTION C shall tally with the Summary of Lumpsum Prices indicated in above Table. In case, same doesnt tally,
Prices Quoted in Summary of Lumpsum Prices shall prevail.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 7 OF 58
SCHEDULE OF PRICES
P
REV
SUBJECT :
Attn.:Dear Sirs,
We have examined the NIT Ref. No.
dated
, the scope of work, terms and conditions of CONTRACT and technical specifications.
We are prepared to undertake all the WORK of the "CONTRACTOR" as defined in the NIT for a total fixed and firm price of Foreign Currency (FC) & Indian
Currency (INR) as per the break-up given below:
SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.
1.0
DETAILS OF SUPPLIES
UNIT
IN WORDS
IMPORTED/INDIGENOUS MATERIALS
Price of all imported/indigenous materials required for incorporation to set up AMMONIA PLANT complete in all respects
including Commissioning Spares and Mandatory spares made up as follows with applicable taxes and duties indicated
separately:
1.1
MECHANICAL ITEMS
1.1.1
Static
1.1.1.1
Reformer Package
1.1.1.2
Reactors
1.1.1.3
Heat Exchangers
1.1.1.4
Air Coolers
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 8 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.
DETAILS OF SUPPLIES
1.1.1.5
Vessels/Tanks
1.1.1.6
Towers/Columns
1.1.1.7
Heaters
1.1.1.8
Stack
1.1.1.9
Others
1.1.1.10
1.1.2
Machinery
1.1.2.1
Compressors
1.1.2.2
Blowers/Fans
1.1.2.3
Pumps
1.1.2.4
Others
1.1.2.5
1.1.3
Piping
1.1.4
1.2
ELECTRICAL
1.3
INSTRUMENTATION
1.3.1
1.3.2
Analyzers
UNIT
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 9 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
UNIT
Sl. No.
DETAILS OF SUPPLIES
1.3.3
Others
1.3.4
1.4
1.5
1.5.1
1.5.2
Structural Steel
1.5.3
Concrete Block
1.5.4
1.6
1.6.1
Catalysts
1.6.2
Chemicals
1.6.3
Lubricants
1.6.4
Adsorbents
1.6.5
1.7
SPARES
1.7.1
Commissioning Spares
1.7.2
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 10 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.
DETAILS OF SUPPLIES
1.7.3
1.8
2.0
3.0
UNIT
IN WORDS
Note:
1) Price for Imported Item is on CIF Basis along with any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/equipments
required for completion of work as per the contract, irrespective of whether all items are identified above or not.
3) L.S Price of Catalyst & Adsorbent shall match with same cost & quantities as Quoted in PART-VI .
4) Bidder shall quote maximum 3 currencies including INR.
Name
Designation
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 11 OF 58
SCHEDULE OF PRICES
Date
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 12 OF 58
SCHEDULE OF PRICES
REV
SECTION-A
2500 MTPD AMMONIA PLANT
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
1.0
1.1
N.A
N.A
1.2
CST
N.A
N.A
1.3
VAT
N.A
N.A
1.4
N.A
1.5
CVD
N.A
1.6
Education Cess
N.A
1.7
N.A
1.8
N.A
1.9
N.A
1.10
Special Duty
N.A
1.11
1.12
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 13 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
2.1
2.2
CST
2.3
VAT
2.4
2.5
CVD
2.6
Education Cess
2.7
2.8
2.9
2.10
Special Duty
2.11
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 14 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
SL.NO.
FC
BIDDER TO
INDICATE
CURRENCY
2.12
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
NOTE: 1
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 15 OF 58
SCHEDULE OF PRICES
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
UNIT
1.0
1.1
Ammonia Plant
1.2
1.3
Others,
1.4
2.0
BASIC ENGINEERING
3.0
3.1
3.2
Others
3.3
4.0
IN WORDS
IN WORDS
Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the plant
as a fully functional and operative Unit, including (but not limited to) providing all labors and manpower, resources, transportation, store
management, construction equipment, tools, tackles and aids, safety devices, testing devices, facilities, utilities, communication systems,
material and other reconciliations, handing over of final drawings / documents / manuals, obtaining and satisfying all statutory licenses,
clearances, consents, no objections, approvals and certificates and complying with all statutory formalities etc. And all other services
whatsoever required for completing the works in all respects in accordance with the contract documents of the plant as per bidding
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 16 OF 58
SCHEDULE OF PRICES
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
UNIT
Civil Works
4.1.1
Buildings
4.1.2
Equipment Foundation
4.1.3
Structural Works
4.1.4
4.2
4.2.1
Erection
Mechanical
4.2.2
Electrical
4.2.3
Instrumentation
4.2.4
4.2.5
Misc. Equipment
4.2.6
4.2.7
4.3
4.3.1
4.3.2
4.3.3
4.4
IN WORDS
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 17 OF 58
SCHEDULE OF PRICES
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
4.5
4.6
4.7
4.8
5.0
UNIT
IN WORDS
IN WORDS
Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
2) Any services required for Bidders Recommended Spares like insurance,inland transportation etc. shall not be included in this Part. If the Bidders
Recommended Spares are included in the CONTRACT at the time of finalisation of CONTRACT, the relevant services for same shall be provided free of
cost by the LSTK CONTRACTOR.
For and on behalf of:
Stamp & Signature
Name
Designation
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 18 OF 58
SCHEDULE OF PRICES
Date
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 19 OF 58
SCHEDULE OF PRICES
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT OF
DUTIES APPLICABLE ON EACH ITEM
TAX
CONSIDERED
FC
BIDDER TO
INDICATE
1.0
Withholding Tax
2.0
R&D Cess
3.0
4.0
5.0
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
IC
INR
INR
NOTE: 1
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES WILL
BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY THE
APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 20 OF 58
SCHEDULE OF PRICES
Designation
Date
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 21 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART-III: GUARANTEED WORKS COST AMMONIA - UREA PLANT AND ASSOCIATED OFFSITE & UTILITIES FACILITIES
Sl.
No
1.
Item
2.
Service Water, M
0.4
3.
Power,KWH
0.14
4.
Natural gas price to be taken as US$ 55.56 per Gcal as per Net calorific Value corresponding to a value of US$ 14.0 per MMBTU.
Note:
1. The guaranteed works cost shall include cost of materials and utilities required, building cooling/heating, lighting, ventilations, air conditioning
and consequent costs of such materials which are not in the usual operation of the plant.
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 22 OF 58
SCHEDULE OF PRICES
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART-IV: SUPPLY OF OPTIONAL SERVICES FOR AMMONIA/UREA PLANTS
Sl.No.
DESCRIPTION OF ITEM
1.0
1.1
1.2
1.3
1.4
IN WORDS
IN WORDS
Note_1: Validity of quoted rates against this services shall be till execution of the entire contract
Note 2: One Engineer for Ammonia Plant and one Engineer for Urea Plant. Validity of quoted rates against these services shall be till one year after
handing over the Plant.
Note 3: Prices quoted for Supply of Optional Services as per Annexure-1.2, Part-A,Section-IV shall not be considered for Bid Evaluation purpose.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 23 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART-V: SCHEDULE OF DAILY / HOURLY RATES
SL.
DESCRIPTION OF
CATEGORIES
INDIAN CURRENCY
(specify)
1
Project manager
Process engineer
Instrument specialist
Draftsman
INDIAN CURRENCY
(specify)
Notes:
1. Bidder shall quote rates for various categories of employees, which should be inclusive of pay roll cost, and allowances, taxes, fringe benefits etc. for
categories he proposes to employ for this Project.
2. Payment for part of the day shall be made on pro- rata basis.
3. Rates shall be used for any additional/ extra work only, if requested by Owner, and shall be applicable for Ammonia/Urea/ Associated Offsite
& Utilities Facilities.
4. All rates are fixed for the duration of the CONTRACT.
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 24 OF 58
SCHEDULE OF PRICES
P
REV
5. Rates to be proposed shall be used for home office work as well as for Site personnel for Technical Services and Assistance.
6. Prices quoted for Schedule of Daily/Hourly rates for change of Work Order as per Annexure-1.2, Part-A, Part -V shall not be considered for Bid
Evaluation purpose.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 25 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-A
2500 MTPD AMMONIA PLANT
PART-VI: BREAK-UP OF ALL CATALYSTS AND ADSORBENTS FOR AMMONIA PLANT
UNIT PRICE
SL. No.
DESCRIPTION
BRAND
NAME
GUARANTEED
LIFE
UNIT
QTY
IN WORDS
TOTAL PRICE
TOTAL
All rights reserved
IN WORDS
IN WORDS
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 26 OF 58
SCHEDULE OF PRICES
P
REV
Note: 1) The Unit rate of above items to be derived based on the Lump sum price indicated at Sl. No. 1.6, in PART-I, against these items.
2) Where Bidder has taken deviation w.r.t. life of the Catalyst, it will be loaded based on the landed cost of catalyst.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 27 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-B
3850 MTPD UREA PLANT
PART I SUPPLY OF MATERIALS
UNIT
Sl. No.
DETAILS OF SUPPLIES
1.0
IMPORTED/INDIGENOUS MATERIALS
Price of all imported/indigenous materials required for incorporation to set up UREA PLANT complete in all respects including
Commissioning Spares and Mandatory Spares made up as follows with applicable taxes and duties indicated separately:
1.1
MECHANICAL ITEMS
1.1.1
Static
1.1.1.1
Reactors
1.1.1.2
Heat Exchangers
1.1.1.3
Air Coolers
1.1.1.4
Vessels/Tanks
1.1.1.5
Towers/Columns
1.1.1.6
Heaters
1.1.1.7
Others
1.1.1.8
1.1.2
Machinery
1.1.2.1
Compressors
1.1.2.2
Blowers/Fans
1.1.2.3
Pumps
1.1.2.4
Others
IN FIGS
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 28 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-B
3850 MTPD UREA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.
DETAILS OF SUPPLIES
1.1.2.5
1.1.3
Piping
1.1.4
1.2
ELECTRICAL
1.3
1.3.1
1.3.2
Analyzers
1.3.3
Others
1.3.4
1.4
1.5
1.5.1
1.5.2
Structural Steel
1.5.3
Concrete Block
1.5.4
1.6
1.6.1
Chemicals
1.6.2
Lubricants
UNIT
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 29 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-B
3850 MTPD UREA PLANT
PART I SUPPLY OF MATERIALS
Sl. No.
