Sei sulla pagina 1di 114

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED

(A Government of India Undertaking)


Administrative Building, A/P: Thal, Alibag-402208. Maharashtra, INDIA
Phone: 02141 238447/238001 Fax: 02141 238206
E_mail: asmalgi@rcfltd.com; mvkulkarni@rcfltd.com
CIN No.: L24110MH1978GOI020185

GLOBAL TENDER
NOTICE INVITING TENDER FOR VAM (650 TR CAPACITY) & Two Nos of Filter
House for PAC IN AMONIA PLANT AT RCF THAL

TENDER NO. : TH/ PUR / AN/51695 DATED: 12.08.2016

Important Dates

Last Date & Time for downloading of Tender documents : 26.09.2016 up to 14.00 Hrs

Last Date & Time of Submission of Tender : 26.09.2016 up to 14.00 Hrs

Date & Time of Opening of Tenders (Technical Bid) : 26.09.2016 up to 14.30 Hrs


Contacts:

1) Mr. S.N. Jawale (Tel: +91 2141 238059), email: snjawale@rcfltd.com


2) Mr. A.S. Malgi (Tel:+91 2141 238447), e-mail: asmalgi@rcfltd.com
3) Mr. M. V. Kulkarni (Tel:+91 2141 238065), e-mail: mvkulkarni@rcfltd.com
4) Mr. S.S.Varadkar (Tel:+91 2141 238092), e-mail: ssvaradkar@rcfltd.com
5) Mr. U.V.Dhatrak (Tel:+91 2141 238001), e-mail: uvdhatrak@rcfltd.com
TENDER NOTICE
TENDER No:- TH/ PUR /AN-51695

Tender Document
(Non-Transferable)

THIS TENDER DOCUMENT CONTAINS:

Sr.
Documents Item details
No.
1 ANNEX – I (A) Instruction For Bidders
ANNEX – I (B) Pre-qualification Criteria
2 ANNEX– II (A) Special Notes On NIT For Indian Bidders
3 ANNEX- II (B) Special Notes On NIT For Foreign Bidders
4 ANNEX- III (A) Commercial Terms & Conditions Sheet For Indian Bidders
5 ANNEX- III (B) Commercial Terms & Conditions Sheet For Foreign Bidders.
6 ANNEX - IV Evaluation procedure of Bids
7 ANNEX – V (A) Price Bid Format for Indian Bidders
8 ANNEX – V (B) Price Bid Format for Foreign Bidders
9 ANNEX - VI Bid Bond Pro-forma for Foreign Bidders
10 ANNEX - VII Proforma for Bank Guarantee towards SD & Performance Bond
11 ANNEX - VIII List Of Approved Bankers for Bank Guarantees
11 ANNEX - IX Notice Inviting Tender - General Terms & Conditions.
12 ANNEX - X Vendor / Bidder details / update form
13 ANNEX - XI BG proforma for Advance Payment
14 ANNEX - XII Condition Related to Integrity Pact
15 ANNEX - XIII Instructions to MSME Vendors
16 ANNEX - XIV Terms & Conditions for On-Site Erection & Commissioning
17 ANNEX - XV Special Attachment
18 ANNEX - XVI HSE Annexure
19 Technical Annexure 1,2,3,4,5,6,7,8,9,10
ANNEXURE – I (A)

INSTRUCTIONS FOR BIDDERS

Bidders are requested to submit the offer in Duplicate in three different sealed envelopes as
explained below. Bidder has to submit Earnest Money Deposit (EMD) in form of Demand
Draft (From any Nationalized Bank) in favour of Rashtriya Chemicals & Fertilizers Ltd.
and Payable to RCF Ltd. at S. B. I. Thal Vaishet Branch, Code No.7289. The offer shall be
rejected in absence of EMD. Government of India undertakings and Small-Scale Industries
registered under single point registration scheme at National Small Scale Industries
Corporation are exempted from payment of EMD.

i) 1st Envelope for EMD:

EMD must be submitted in the form of demand draft in INR /Bid Bond for Foreign
bidders. If exempted, enclose valid NSIC certificate in this envelope. Mark this envelope
as “EMD”

ii) 2nd Envelope for DOCUMENTS PERTAINING TO TECHNICAL DETAILS &


UNPRICED COMMERCIAL BID + PHOTOCOPY OF PRICE BID WITH
PRICES BLANKED OUT: having documents pertaining to pre-qualification criteria
full technical details and catalogue as per our requirement in the Enquiry with clear
listing of deviations if any. Mark this envelope as “TECHNICAL BID & UNPRICED
COMMERCIAL BID”

The same envelope shall have all relevant documents which are required to be submitted as
asked vide special notes in NIT (Annexure 2(A) for Indian Bidder and Annexure 2(B) for
foreign bidder).
Similarly all commercial terms and conditions along with the commercial terms and
conditions sheet (Annexure 3 (A) for Indian Bidders and Annexure 3 (B) for Foreign
Bidders) to be duly filled and signed. Any deviation should be indicated clearly with
reasons. This envelope should also contain the photocopy of Price Bid with prices
blanked out.

iii) 3rd Envelope for PRICE BID containing Price Bid along with your commercial terms
and conditions. Kindly note that the commercial terms and conditions in the Price Bid
should be in line with the commercial terms and conditions sheet filled in and signed in
the un-priced commercial bid envelope. Kindly mark this envelope as “PRICE BID”.

All these three envelopes should be put in a big cover duly sealed. Enquiry No. and the
submission date shall be mentioned on all the FOUR envelopes. All the individual
envelopes should also have specific labels as per the contents at i), ii) & iii).

NOTE: RCF Ltd. reserves the right to accept or reject any/all bids without assigning any
reason.