DETAILS OF SUPPLIES
1.6.3
Adsorbents
1.6.4
1.7
SPARES
1.7.1
Commissioning Spares
1.7.2
1.7.3
1.8
2.0
3.0
UNIT
IN WORDS
Note:
1) Price for Imported Item is on CIF Basis along with any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/equipments
required for completion of work as per the contract, irrespective of whether all items are identified above or not.
Name
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 30 OF 58
SCHEDULE OF PRICES
Designation
Date
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 31 OF 58
SCHEDULE OF PRICES
REV
SECTION-B
3850 MTPD UREA PLANT
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
1.0
1.1
N.A
N.A
1.2
CST
N.A
N.A
1.3
VAT
N.A
N.A
1.4
N.A
1.5
CVD
N.A
1.6
Education Cess
N.A
1.7
N.A
1.8
N.A
1.9
N.A
1.10
Special Duty
N.A
1.11
1.12
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 32 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-B
3850 MTPD UREA PLANT
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
2.0
2.1
2.2
CST
2.3
VAT
2.4
2.5
CVD
2.6
Education Cess
2.7
2.8
2.9
2.10
Special Duty
2.11
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 33 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-B
3850 MTPD UREA PLANT
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
SL.NO.
FC
BIDDER TO
INDICATE
CURRENCY
2.12
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
NOTE: 1
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 34 OF 58
SCHEDULE OF PRICES
REV
SECTION-B
3850 MTPD UREA PLANT
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
UNIT
1.0
2.0
BASIC ENGINEERING
3.0
3.1
3.2
Others
3.3
4.0
IN WORDS
IN WORDS
Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the plant
as a fully functional and operative Unit, including (but not limited to) providing all labors and manpower, resources, transportation, store
management, construction equipment, tools, tackles and aids, safety devices, testing devices, facilities, utilities, communication systems,
material and other reconciliations, handing over of final drawings / documents / manuals, obtaining and satisfying all statutory licenses,
clearances, consents, no objections, approvals and certificates and complying with all statutory formalities etc. And all other services
whatsoever required for completing the works in all respects in accordance with the contract documents of the plant as per bidding
documents and Direction of Engineer-in-charge/ Owners representative/ Owner
4.1.0
Civil Works
4.1.1
Buildings
4.1.2
Equipment Foundation
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 35 OF 58
SCHEDULE OF PRICES
REV
SECTION-B
3850 MTPD UREA PLANT
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
4.1.3
Structural Works
4.1.4
4.2.0
4.2.1
Erection
Mechanical
4.2.2
Electrical
4.2.3
Instrumentation
4.2.4
4.2.5
Misc. Equipment
4.2.6
4.2.7
4.3.0
4.3.1
4.3.2
4.3.3
4.4
4.5
4.6
4.7
UNIT
IN WORDS
IN WORDS
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 36 OF 58
SCHEDULE OF PRICES
REV
SECTION-B
3850 MTPD UREA PLANT
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
4.8
5.0
UNIT
IN WORDS
IN WORDS
Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
2) Any services required for Bidders Recommended Spares like insurance, inland transportation etc. shall not be included in this Part. If the Bidders
Recommended Spares are included in the CONTRACT at the time of finalisation of CONTRACT, the relevant services for same shall be provided free of
cost by the LSTK CONTRACTOR.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 37 OF 58
SCHEDULE OF PRICES
REV
SECTION-B
3850 MTPD UREA PLANT
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT
OF
DUTIES APPLICABLE ON EACH ITEM
TAX
CONSIDERED
FC
BIDDER TO
INDICATE
1.0
Withholding Tax
2.0
R&D Cess
3.0
4.0
5.0
NOTE: 1
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
IC
INR
INR
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 38 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART I SUPPLY OF MATERIALS
Sl. No.
DETAILS OF SUPPLIES
UNIT
IN WORDS
IN WORDS
IMPORTED/INDIGENOUS MATERIALS
1.0 Price of all imported/indigenous materials required for incorporation to set up Associated Offsite & Utilities Facilities complete
in all respects including Commissioning Spares, Mandatory spares, made up as follows with applicable taxes and duties
indicated separately:
1.1 Cooling Towers (Ammonia, Urea and offsite including pumping,
side stream filters, Chlorine and Chemical dosing.)
1.2 10,000 MT Ammonia Storage tank.
1.3 DM and condensate polishing unit.
1.4 Instrument Air System.
1.5 Inert Gas system.
1.6 Emergency DG set
1.7 Flare system.
1.8 Fire fighting system
1.9 Effluent treatment system.
1.10 Plants control room and Electrical substation
1.11 Work shop & Lab. Buildings
1.12
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 39 OF 58
SCHEDULE OF PRICES
P
REV
Note:
1) Price for Imported Item is on CIF Basis alongwith any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/
equipments required for completion of work as per the contract, irrespective of whether all items are identified above or not.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 40 OF 58
SCHEDULE OF PRICES
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
1.0
1.1
N.A
N.A
1.2
CST
N.A
N.A
1.3
VAT
N.A
N.A
1.4
N.A
1.5
CVD
N.A
1.6
Education Cess
N.A
1.7
N.A
1.8
N.A
1.9
N.A
1.10
Special Duty
N.A
1.11
1.12
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 41 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
2.0
2.1
2.2
CST
2.3
VAT
2.4
2.5
CVD
2.6
Education Cess
2.7
2.8
2.9
2.10
Special Duty
2.11
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 42 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
BIDDER TO
INDICATE
CURRENCY
2.12
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
NOTE: 1
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 43 OF 58
SCHEDULE OF PRICES
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
UNIT
IN WORDS
IN WORDS
1.0
1.1.0
Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the
Associated Offsite & Utilities Facilities as a fully functional and operative Unit, including (but not limited to) providing all labors and
manpower, resources, transportation, store management, construction equipment, tools, tackles and aids, safety devices, testing devices,
facilities, utilities, communication systems, material and other reconciliations, handing over of final drawings / documents / manuals,
obtaining and satisfying all statutory licenses, clearances, consents, no objections, approvals and certificates and complying with all
statutory formalities etc. And all other services whatsoever required for completing the works in all respects in accordance with the
contract documents of the plant as per bidding documents and Direction of Engineer-in-charge/ Owners representative/ Owner
Civil Works
1.2.0
Erection
1.3.0
1.3.1
1.3.2
1.4.
1.5
1.6
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 44 OF 58
SCHEDULE OF PRICES
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
1.7
UNIT
1.8
2.0
IN WORDS
IN WORDS
Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
2) Any services required for Bidders Recommended Spares like insurance, inland transportation etc. shall not be included in this Part. If the Bidders
Recommended Spares are included in the CONTRACT at the time of finalisation of CONTRACT, the relevant services for same shall be provided free of
cost by the LSTK CONTRACTOR.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 45 OF 58
SCHEDULE OF PRICES
REV
SECTION-C
ASSOCIATED OFFSITE & UTILITIES FACILITIES
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, IN PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT OF
DUTIES APPLICABLE ON EACH ITEM
TAX
CONSIDERED
FC
BIDDER TO
INDICATE
1.0
Withholding Tax
2.0
R&D Cess
3.0
4.0
5.0
NOTE: 1
2
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
IC
INR
INR
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 46 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-D
OPTIONAL ITEMS
PART I SUPPLY OF MATERIALS
Sl. No.
DETAILS OF SUPPLIES
UNIT
IN WORDS
IN WORDS
1.0
IMPORTED/INDIGENOUS MATERIALS
Price of all imported/indigenous materials required for incorporation to set up Optional Items complete in all respects including
Commissioning Spares, Mandatory spares, made up as follows with applicable taxes and duties indicated separately:
1.1
1.2
1.3
1.4
2.0
Note:
1) Price for Imported Item is on CIF Basis alongwith any other charges required for the purpose of calculation of Customs Duty.
2) Above break-up pertains to major items without identifying individual tag nos. It will be the responsibility of the contractor to quote the price of all materials/
equipments required for completion of work as per the contract, irrespective of whether all items are identified above or not.
For and on behalf of :
Stamp & Signature
Name
Designation
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 47 OF 58
SCHEDULE OF PRICES
Date
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 48 OF 58
SCHEDULE OF PRICES
REV
SECTION-D
OPTIONAL ITEMS
SL.NO.
PART- IA : TAXES AND DUTIES CONSIDERED AND QUOTED, FOR PARTI, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
DETAILS OF PARTICULARS OF TAXES & DUTIES APPLICABLE
CONSIDERED
CONSIDERED
ON SUPPLIES PORTION
FC
CURRENCY
BIDDER TO
INDICATE
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
1.0
N.A
N.A
2.0
CST
N.A
N.A
3.0
VAT
N.A
N.A
4.0
N.A
5.0
CVD
N.A
6.0
Education Cess
N.A
7.0
N.A
8.0
N.A
9.0
N.A
N.A
IC
TOTAL
AMOUNT OF
TAX
CONSIDERED
IC
INR
INR
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 49 OF 58
SCHEDULE OF PRICES
P
REV
NOTE: 1
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY. VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 50 OF 58
SCHEDULE OF PRICES
REV
SECTION-D
OPTIONAL ITEMS
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
UNIT
1.0
IN WORDS
1.1
1.2
Others
2.0
IN WORDS
Providing services for Pre-Fabrication, Fabrication, Erection, Construction, Installation, Testing, Pre-Commissioning, Mechanical
Completion, Commissioning and conducting Performance Guarantee Test Run (PGTR) required for completing and establishing the
Optional Items as a fully functional and operative Unit, including (but not limited to) providing all labors and manpower, resources,
transportation, store management, construction equipment, tools, tackles and aids, safety devices, testing devices, facilities, utilities,
communication systems, material and other reconciliations, handing over of final drawings / documents / manuals, obtaining and satisfying
all statutory licenses, clearances, consents, no objections, approvals and certificates and complying with all statutory formalities etc. And
all other services whatsoever required for completing the works in all respects in accordance with the contract documents of the plant as
per bidding documents and Direction of Engineer-in-charge/ Owners representative/ Owner
2.1.0
Civil Works
2.2.0
Erection
2.3.0
2.3.1
2.3.2
2.4.
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 51 OF 58
SCHEDULE OF PRICES
REV
SECTION-D
OPTIONAL ITEMS
PART IISUPPLY OF SERVICES
SL.NO.
DETAILS OF SERVICES
2.5
2.6
2.7
UNIT
2.8
3.0
IN WORDS
IN WORDS
Note:
1) Above break-up pertains to major services. It will be the responsibility of the contractor to quote the price of all services required for completion of work as
per the contract, irrespective of whether all services are identified above or not.
For and on behalf of :
Stamp & Signature
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 52 OF 58
SCHEDULE OF PRICES
REV
SECTION-D
OPTIONAL ITEMS
PART-IIA: THE BREAK UP OF ALL THE TAXES AND DUTIES CONSIDERED AND QUOTED, IN PART-II, BY THE BIDDER.
% AGE
ASSESSABLE AMOUNT ON WHICH TAX IS
TOTAL
DETAILS OF THE ITEM ALONGWITH PARTICULARS OF TAXES &
CONSIDERED
CONSIDERED
AMOUNT OF
DUTIES APPLICABLE ON EACH ITEM
TAX
CONSIDERED
FC
BIDDER TO
INDICATE
1.0
Withholding Tax
2.0
R&D Cess
3.0
4.0
5.0
NOTE: 1
2
EQUIVALENT
OF FC IN INR
(Refer Note-1)
INR
IC
IC
INR
INR
BIDDER TO INDICATE THE CONVERSION RATE CONSIDERED FOR EACH QUOTED CURRENCY VARIATION IN EXCHANGE RATES
WILL BE TO OWNERS ACCOUNT.
IN CASE THE PERCENTAGE OF ANY TAXES & DUTIES APPLICABLE IS DIFFERENT FOR VARIOUS ITEMS, BIDDER SHALL SPECIFY
THE APPLICABLE PERCENTAGE ON SUCH ITEM ALONG WITH RELEVANT BREAK-UP IN THE ABOVE TABLE.
Name
Designation
Date
:
All rights reserved
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 53 OF 58
SCHEDULE OF PRICES
SECTION-E
1.
FOREIGN
FOREIGN
INDIAN
CURRENCY
CURR ENCY
CURRENCY
PROPOSED PROJECT SCHEDULE
(-----)
(-----)
(INR)
%
%
%
AMMONIA PLANT, UREA PLANT & ASSOCIATED OFFSITE & UTILITIES FACILITIES
MONTH-1
2.
MONTH-2
3.
MONTH-3
4.
MONTH-4
5.
MONTH-5
6.
MONTH-6
7.
MONTH-7
8.
MONTH-8
9.
MONTH-9
10.
MONTH-10
11.
MONTH-11
12.
MONTH-12
13.
MONTH-13
14.
MONTH-14
SL. N.
REMARKS
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 54 OF 58
SCHEDULE OF PRICES
15.
MONTH-15
16.
MONTH-16
17.
MONTH-17
18.
MONTH-18
19.
MONTH-19
20.
MONTH-20
21.
MONTH-21
22.
MONTH-22
23.
MONTH-23
24.
MONTH-24
25.
MONTH-25
26.
MONTH-26
27.
MONTH-27
28.
MONTH-28
29.
MONTH-29
30.
MONTH-30
31.
MONTH-31
32.
MONTH-32
33.
MONTH-33
P
REV
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 55 OF 58
SCHEDULE OF PRICES
34.
MONTH-34
35.
MONTH-35
36.
MONTH-36
37.
MONTH-37
38.
MONTH-38
TOTAL
100%
100%
P
REV
100%
Note:
1. The above payment schedule shall be prepared assuming that payment will be effected by Owner one month after the relevant invoice issue except the
Final Payment which shall be effected in within 90 days from the due date. For avoidance of doubt, it is made clear that for the purpose of submitting
monthly cash flow, the anticipated payment in each month shall be shown.
2. The above payment curve is relevant to the LSTK Price set forth in Summary of Lump sum Prices - Annexure 1.2 which shall include taxes and
duties including such taxes which are payable by OWNER on reverse charge mechanism.
3
The above payment percentages are to be given currency wise and payee wise. In case the required information is not given payee wise, the actual
payment shall be made on first come first served basis subject to overall monthly cap.
Owner is intending to pay 10% mobilization advance in two installments of (first installment of upto 6% and balance in the second installment). The
second installment would be paid only after 3 months subject to satisfactory utilization of the 1st advance. These advance payments may be reckoned
in the above cash flows. The said advance payments would be recoverable @ 10% right from the first bill (payment) itself. This may also be considered.
Owner is also intending to pay 10% milestone on placement (i.e. this payment is not in the nature of mobilization advance) of PO as per NIT. These
payments may also be considered in the above cash flow.
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 56 OF 58
SCHEDULE OF PRICES
7
P
REV
The S- curve shall represent the break up of the LSTK price & should include all the taxes & duties including the taxes, duties & CESS payable on
reverse charge basis. An element of VAT on local purchases need not be indicated separately by the BIDDER in the S- curve (although the same is
forming part of the LSTK Price), since the credit for same shall be considered by OWNER in the cash flow of 37th month. The value of VAT shall be
taken directly from the priced bid format for the purpose of giving credit while evaluating the bids.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 57 OF 58
SCHEDULE OF PRICES
P
REV
SECTION-F
DATA REQUIRED FOR CALCULATION OF PRICE VARIATION FOR ALUMINIUM CABLES, COPPER CABLES AND NICKEL
SL.
No.
ITEM DESCRIPTION
1.0
Aluminium Cables
Required quantity of
cable for each type of
cable, i.e. numbers of
core and type of cable,
power/control
ii
Rate of EC grade
Aluminium
rods
(properzi
rods)
exclusive of taxes and
duties as considered in
Bid preparation.
2.0
i
Copper Cables
Required quantity of
cable for each type of
cable, i.e. numbers of
core and type of cable,
power/control along with
Bid.
SECTION-A
SECTION-B
SECTION-C
SECTION-D
PART-I
PART-I
PART-I
PART-I
PC54/E-1/P-I/Annx-1.2
DOCUMENT NO
SHEET 58 OF 58
SCHEDULE OF PRICES
ii
Price of CC Copper
rods exclusive of taxes
and
duties
as
considered
in
Bid
preparation.
3.0
i
Nickel
Nickel weight used in
reformer tubes and its
accessories
where
Nickel content is more
than
25%(w/w)
as
calculated
by
CONTRACTOR
in
Metric Tons (MT) and
submitted along with
Bid.
ii
P
REV
PC54/E-1/P-I/Annx-1.3
DOCUMENT NO
REV
SHEET 1 of 5
1.
OWNERS/PDILS QUERY
BIDDERs REPLY /
CONFIRMATION
2.
3.
4.
Please confirm that Pre Qualification Bid, TechnoCommercial Bid and Price Bid has been submitted in
desired number of copies as specified in Instructions to
Bidders.
5.
6.
Please confirm that the Price Part does not include any
terms and condition and Unpriced Price Schedule,
duly signed and stamped, and indicating
Quoted/Not Applicable/ Nil against each head
submitted in Envelope-II.
In case any terms and condition is mentioned in the
price part, the same shall be treated as null and void
7.
PC54/E-1/P-I/Annx-1.3
DOCUMENT NO
REV
SHEET 2 of 5
BIDDERs REPLY /
CONFIRMATION
OWNERS/PDILS QUERY
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Please confirm
following :i)
that
your
quoted
price
includes
19.
DG Sets.
Compressors.
Spray
Painting
Machines
including
surface
All rights reserved
PC54/E-1/P-I/Annx-1.3
DOCUMENT NO
REV
SHEET 3 of 5
OWNERS/PDILS QUERY
BIDDERs REPLY /
CONFIRMATION
preparation.
-
Test pumps.
20.
21.
22.
23.
24.
Fall Arresters
Please confirm the following :The planning schedule, S-curves, manpower estimates,
construction equipment deployment schedule etc.
submitted by the bidder with his bid are indicative and
PC54/E-1/P-I/Annx-1.3
DOCUMENT NO
REV
SHEET 4 of 5
OWNERS/PDILS QUERY
BIDDERs REPLY /
CONFIRMATION
26.
27.
PC54/E-1/P-I/Annx-1.3
DOCUMENT NO
REV
SHEET 5 of 5
OWNERS/PDILS QUERY
BIDDERs REPLY /
CONFIRMATION
29.
30.
31.
Name
Designation
Date
PC54/E-1/P-I/Annx1.4
DOCUMENT NO
SHEET 1 OF 1
0
RE
V
2.
This bid is subject to the following exception/deviations and fill in the below
Sl.
No
Volume No./
Section No.
of bid doc..
Page
No.
Clause
No.
Article ,
Paragraph
No.
Requirement
Exception/
Deviation
1
2
3
NOTE :
1.
2.
3.
Any deviations stated elsewhere in the bid shall not be taken into account and
may render the bid non-responsive and liable to be rejected.
4.
A soft copy of this Annexure, in editable form, shall also be submitted by the
Bidder.
...........
:
:
PC54/E-1/P-I/Annx-1.5
DOCUMENT NO
SHEET 1 OF 1
0
REV
SL.
NO.
FULL POSTAL
ADDRESS OF
CLIENT AND
NAME OF
OFFICER INCHARGE WITH
PHONE/CELL
NO AND EMAIL
DATE OF
COMMENCEMENT
OF WORK
SCHEDULED
COMPLETION
PERIOD
DESCRIPTION
VALUE OF
OF THE
CONTRACT
WORK
: __________________________________
NAME OF BIDDER
: __________________________________
DATE
: __________________________________
ACTUAL
COMPLETION
DATE
REMARKS
PC54/E-1/P-I/Annx-1.6
DOCUMENT NO
REV
SHEET 1 OF 1
SL.
NO.
FULL POSTAL
ADDRESS OF
CLIENT AND
NAME OF
OFFICER INCHARGE
WITH
PHONE/CELL
NO AND EMAIL
DATE OF
COMMENCEMENT
OF WORK
SCHEDULED
COMPLETION
PERIOD
DESCRIPTION
VALUE OF
OF THE
CONTRACT
WORK
: __________________________________
NAME OF BIDDER
: __________________________________
DATE
: __________________________________
%
COMPLETION
AS ON DATE
REMARKS
PC54/E-1/P-I/Annx-1.7
DOCUMENT NO
SHEET 1 OF 1
0
REV
1.0
Bidder/Consortium hereby confirm that they shall strictly adhere to the details provided by
them in response to Prequalification Criteria, Clause 8.0 of Instructions to Bidders (Section1.0, Part-I).
2.0
PROCESS LICENSORS
AMMONIA PLANT
CO2 REMOVAL
UREA PLANT
BIDDER/CONSORTIUM MEMBERS
3.0
Bidder/Consortium further confirm that the Bidder/Consortium shall not change its
constitution on the basis of which the Bidder/Consortium has submitted its Bid and qualified
the prescribed criteria for a Consortiums bid to qualify.
4.0
Bidder/Consortium also understand that In case of violation at any stage of evaluation of bid
and or after the award of contract from the provision of the Prequalification Criteria by the
Prequalified Bidder/ Successful Bidder, then without prejudice to OWNER's right and
remedies under the law, OWNER shall be entitled to forfeit and encash the Earnest Money
Deposit and / or Bank Guarantee for Advance Payment and/or Bank Guarantee for
Performance of Contract and / or Security Bond for Performance Guarantee furnished by
the Prequalified/ Successful Bidder
For and on behalf of :
Stamp & Signature
Name
Designation
Date
PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 1 OF 5
0
REV
BIDDER ORGANISATION
1.1
Company Organisation
Bid shall include a description of the organization, its management structure and organization
chart of Bidder's company with particular reference to the means whereby the execution of this
project will be related to the overall company organization.
The Bidder shall also furnish the name(s) of their partners, associated/ subsidiary companies &
their activities, and whether any such associated/ subsidiary company will be involved in the
execution of WORK, and if so, their scope thereof.
1.2
Project Organization
Bidder shall give charts of organization, which he intends to use in the execution of the work.
Such charts must show lines of authority and communication of senior personals who will be
assigned to this work in Bidder's home - office and other offices where WORK shall be
performed (if any) and the lines connecting such Project Organization to the Bidder's internal
overall organization including partners (if any). The chart shall be supported by a narrative,
which shall explain how the proposed organisation will operate and in particular will provide
The name of the location of the office(s) in which the Basic and Detail Engineering Design
Packages of the plant shall be carried out.
If any parts of the Basic and Detail Engineering Design Packages are to be carried out in more
than one office, then details of the distribution of the jobs between offices and coordination
procedure shall also be presented.
A description of the facilities offered to the OWNERS resident engineers.
2.0
3.0
PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 2 OF 5
0
REV
NOTES:
4.0
a)
Sample reporting forms and other key standard forms shall be included.
b)
Bidder shall state the extent to which he will be using computerized drafting,
etc.
Bidder shall include job descriptions and personnel resumes of his staff nominated to the key
positions, including (where applicable) at least the followings, or Bidder's equivalent:
Project director
Process engineering co-ordinator
Construction manager
Process engineer
Project engineering co-ordinator
Senior pre-commissioning engineer
Senior commissioning engineer
Training co-ordinator and instructor.
Construction Engineering Coordinator
Construction Quality Control Engineer
Construction Project Control Engineer
Welding Specialists
Heavy Lift Rigging Specialist
Senior Specialist Engineers
Senior Planning Engineers
Materials Coordinators
Senior Construction Engineers
PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 3 OF 5
0
REV
Resumes shall give at least the name, age, nationality, education, professional
exception/deviation and previous experience of each assigned personnel. Additionally, one
alternative shall be offered for each position. Bidder shall ensure that personnel to be
deployed meet the minimum criteria specified in Annexure-1.8A
Bidder shall confirm that these key personnel will be made available to WORK on the Project as
required by the schedule on full time basis.
Bidder shall furnish Summary of its Deployment Schedule Personnel as per Annexure-1.8 B.
Bidder understands that the said proposal represents the minimum deployment and the Bidder
acknowledges that the said deployment may have to be augmented with additional number
and/or categories, if required, if directed by Engineer-in-Charge in order to complete the work
within the completion schedule and quoted lump sum price.
5.0
6.0
Heavy lifts
BIDDER shall furnish his proposed, site transportation, lifting, along with preliminary rigging
schemes and erection procedure for the heavy lifts.
Such plans / schemes shall be furnished along with detailed write -up on heavy cranes proposed
to be deployed by CONTRACTOR, duly supported by relevant technical literature.
7.0
PC54/E-1/P-I/Annx-1.8
DOCUMENT NO
SHEET 4 OF 5
0
REV
8.0
QA/QC Program
9.0
Technical assistance
The extent of the Technical Services and Assistance to be rendered by CONTRACTOR for,
commissioning and performance test run, etc., is to be proposed
10.0
Training
Bidder shall furnish the following details regarding the Training of OWNER'S personnel:
a)
b)
Training facilities available with the Bidder to train the OWNER'S personnel in
11.0
DOCUMENT NO
SHEET 5 OF 5
0
REV
Field (on the job) training in process, operation, maintenance and manufacturing of
products, to train the personnel on the job.
c)
The courses and their duration, number of attendees in each course and location
where such courses will be held that the Bidder would recommend OWNER to
consider.
d)
Bidder's experience of training the personnel for units similar to the subject PLANT.
Estimate of the number of personnel required for the safe and satisfactory operation of the
Plant.
Name
Designation
Date
PC54/E-1/P-I/Annx-1.8
PC54/E-1/P-I/Annx-1.8A
DOCUMENT NO
REV
SHEET 1 OF 2
SL.
NO.
CATEGORY
LEAD
WELDING
ENGINEER
WAREHOUSE-IN-CHARGE
MATERIALS MANAGER
DISCIPLINE SURVEYORS
QUANTITY SURVEYORS
PC54/E-1/P-I/Annx-1.8A
DOCUMENT NO
REV
SHEET 2 OF 2
Name
Designation
Date
PC54/E-1/P-I/Annx-1.8B
DOCUMENT NO
SHEET 1 OF 7
REV
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.
SL.
NO.
DESCRITPION
DEPLOYMENT
1
PROJECT
MANAGEMENT
1.1
PROJECT
MANAGER
1.2
PLANNING
MANAGER
1.3
PLANNING
ENGINEERS
RESIDUAL
DESIGN AND
DETAILED
ENGINEERING
2.1
PROJECT
ENGINEERING
MANAGER
2.2
ENGINEERING
COORDINATOR
2.3
ENGG.
PERSONNEL
FOR VARIOUS
DISCIPLINE
10
11
12
13
14
15
16
17
SCHEDULE
1
8
19
20
21
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8B
DESCRITPION
DEPLOYMENT
1
2.3.1
CIVIL
STRUCTURAL
(i)
ENGINEERS
2.3.2
PRESSURE
VESSELS
2.3.3
MECHANICAL
EQPT/ ROTARY
EQPT.
2.3.4
PIPING
(i)
ENGINEERS
2.3.5
ELECTRICAL
(i)
ENGINEERS
2.3.6
INSTRUMENTATION
(i)
ENGINEERS
2.3.7
MISCELLANEOUS
PROCUREMENT
3.1
PURCHASE
3.1.1
PURCHASE
MANAGER
10
11
12
13
14
15
16
17
DOCUMENT NO
SHEET 2 OF 7
REV
SCHEDULE
1
8
19
20
21
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8B
DESCRITPION
DEPLOYMENT
1
3.1.2
PURCHASE
COORDINATOR
3.1.3
PURCHASE
OFFICER
3.2
INSPECTION
3.2.1
INSPECTION
MANAGER
3.2.2
INSPECTORS
3.3
EXPEDITING
3.3.1
EXPEDITING
COORDINATOR
3.3.2
EXPEDITORS
3.4
CUSTOM
CLEARANCE,
IMPORT
LICENCE,
TRANSPORTA TION
PERSONNEL
10
11
12
13
14
15
16
17
DOCUMENT NO
SHEET 3 OF 7
REV
SCHEDULE
1
8
19
20
21
4
SITE
CONSTRUCTION
4.1
PROJECT
MANAGER
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8B
DESCRITPION
DEPLOYMENT
1
4.2
CONSTRUCTION MANAGER
4.3
CIVIL
STRUCTURAL
4.3.I
SITE ENGINEER
4.3.3
SUPERVISORS
4.4.1
10
11
12
13
14
15
16
17
1
8
19
20
21
LEAD ENGINEER
SITE ENGINEER
4.4.3
SUPERVISORS
4.5
PIPING WORK
LEAD ENGINEER
4.5.2
SITE ENGINEER
4.5.3
SUPERVISORS
4.6
REV
SCHEDULE
MECHANICAL
WORKS
4.4.2
4.5.1
DOCUMENT NO
SHEET 4 OF 7
LEAD ENGINEER
4.3.2
4.4
ELECTRICAL
WORK
All rights reserved
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8B
DESCRITPION
DEPLOYMENT
1
4.6.1
SITE ENGINEER
4.6.3
SUPERVISORS
4.7
INSTRUMENTATION WORK
10
11
12
13
14
15
16
17
SITE ENGINEER
4.7.3
SUPERVISORS
1
8
19
20
21
QUALITY
ASSURANCE/
QUALITY
CONTROL
4.8.1
QC/QA
MANAGER
4.8.2
INSPECTOR
(CIVIL)
4.8.3
INSPECTOR
(PIPING)
4.8.4
INSPECTOR
(MECH EQPT)
REV
SCHEDULE
LEAD ENGINEER
4.7.2
4.8
DOCUMENT NO
SHEET 5 OF 7
LEAD ENGINEER
4.6.2
4.7.1
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8B
DESCRITPION
DEPLOYMENT
1
4.9
SAFETY
ENGINEER
4.10
SITE
ENGINEERING
WORKS
4.10.1
ENGINEERS
4.10.2
SUPERVISORS
4.11
COMPUTER
ENGINEER
4.12
ADMINISTRA
10
11
12
13
14
15
16
17
DOCUMENT NO
SHEET 6 OF 7
MISCELLANEOUS
4.14
WAREHOUSE
PERSONNEL
4.15
MATERIAL
MANAGER
4.16
COMMISSIONING
i)
REV
SCHEDULE
1
8
19
20
21
TION MANAGER
4.13
COMMISSIONING
COORDINATOR
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8B
DESCRITPION
DEPLOYMENT
1
ii)
COMM
ENGINEER
(SHIFT- INCHARGE)
iii)
CONTROL
ROOM
COORDINATOR
iv)
FIELD
SUPERVISOR
v)
10
11
12
13
14
15
16
17
DOCUMENT NO
SHEET 7 OF 7
1
8
19
20
21
Name
Designation
Date
REV
SCHEDULE
TECHNICIAN
22
23
24
25
26
27
28
29
30
31
TOTAL
PC54/E-1/P-I/Annx-1.8C
DOCUMENT NO
REV
SHEET 1 OF 6
SUBJECT: BROWNFIELD GAS-BASED AMMONIA-UREA FERTILIZER PROJECT AT GNFCS EXISTING COMPLEX IN BHARUCH.
DESCRIPTION
CAPA
-CITY
DEPLOYMENT SCHEDULE
1
CRANES
1.1
2000 MT
1.2
1000 MT
1.1
500 MT
1.2
300 MT
1.3
150 MT
1.4
75 MT
1.5
50 MT
1.6
20 MT
1.7
15 MT
1.8
10 MT
1.9
5 MT
10
11
12
13
14
15
16
17
18
19
20
21
22
2
3
2
4
2
5
2
6
2
7
2
8
29
30
31
TOTAL
SL.
NO.
DESCRIPTION
DIESEL
GENERATOR
S
2.1
500 KVA
2.3
3
600 CFT
3.2
350 CFT
4.1
4.2
4.3
4.4
DOCUMENT NO
REV
SHEET 2 OF 6
10
11
12
13
14
15
16
17
18
19
20
300
KVA/250KV
150
KVA/125KV
COMPRESSO
RS
3.1
DEPLOYMENT SCHEDULE
1
2.2
CAPA
-CITY
PC54/E-1/P-I/Annx-1.8C
WELDING
M/CS
DIESEL
WELDING M/C
DIESEL
GENERATOR
WELDING
TRANS
FORMERS/RE
C-TIFIERS
TIG WELDING
M/CS
All rights reserved
21
22
2
3
2
4
2
5
2
6
2
7
2
8
29
30
31
TOTAL
SL.
NO.
5
DESCRIPTION
CAPA
-CITY
PC54/E-1/P-I/Annx-1.8C
DOCUMENT NO
REV
SHEET 3 OF 6
DEPLOYMENT SCHEDULE
1
10
11
12
13
14
15
16
17
18
19
20
GRIT
BLASTING
M/CS
6
SPRAY
PAINTING
M/CS
STRESS
RELIEVING
M/CS
RADIOGRAPHY
M/CS
TEST PUMP
10
WATER PUMP
11
11.1
TRANSPORTA
-TION EQPT
TRACTOR TRAILOR
11.2
TRUCKS
11.3
BUS
12
JACKS
21
22
2
3
2
4
2
5
2
6
2
7
2
8
29
30
31
TOTAL
SL.
NO.
DESCRIPTION
MECHANICAL
12.2
HYDRAULIC
EXCAVATORS
13.2
DUMPERS
13.4
13.5
VIBRATORS
14.1
10
11
12
13
14
15
16
17
18
19
20
TRANSIT
MIXER
13.7
14.0
SHEET 4 OF 6
CONCRETE
PUMP CAR
MIXER
13.9
REV
BATCHING
PLANT
13.6
13.8
DOCUMENT NO
CIVIL
13.1
13.3
DEPLOYMENT SCHEDULE
1
12.1
13
CAPA
-CITY
PC54/E-1/P-I/Annx-1.8C
COMPACTOR
S
THEODOLITE
S
OTHERS
INSULATION
TESTING
EQUIPMENT
All rights reserved
21
22
2
3
2
4
2
5
2
6
2
7
2
8
29
30
31
TOTAL
SL.
NO.
DESCRIPTION
SECONDARY
INJECTION
TESTING KIT
14.3
METERS,
TOOLS &
TACKLES
ETC.
14.4
CALIBRATION
EQUIPMENT
MULTI
METERS
CALIBERATORS ETC.
14.7
INDUCTION
PIPE
BENDING
PLANTS
14.9
DOCUMENT NO
REV
SHEET 5 OF 6
10
11
12
13
14
15
16
17
18
19
20
OTHER
TOOLS
& TACKLES
14.6
14.8
DEPLOYMENT SCHEDULE
1
14.2
14.5
CAPA
-CITY
PC54/E-1/P-I/Annx-1.8C
METALOGRA
PHY
SPECTROMETERS
All rights reserved
21
22
2
3
2
4
2
5
2
6
2
7
2
8
29
30
31
TOTAL
Name
Designation
Date
PC54/E-1/P-I/Annx-1.8C
DOCUMENT NO
REV
SHEET 6 OF 6
PC54/E-1/P-I/Annx-1.8D
DOCUMENT NO
REV
SHEET 1 OF 1
Description
Quantity.
Make
(Numbers)
Capacity
Name
Designation
Date
Owner
Approximate
date when it will
be deployed at
site
Period of
retention at site
PC54/E-1/P-I/Annx1.9
DOCUMENT NO
0
REV
SHEET 1 of 2
1.
Improvements, developments and modifications made on the Process Technology in the recent
years with special references to yields, raw materials and utilities consumption, safety, energy
conservation and environmental control consideration.
2.
3.
Energy consumption for Ammonia plant, Urea plant and overall energy for the plant to be
provided with basis.
4.
The advantages of the proposed process in comparison with other similar existing processes.
5.
6.
The Bidder shall submit documentary evidence along with his Bid that as per stipulations, the
Bidder possesses or will acquire the required process and technical information for execution of
Ammonia Plant & Urea Plant and has the right to grant (in case of grant of license by a licensor)
and transfer to OWNER an exclusive and irrevocable right and License for present and future
use of the technical information and Know-How and use of the same under patent rights of a
licensor without limitation for design, engineering, procurement, construction, operation,
maintenance, revamp and replacement in the subject PLANT to make and use and sell the
PRODUCT.
7.
In case the Bidder acquires the required License and Know- How information from other
Licensor, then the Bidder shall submit to OWNER legalized documentary evidence to the effect
that the Licensor is willing to transfer License for use of technology and technical information
covered by his patent rights through the Bidder to the OWNER.
..........
:
Name
Designation
Date
PC54/E-1/P-I/Annx-1.10
DOCUMENT NO
REV
SHEET 1 OF 1
SL.
NO.
NOTE:
Page
No.
Clause
No.
BIDDER'S
QUERY
OWNER'S / PMC
REPLY
Subject
..........
Name
Designation
Date
PC54/E-1/P-I/Annx-1.11
DOCUMENT NO
REV
SHEET 1 OF 1
Duration of normal start-up for the PLANT to reach the design capacity.
2.
3.
4.
Note: The BIDDER shall submit all the data pertaining to Guarantees as sought in detail under
Section 7.0, Part-II (Technical) of the NIT.
............
Name
Designation
Date
PC54/E-1/P-I/Annx-1.12
DOCUMENT NO
SHEET 1 OF 1
0
REV
Bidder shall provide a bar-chart type schedule for the execution of the WORK and shall show the main
activities with duration, their sequences, and the milestone events specified.
..........
Name
Designation
Date
PC54/E-1/P-I/Annx-1.13
DOCUMENT NO
REV
SHEET 1 of 1
We _______________________ (Name of the Bidder) hereby represent that we have gone through
and understood the Bidding Documents, NIT NO: PNMM/PC54/E/001 DATED------, (including but not
limited to) the Commercial & Technical Requirements/ Specifications in Part-I (Commercial) & Part-II
(Technical) of the Bidding documents and amendments, if any, and that our Bid has been prepared
accordingly in compliance with the requirements stipulated in the said documents.
We are submitting the Table of Contents of Bidding Documents, Part-I (Commercial) & Part-II
(Technical) of the Bidding documents and amendments, if any, as part of our Bid duly signed and
stamped on each page in token of our acceptance. Further we undertake that in the event of award of
work to us, all the parts shall be considered for constitution of Contract Agreement.
...........
Name
Designation
Date
NOTE:
This declaration should be signed by the Bidders representative who is signing the
Bid.
PC54/E-1/P-I/Annx-1.14
DOCUMENT NO
REV
SHEET 1 OF 5
THIS CONSORTIUM AGREEMENT made this _____day of 2013 between amongst the
following PARTIES: 1) MIS----------------- incorporated under the Laws of, --------- with its Registered Office at -----------, (hereinafter referred to as "Lead Bidder" which expression shall, unless
repugnant to the context or meaning thereof, include its successors and permitted
assigns); AND
2) M/S -------- incorporated under the Laws of, --------- with its Registered Office at, ---------(hereinafter referred to as "Consortium Member" which expression shall unless
repugnant to the context or meaning thereof, include its successors and permitted
assigns); AND
3) M/S ----------incorporated under the Laws of ----------with its Registered Office at, -------(hereinafter referred to as "Consortium Member(s)" which expression shall, unless
repugnant to the context or meaning thereof, include its successors and permitted
assigns);
OWNER is proposing to set up 2500 MTPD AMMONIA PLANT, 3850 MTPD UREA
PLANT AND ASSOCIATED OFFSITE AND UTILITIES FACILITIES AT BHARUCH,
GUJARAT (hereinafter referred to as "PROJECT") and award the above works to a
experienced, qualified and selected contractors on a lump sum turnkey (LSTK) basis
with proper technical back-up of reputed Process Licensors and requisite experience
and had invited Bid after assessing pre-qualification bids.
(2)
Lead Bidder and Other Consortium Members (PARTIES) desire to forge a Strategic
business alliance to combine their skills and work under the leadership of Lead Bidder
who will, on awarding the contract, assume the responsibility for itself and vicariously for
all the consortium members and all the PARTIES will work with one another/each other
in the performance of the contract that may be entered into with the OWNER on its
incorporation in pursuance of the bid.
PC54/E-1/P-I/Annx-1.14
DOCUMENT NO
REV
SHEET 2 OF 5
(3)
The PARTIES have in response to the said invitation for the pre-qualification & LSTK
bids, have vide letter No. -------- Dated------------ submitted their proposals, for
considering them to be qualified for execution of PROJECT on LSTK basis.
(4)
Deleted
(5)
The PARTIES should enter into an agreement amongst themselves with the binding that
they would work unitedly and Lead Bidder shall be responsible for the completion of the
PROJECT in all respects and hold single point responsibility.
(6)
There is a further condition that the Lead Bidder shall enter into an agreement with the
Process Licensors for the supply of Process License, Technology and Know-How and a
copy of the same to be attached to this agreement as Annexure-I and shall form part of
this agreement.
NOW, THEREFORE, THE PARTIES HERETO AGREE TO WORK Together AND BIND
Themselves; AS FOLLOWS:1.
The terms and conditions contained in these presents constitutes a full statement of the
contractual rights and obligations of Lead Bidder and Other Consortium Members in
relation' to the PROJECT and supersedes all prior negotiations, agreements and
documents unless specific reference has been made in the text of this Agreement to any
such negotiations, agreements and documents.
2.
This Agreement defines and fixes the responsibilities governing the relations of the Lead
Bidder and Other Consortium Members in preparation of the Bid and Subsequent
execution Contract for the PROJECT.
3.
This Agreement clearly defines and states that the Lead Bidder shall be responsible for
itself and vicariously for all the Other Consortium Members and shall hold single point
responsibility. Notwithstanding anything containing hereinbefore, OWNER has got the
right to fix the responsibility and accountability on any and/or all of the PARTIES of this
Agreement with or without Lead Bidder.
4.
5.
Preparation of BID.
Making the final decision on all strategy for the PROJECT, including the.
Formation for performance of the PROJECT.
A negotiation and communications with the OWNER.
All Costs incurred with regard to the Bid shall be borne by the Lead Bidder/ Consortium
Members. The Lead Bidder agrees to provide complete assistance for providing
sufficient Data/information required for preparation of the Bid in its entirety.
PC54/E-1/P-I/Annx-1.14
DOCUMENT NO
REV
SHEET 3 OF 5
6.
At the time of submission of the bid the PARTIES have jointly agreed to all Schedules,
programs, terms and conditions, and all other matters whatsoever necessary for the
submission of bid for each PARTY'S Scope of Work, and the same is annexed herewith
as Annexure -I and forms part of this agreement.
7.
Upon award of the Contract, PARTIES shall perform their respective scope of work in
accordance with the scope indicated in the Annexure-I and forming part of this
agreement.
8.
It shall be the Lead Bidder's responsibility to the OWNER in' fulfilling all obligation -- as
are required under the agreement. However, the consortium members along with the
Lead Bidder shall be jointly and severally liable to the OWNER for any breach of the
conditions of the Contract entered into between OWNER and PARTIES on award of the
Contract.
9.
The PARTIES shall, even though Lead Bidder is solely and vicariously liable, fully
discharge their obligations and co-operate with one another with respect to the
PROJECT during the term of this agreement and act at all times in such a way to further
the common interest of the CONSORTIUM. Without limit to the foregoing, PARTIES
reaffirm not to bid for the PROJECT separately or in combination with any third party,
without the mutual consent of the remaining Consortium members. .
10.
Any changes or amendments to this agreement shall be made in consultation With the
OWNER and are valid only when these are set out in writing as such amendments and
signed by the PARTIES.
11.
The PARTIES agree that, if the OWNER selects the Consortium and issues a Letter of
Intent (LOI) to undertake the Contract, the PARTIES shall in good faith, use their best
efforts to expeditiously agree on the terms and conditions of a definitive agreement
based on the principles outlined in this agreement and the terms and condition mutually
agreed between the PARTIES prior to award of the PROJECT.
12.
Notwithstanding anything contained hereinabove, in the event of, the failure of the
consortium to make a definite agreement as stated in Clause 11 or in the event the
consortium refuses to take up the Contract (PROJECT), Lead Bidder and members of
the Consortium shall jointly and severally compensate the OWNER for all costs and
damages incurred by the OWNER from the stage of the inviting of BID till the issue of
LOI to the Consortium PARTIES for the amount not exceeding Rs. 10 crores.
13.
This agreement shall become valid upon execution by all the PARTIES and shall
continue till the PARTIES enter into a New Agreement as required under Clause No. 11
hereinbefore. However, this agreement shall come to end on the occurrences of any of
the events stated herein below in this clause, namely;
PC54/E-1/P-I/Annx-1.14
DOCUMENT NO
REV
SHEET 4 OF 5
This agreement shall in no way restrict any PARTY from engaging in any activities,
which are not connected with this PROJECT and are not in direct competition to the
activities of the PROJECT.
15.
The PARTIES agree to keep confidential all information and data obtained from each
other during the course of this agreement for a period of Four years from the effective
date of this agreement.
16.
No PARTY shall have the right to assign or in any way transfer any of its rights or
obligations under this agreement to any other Company, firm or person(s) without prior
consent in writing of the other PARTY and OWNER
17.
The PARTIES agree that as and when called upon by OWNER, the PARTIES shall
execute all further deeds, documents and agreements as may be required by OWNER.
18.
This agreement shall in all respects be construed and interpreted in accordance with the
applicable laws of India.
19.
Any dispute or difference arising under or out of this agreement which can not be settled
amicably between the PARTIES within sixty days, shall be finally decided by arbitration
in accordance with the provisions of the Arbitration and Conciliation Act, 1996.
IN WITNESS THEREOF, the PARTIES have entered into this agreement effective from
the date as mentioned herein above.
For and on Behalf of
_________________
(Lead Bidder)
(1)
PC54/E-1/P-I/Annx-1.15
DOCUMENT NO
SHEET 1 OF 2
REV
In consideration of Gujarat Narmada Valley Fertilizers & Chemicals Ltd., having its registered
office at PO: Narmadanagar 392 015, Dist.: Bharuch, Gujarat, India (hereinafter called "THE
COMPANY" which expression shall unless repugnant to the subject or context includes its
successors and assigns) having agreed to exempt M/s.__________________________
(hereinafter called the 'THE SAID TENDERER(s) which expression shall unless repugnant to
the subject or context includes his successors and assigns) from the demand under the terms
and conditions of tender no __________________ dated ------------------------- issued for
_______________________________(hereinafter called "THE SAID TENDER) from furnishing
of Bank Draft/Cheque/Cash for such Earnest Money Deposit (Bid Security) for the due
fulfillment by THE SAID TENDERER of the terms and conditions contained in THE SAID
TENDER on production/submission of bank guarantee for Rs._________________ Only
(Rupees _____________________only).
1.
2.
PC54/E-1/P-I/Annx-1.15
DOCUMENT NO
SHEET 2 OF 2
0
REV
tender open. Any such demand made on THE BANK shall be final, conclusive and
binding on THE BANK as regards the amount due and payable by THE BANK to THE
COMPANY under this guarantee. However, our liability under this Guarantee shall be
restricted to an amount not exceeding Rs _____________________._______________
(Rupees _________________ only).
3.
4.
5.
THE BANK declares that it has the power to issue the Guarantee and the undersigned
has full powers to do so on behalf of THE BANK.
PC54/E-1/P-IAnnx-1.16A
DOCUMENT NO
REV
SHEET 1 of 3
(1)
THE COMPANY has placed a Letter of Intent dated _____________ and/or entered into
Contract on the __ day of _________,20___ for Supply of ____________________________
Plant (hereinafter referred to as the "Contract") with M/s. ____ , a Company
incorporated in the State of ___________, India _________ under the Companies Act,1956 (Act
I
of
1956) having
its
Registered
Office
at
________________________________________, India (hereinafter referred to as the
"Contractor" which expression shall include its successors and permitted assigns where the
context so admits) for the works and jobs as described in the said Contract.
(2)
Under the provisions of the Contract, the Contractor is required to furnish at its
cost to THE COMPANY, a security bond in the form of a Bank Guarantee, in the amount of
Rs._________________
(Say
Rupees________________________
only), being the amount equivalent to ___% (____percentage) of Contract Price, namely Rs.
____________ (say Rs. _______________________________________ only) for due and
faithful provision, doing, performance, execution, keeping, fulfillment, discharge and carrying out
by the Contractor, of all its obligation and liabilities in time and manner as provided in the
Contract and to the satisfaction of THE COMPANY, and valid till SIX months after date of
satisfactory completion and acceptance of the entire work/Plant under the Contract in all respects
and till submission of the workmanship guarantee(s) as provided in the Contract.
(3)
The Surety has at the request of the Contractor agreed to issue this Security Bond as the
irrevocable letter of Bank Guarantee in terms of the said Contract on behalf of the Contractor, and
THE COMPANY has agreed to accept the same.
PC54/E-1/P-IAnnx-1.16A
DOCUMENT NO
REV
SHEET 2 of 3
NOW THIS BOND WITNESSETH AND KNOW ALL MEN BY THESE PRESENTS that the
Surety is hereby held and firmly bound unto THE COMPANY in the sum of Rs.
(Say
Rupees ______________________________ only) to be paid to THE COMPANY at its
Registered Office on first demand forthwith, without any demur, dispute or objection, for the
payment of which sum well and truly to be made, the Surety hereby unconditionally and
irrevocably binds itself, its successors, executors, administrators, assigns and transferees, firmly
by these presents.
IT IS HEREBY STIPULATED AND AGREED that the Surety shall pay to THE COMPANY as
aforesaid at the Registered Office of THE COMPANY, without any demur, dispute or objection,
forthwith on receipt of a written request from THE COMPANY notifying any breach, failure or
default by or on the part of the Contractor in providing, doing, performing, executing fulfilling
keeping or carrying out any, each and every obligations and liabilities as agreed to between the
Contractor and THE COMPANY under the Contract or any loss or damage caused to or
suffered by THE COMPANY by reason of any breach, failure or default by or on the part of the
Contractor in providing, doing, performing, executing fulfilling, keeping or carrying out any, each
and every of the obligations and liabilities under and on the terms and conditions of the Contract..
Such notification of any breach, failure or default on the part of the Contractor or as to the loss or
damage caused to or suffered by THE COMPANY will be binding and conclusive upon the
Surety and will not be called in question for whatsoever reason by the Surety and/or the
Contractor.
NOW THE CONDITION OF THIS OBLIGATION IS THAT if the Contractor shall faithfully provide,
do, perform, execute, fulfill, keep and carry out each and every of its obligations and liabilities
under the Contract in time and manner provided therein and
to the satisfaction of THE
COMPANY and shall furnish the workmanship guaranties as provided in the Contract, and THE
COMPANY shall certify that the claims or dues, if any, under or by virtue of the Contract are all
fully paid, satisfied and discharged and/or the obligations, liabilities, terms and conditions under
the Contract have been fully and properly provided, done, performed, executed, fulfilled, kept and
carried out by the Contractor, and accordingly discharges this guarantee, then this obligation
shall be null and void, otherwise the same shall remain in full force and virtue/effect.
THE COMPANY shall be at full liberty without reference to the Surety and without affecting the
guarantee given hereunder to postpone for any time or from time to time the exercise of any of
the powers and rights conferred on THE COMPANY under the Contract, or to enforce or to
forbear from enforcing any such powers and rights, and the liability of the Surety hereunder shall
not in any way be impaired or discharged by reason of any time being granted to the Contractor
by THE COMPANY for the provision, doing, performance, execution, fulfillment, keeping and
carrying out by the Contractor of all or any of its obligations and liabilities under the Contract or by
reason of any forbearance, act or omission on the part of THE COMPANY, whether with or
without the knowledge or consent of the Surety, nor it shall be necessary for THE COMPANY to
sue the Contractor before suing the Surety for the recovery of the amount hereunder.
The right of THE COMPANY to recover the amount of this Security Bond from the Surety in the
manner aforesaid shall not be affected by reason of the fact that any dispute or disputes have
been raised by the Contractor with regard to its obligations, liabilities or otherwise under the
Contract.
PC54/E-1/P-IAnnx-1.16A
DOCUMENT NO
REV
SHEET 3 of 3
SURETY
PC54/E-1/P-IAnnx-1.16
DOCUMENT NO
REV
SHEET 1 of 3
BY
_____________________________________________ a Banking Company incorporated
under the ___________________________________________ and having its Head Office at
____________________________________
and
a
Branch
Office
at
___________________________________________ (hereinafter referred to as the "Surety")
IN FAVOUR OF
GUJARAT NARMADA VALLEY FERTILIZERS & CHEMICALS LIMITED, a Public Company
incorporated in the State of Gujarat under the Companies Act, 1956 (Act - I of 1956) and having
its Registered Office at P.O. Narmadanagar-392 015, Dist. Bharuch, Gujarat (hereinafter
referred to as "GNFC").
PC54/E-1/P-IAnnx-1.16
DOCUMENT NO
REV
SHEET 2 of 3
WHEREAS
(1)
GNFC has entered into Contract on the ____ day of ________,20__ (hereinafter
referred
to
as
the
"Contract")
with
MESSRS.
____________________________________________
a
_________
Company
incorporated in the State of _____________ under the Companies Act,1956 (Act of I of
1956)
having
its
Registered
Office
at
_____________________________________________ (hereinafter referred to as the
"Contractor" which expression shall include its successors and permitted assigns where
the context so admits) for the jobs and services as described in the Contract for faith full
execution and performance of the ____________________ Plant.
(2)
Under the provisions of the Contract, the Contractor is required to furnish at its cost to
GNFC, a Security Bond in the form of a Bank Guarantee, in the amount of
Rs.__________ (Say Rupees __________________________________________only),
being the amount equivalent to _____% (________per cent) of the total amount of the
Contract namely, Rs._________ (Say Rupees _______________________________
only) to cover the Contractor's obligations and liabilities as to the performance,
workmanship, defects and deficiencies of and in the works/jobs/services etc. to be
provided as described under the Contract, valid till the end of six months after the date of
satisfactory completion and acceptance of the entire Plant in all respects.
(3)
The Surety has at the request of the Contractor agreed to issue this Security Bond as the
irrevocable letter of Bank Guarantee in terms of the Clause _____ of the Contract on
behalf of the Contractor, and GNFC has agreed to accept the same.
NOW THIS BOND WITNESSETH AND KNOW ALL MEN BY THESE PRESENTS that the
Surety is hereby held and firmly bound unto GNFC for the sum of Rs._______ (Say Rupees
______________________________ only) to be paid to GNFC forthwith at its Registered Office
on first demand without any demur, dispute or objection, for the payment of which sum well and
truly to be made, the Surety hereby unconditionally and irrevocably binds itself, its successors,
executors, administrators, assigns and transferees, firmly by these presents.
IT IS HEREBY STIPULATED AND AGREED that the Surety shall pay to GNFC as aforesaid at
the Registered Office of GNFC, without any demur, dispute or objection, forthwith on receipt of a
written request from GNFC notifying any breach, failure or default by or on the part of the
Contractor and/or its Agents/Servants/Representatives etc. in providing, doing, performing,
executing, fulfilling, keeping or carrying out any, each and every obligations and liabilities as
agreed to between the Contractor and GNFC under the Contract in regard to performance,
workmanship, defects and deficiencies of and in the works/jobs/services to be provided to the
extent as guaranteed under Article -____ of the Contract. Such notification of any breach,
failure or default on the part of the Contractor will be binding and conclusive upon the Surety
and will not be called in question for whatsoever reason by the Surety and/or the Contractor.
NOW THE CONDITION OF THIS OBLIGATION IS THAT if the Contractor shall faithfully
provide, do, perform, execute, fulfil, keep and carry out each and every of its obligations and
liabilities under the Contract in regard to performance, workmanship, defects and deficiencies of
and in the works/jobs/services to be provided in time and manner as above to the extent as
PC54/E-1/P-IAnnx-1.16
DOCUMENT NO
REV
SHEET 3 of 3
guaranteed under Articles- ___ of the Contract and to the satisfaction of GNFC then this
obligation shall be null and void; otherwise the same shall remain in full force and effect.
GNFC shall be at full liberty without reference to the Surety and without affecting the guarantee
given hereunder to postpone for any time or from time to time the exercise of any of the powers
and rights conferred on GNFC under the Contract, or to enforce or to forbear from enforcing any
such powers and rights, and the liability of the surety hereunder shall not in any way be
impaired or discharged by reason of any time being granted to the Contractor by GNFC for the
provision, doing, performance, execution, fulfilment, keeping and carrying out by the Contractor
of all or any of its obligations and liabilities under the Contract in regard to performance,
Workmanship, defects and deficiencies of and in the works/jobs/services to be provided under
the Contract or by reason of any forbearance, act or omission on the part of GNFC, whether
with or without the knowledge or consent of the Surety, nor it shall be necessary for GNFC to
sue the Contractor before suing the Surety for the recovery of the amount hereunder.
The right of GNFC to recover the amount of this Security Bond from the Surety in the manner
aforesaid shall not be affected by reason of the fact that any dispute or disputes have been
raised by the Contractor with regard to its obligations, liabilities or otherwise under the Contract.
The Guarantee herein contained shall not be determined or affected by change in the
constitution/ownership/or the liquidation or winding up or insolvency of the Contractor, and shall
in all respects and for all intents and purposes remain in full force and effect and shall be
binding and operative until payment of all moneys due to GNFC hereunder, are fully paid.
This is a continuing guarantee and the liability of the Surety hereunder is limited to
Rs.________ (Say Rupees ________________________________ only).
This Bond shall remain in full force and effect till and including the _________,20__. Unless a
claim or demand under this bond is filed with the Surety within six months from the date of
expiry of this bond, all rights of GNFC under this bond shall be forfeited, and the Surety shall be
relieved and discharged from all liabilities hereunder.
It is further specifically agreed and undertaken that the Surety shall not revoke, cancel or
terminate this guarantee at any time during its currency without the prior written consent of
GNFC. Upon expiration of the term of validity, this bond shall be regarded as ineffective and
may be returned to the Surety.
IN WITNESS WHEREOF the Surety hereto acting through its properly constituted
representative, thereunto duly authorised, has caused this Security Bond to be signed and
executed in its name and on its behalf and delivered on the day, month and year first
hereinabove written.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted
to Rs._____________ (Say Rupees _____________________________only). Our Guarantee
shall remain in force until unless a claim under the Guarantee is made on us within six months
from the date i.e. on or before ________________ all the rights of the beneficiary under the
Guarantee shall be forfeited and the Surety will be relieved and discharged from all liabilities
hereunder.
PC54/E-1/P-IAnnx-1.16
DOCUMENT NO
REV
SHEET 4 of 3
_____________
SURETY
PC54/E-1/P-I/Annx-1.17
DOCUMENT NO
REV
SHEET 1 OF 3
The Company has placed a letter of intent dated ________and/or entered into Contract
on the ____ day of ________,20___ for supply and establishment of _____________
plant (hereinafter referred to as the "Contract") with M/S______________________ a
Company incorporated in the State of __________________India under the Companies
Act,1956
(Act
of
I
of
1956)
having
its
Registered
Office
at____________________________ India (hereinafter referred to as the "Contractor"
which expression shall include its successors and permitted assigns where the context
so admits) for the works and jobs described in the Contract.
.(2)
Under the terms of the Contract, the Contractor is required to furnish to the Company a
Security Bond in the form of a Bank Guarantee, in the form and manner acceptable to the
Company
for
the
amount
of
Rs._________
(Say
Rupees
_________________________________ only) being the amount equivalent to .........%
(........ Percentage) of Contract price, namely Rs............. (Say Rupees
................................ Only), towards security of such amount payable by the Company to
the Contractor as an advance payment under the Contract, valid till the Acceptance of
the Plant By the Company in all respect as described in the Contract with a claim period
of six months from the date of Acceptance of Plant.
(3)
The Surety has at the request of the Contractor agreed to issue this Advance Payment
Security Bond as an irrevocable letter of Bank Guarantee in terms of the Contract on
behalf of the Contractor and the Company has agreed to accept the same.
PC54/E-1/P-I/Annx-1.17
DOCUMENT NO
REV
SHEET 2 OF 3
NOW THIS BOND WITNESSETH AND KNOW ALL MEN BY THESE PRESENTS THAT the
Surety is hereby held and firmly bound unto the Company in the sum of Rs.*_________ (Say
Rupees *_____________________________ only) to be paid to the Company at its Registered
Office on first demand forthwith, without any demur, dispute objection, for the payment of which
sum as aforesaid well and truly to be made, the Surety hereby unconditionally and irrevocable
binds itself, its successors, executors, administrators, assigns and transferees, firmly by these
presents.
IT IS HEREBY STIPULATED AND AGREED that the Surety shall pay to the Company as
aforesaid at the Registered Office of the Company, without any demur, dispute or objection
forthwith on receipt of a written request from the Company notifying any breach, failure or
default by or on the part of the Contractor in providing, doing, performing, executing, fulfilling,
keeping or carrying out any each and every obligations and liabilities as agreed to between the
Contractor and the Company under the Contract in respect of which such advance payment has
been made. Such notification of any breach, failure or default on the part of the Contractor by
the Company will be binding and conclusive upon the Surety and will not be called in question
for whatsoever reason by the Surety and/or the Contractor.
NOW THE CONDITION OF THIS OBLIGATION IS THAT if the Contractor shall faithfully
provide, do, perform, execute, fulfil, keep and carry out each and every of its obligations and
liabilities, under the Contract in respect of which such advance payment has been made, in time
and manner provided therein and to the satisfaction of the Company, and the Company shall
certify that the obligations, liabilities, terms and conditions under the Contract in respect of
which such advance payment has been made by the Company to Contractor have been fully
and properly provided, done, performed, executed, fulfilled, kept and carried out by the
Contractor and/or that the Contractor has repaid to the Company the full amount of such
advance payment and accordingly discharges this guarantee, then this obligations shall be null
and void, otherwise the same shall remain in full force and effect.
The Company shall be at full liberty without reference to the Surety and without affecting the
guarantee given hereunder to postpone for any time or from time to time the exercise of any of
the powers and rights conferred on the Company under the Contract or to enforce or forbear
from enforcing any such power and rights and the liability of the Surety hereunder shall not in
any way be impaired or discharged by reason of any time being granted to the Contractor by the
Company for the provision, doing, performance, execution, fulfilment, keeping and carrying out
by the Contractor of all or any of its obligations and liabilities under the Contract or by reason of
any forbearance, act or omission on the part of the Company, whether with or without the
knowledge or consent of the Surety, nor it shall be necessary for the Company to sue the
Contractor before suing the Surety for the recovery of the amount hereunder.
The rights of the Company to recover the amount of this Security Bond as aforesaid from the
Surety in the manner aforesaid shall not be affected by reason of the fact that any dispute or
disputes have been raised by the Contractor with regard to its obligations, liabilities or otherwise
under the Contract.
The Guarantee herein contained shall not be determined or affected by the liquidation or
winding up or insolvency of the Contractor and shall in all respects and for all intents and
PC54/E-1/P-I/Annx-1.17
DOCUMENT NO
REV
SHEET 3 OF 3
purposes remain in full force and effect and shall be binding and operative until payment of all
moneys due to the Company hereunder.
This is a continuing guarantee and the liability of the Surety hereunder is limited to :
Rs.________ (Say Rupees _______________________________ only) as aforesaid.
This bond shall remain in full force and effect till ___________ and including the,
20_.
Unless a claim or demand under this bond is filed with the Surety within six months from the
date of expiry of this bond, i.e. by date __________ all rights of the Company under this bond
shall be forfeited, and the Surety shall be relieved and discharged from all liabilities hereunder.
It is further specifically agreed and undertaken that the Surety shall not revoke, cancel or
terminate this guarantee at any time during its currency without the prior written consent of the
Company.
Upon expiration of the term of validity, this bond shall be regarded as ineffective and may be
returned to the Surety.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted
to : Rs._________ (Say Rupees ________________________________________only) Our
Guarantee shall remain in force till _____.
Unless a claim under the Guarantee is made on us in writing within six months from the date i.e.
on or before________ all the rights of the beneficiary under the Guarantee shall be forfeited and
the Surety will be relieved and discharged from all liabilities thereunder.
IN WITNESS WHEREOF the Surety hereto acting through its properly constituted
representative, thereunto duly authorised, has caused this Security Bond to be signed and
executed in its name and on its behalf and delivered on the day, month and year first
hereinabove written.
SURETY
PC54/E-1/P-I/Annx-1.18
DOCUMENT NO
REV
VOID
NOT APPLICABLE
SHEET 1OF 1
PC54/E-1/P-I/Annx-1.19
DOCUMENT NO
REV
SHEET 1 of 1
We further hereby waive, withdraw and abandon any and all deviations, variations, objections or
reservations whatsoever hereto set out, given or indicated in our offer, clarifications, correspondence,
communications, or otherwise with a view that the final price bid submitted may be treated to conform
to, in all respects, with the terms and conditions of the said tender documents including all Addenda /
Corrigenda/Clarifications.
...........
Name
Designation
Date
*
**
The Letter of Waiver must be signed by the person (s) authorised to sign.
PC54/E-1/P-I/Annx-1.20
DOCUMENT NO
REV
SHEET 1 of 1
First class international bank or Indian nationalized banks or its foreign branches.
PC54/E-1/P-I/Annx-1.21
DOCUMENT NO
REV
SHEET 1 of 3
Bidder is requested to fill this check list and ensure that all details /documents have been furnished
in two Parts, under relevant section, as called for in the Bidding Document duly filled in, signed &
stamped.
Please tick the box and ensure compliance:
PART-I.
Pre-Qualification Bid: (Refer Clause 8.0)
i)
Letter of submission and synopsis of the proposal
ii)
Submitted
Organization Profile
iii)
Submitted
Article of Association of the Company or Board Resolution
iv)
Submitted
MOU/ letter of undertaking by the Process Licenser(s)
v)
Submitted
MOU between the Detailed Engineering Consultant (in case the Bidder
themselves are not the detailed designer) and Bidder
vi)
Submitted
Exhibit-1 for Technology Criteria (Ammonia)
vii)
Submitted
Exhibit-2 for Technology Criteria (Urea)
viii)
Submitted
Exhibit-3 for Experience Criteria
ix)
Submitted
Exhibit-4 for Financial criteria
x)
Submitted
Solvency Certificate
Submitted
PC54/E-1/P-I/Annx-1.21
DOCUMENT NO
REV
SHEET 2 of 3
PART-II.
Technical-Unpriced Commercial Bid
(A) UNDER SECTION I
(A. 1)
(A.4)
Submitted
Photocopy of EMD/Earnest Money Deposit (EMD) as submitted in
Envelop-I
Submitted.
Bid Form as per Annexure-1.1
Submitted
Commercial Questionnaire as per Annexure-1.3
(A.5)
(A.6)
(A.7)
(A.8)
Submitted
Power of Attorney in favour of the person who has signed the bid.
(A.2)
(A.3)
Submitted.
(B) UNDER SECTION II
(B.1)
(B.2)
(B.3)
(B.4)
(B.5)
(C.2)
PC54/E-1/P-I/Annx-1.21
DOCUMENT NO
REV
SHEET 3 of 3
Submitted.
(D) UNDER SECTION IV
(D.1)
(D.2)
EXCEPTIONS/DEVIATIONS
The
OWNER
wishes
to
receive
fully
compliant
bids.
Exception/Deviations may only be made in relation to requirements of
OWNER, which the BIDDER feels unable to comply with under any
circumstances or at any price. If the BIDDER wishes to make any
exception/deviations, this must be done by listing the full details of each
exception/deviation in Annexure-1.4. Unless an entry appears in the list
of exception/deviations in Annexure-1.4, OWNER will assume and
consider that BIDDER has no exceptions or deviations to the Tender
Documents
Schedule of Deviations (if any) to the commercial and Technical bid
documents, shall be submitted separately, as per Annexure-1.4. Also,
Technical deviations must be given separately for each discipline.
Submitted
PC54/E-1/P-I/Annx-1.21
DOCUMENT NO
REV
SHEET 4 of 3
(L)
(L.1)
Name
Designation
Date
Ref. No.
PC54/E-1/P-I/Annx-1.22
DOCUMENT NO
REV
SHEET 1 of 3
Date :
: 02642 228063
: 02642 663256
: pgdave@gnfc.in
Copy to:
M/S.Projects & Development India Limited
PDIL Bhawan,
A-14, Sector-1, Noida-201 301
India
Kind Attention.
We intend to bid as requested for the subject works and furnish the following details with
respect to our quoting office
i.
Postal Address
PC54/E-1/P-I/Annx-1.22
DOCUMENT NO
REV
SHEET 2 of 3
Contact Person, preferably at Delhi and/or Mumbai for Indian Bidders & anywhere in India for
Foreign Bidders, if any :
i.
Postal Address
vi.
PC54/E-1/P-I/Annx-1.22
DOCUMENT NO
REV
SHEET 3 of 3
Mobile no.
-------------------------------------------
Companys Name
Signature
Designation
Date
Note : Bidder is requested to furnish the details mentioned at (A) and (B) immediately after
receipt of Bidding Document.
PC54/E-1/P-I/Annx-1.23
DOCUMENT NO
SHEET 1 OF 2
0
REV
NAME
OF
CONTRACTOR
MAIN : ____________________________
2)
3)
4)
SCOPE
OF
WORK :
PROPOSED TO BE SUBCONTRACTED (BRIEF)
5)
6)
i)
: ____________________________
Annual Turnover :
Not less than 125% of estimated value of proposed work to be sub-contracted
7)
i)
Contract Value of similar work executed (as evidenced by work Order & Completion
Certificate) During the last 7 years.
ii)
iii)
8)
PC54/E-1/P-I/Annx-1.23
DOCUMENT NO
SHEET 2 OF 2
0
REV
i)
YES / NO
ii)
YES / NO
iii)
YES / NO
9)
NOTE Bidders to fill all the details in the above proforma. Further, Bidder shall also fill-in the
:
details at Sl.No.5 above based on the estimated value of the proposed work to be
sub-contracted.
10)
Designation :
Date