Dy. General Manager (C)


RASHTRIYA CHEMICALS &
FERTILIZERS LIMITED
(A Government of India Undertaking)
Administrative Building, A/P: Thal,
Alibag-402208. Maharashtra, INDIA
Annexure I (B)
Pre-qualification Criteria
(NOTE: Please fill the details in front of each criteria mentioned below and upload
this Annexure in packet 3 of part-I). Please upload signed & stamped copies of
supporting documents in packet 4 of part-I. Incomplete form or non-submission of
documents to verify details may results into rejection of your offer, no communication
shall be done for submission of documents)
NAME OF BIDDER: ………………………………………………………………………….

Sr. Pre-qualification Criteria

Technical Pre-qualification shall be as per Technical Annexure-8


( Fill details as per any one criteria mentioned in Technical Annexure-8 and submit PO copies in packet 4 for
verification )
Kindly submit self-attested supporting documents for the details given above.

1 Sr. PO No. & Date PO Value (Rs.) Name of Customer

Corporate Record:
i. Name, address, telephone, fax nos., e mail address.
ii. History and Structure of organization.
iii. Name of Directors and Chief Executive/Partners along with addresses
and contact nos.
Turnover during last three financial years (Required minimum Avg.
turnover of Rs. 26.86 Crores).
(Please submit audited P&L statements of following years in Balance
sheet folders of each year for verification). However party should have at
2 least Rs. 3.36 Crores turnover in each financial year in last three years.
Sr. Financial Year Amount (Rs.)

1 2013-14
2 2014-15
2015-16
*IF Audited financial P&L & Turn
over certificate for 2015-16 is not
3 available then submit audited
results for the year 2012-13,
2013-14 & 2014-15.
Average Turnover for 3 years =
Positive Net Worth of the vendor as
3 on 31.03.2016 duly certified by
Chartered Accountant.
Bank Solvency Certificate
(Minimum Rs. 5.37 crores )
Issued by your banker on or after
Name of Bank:
01.01.2016. or credit ratings from
4 reputed institution such as CRISIL, Certificate date:
ICRA etc., or Financing/Credit limits Solvency Value:
from banks as on date etc.
Please upload this certificate in
packet 4
SIGNATURE WITH STAMP
ANNEXURE – II A
SPECIAL NOTES ON NOTICE INVITING TENDER
FOR INDIAN BIDDERS

1. Earnest Money Deposit (EMD) for Rs. 5,00,000/- is to be furnished along with the offer
in the form of Demand Draft drawn in favor of M/s Rashtriya Chemicals & Fertilizers
Limited payable at SBI Thal Vaishet ( branch code 7289). If exempted, then enclose a
valid certificate from National Small Scale Industries Corporation (NSIC). Earnest
Money Deposit of equivalent amount in foreign currency to Rs. 5,00,000/- can also be
submitted in the form of bid bond (as per the RCF pro forma) issued by RCF approved
list of banks.
2. The bid should be valid for a period of 120 days from the date of opening of the tender.
3. Defect liability period (warrantee): Bidders shall submit guarantee for sound material
and workman ship. If any defect in the material or workman ship appear within 18
months from date of successful commissioning or 24 months from the date of receipt of
complete material whichever is earlier,
4. Successful bidder will have to submit Security Deposit (SD) as per annexure VIII clause
5.0.00 (10% of order value) in the form of either a Demand Draft in favor of RCF or
Bank Guarantee as per RCF's format valid for entire period of delivery. The value of
the SD must be for 10% of the order value and valid for the delivery period + 3 months.
This SD is to be submitted within 15 days of placement of order. The Bank Guarantee
should be issued from the Bank out of RCF approved Bankers as per the list attached.
5. Security deposit shall be 20% if the difference between quotes of successful L1 bidder
& L2 bidder is more than 20%.
6. Successful Bidder will have to submit Performance Bank Guarantee (PBG) in RCF’s
Format as per annexure VIII clause 6.0.00 (10% of order value), valid for Guarantee
Period + 3 months. Alternatively, the Security Deposit submitted in the form of DD or
Bank Guarantee shall be converted to PBG by amendment to the BG for increase in the
validity of the PBG as per above.
7. Price basis, place of manufacture & delivery point is to be explicitly written in the offer.
Party shall quote on F.O.R. Thal basis only
8. Payment Terms for Supply & Erection: As mentioned in clause No. 16 of Technical
Annexure –1, Payment Terms Clause No.16.
8.1 Payment for Supply of Material:
a) 50% within 30 days of receipt of material at RCF Thal Site.
b) 10% against mechanical completion of VAM and its associated piping
c) 10% against mechanical completion of Filter house for first PAC
d) 10% against mechanical completion of Filter house for second PAC
e) 20% against successful GTR.
8.2 Payment for Erection & Commissioning:
a) 30% against mechanical completion of VAM and its associated piping
b) 25% against mechanical completion of Filter house for first PAC
c) 25% against mechanical completion of Filter house for second PAC
d) 20% against commissioning and successful GTR.
9. Offer of the bidder not accepting RCF payment terms as specified in above clause no.
8.1.a, b, c, d & e and 8.2.a, b, c & d, their offer shall be loaded @ 12% per annum.
10. Advance payment, if required can be considered at the sole discretion of RCF to a
maximum of 10 % of purchase order value only on submission of Advance Bank
Guarantee (as per RCF proforma) of 110% of the advance amount & Security Deposit
Bank Guarantee as stated in point 3 and 4 above. Interest @12% per annum will be
charged on the advance amount paid from the date of payment till such advance is fully
adjusted towards supplies.
11. All bank charges shall be to the Bidder/Supplier’s account.
12. Price and delivery period shall be firm. The desired delivery period shall be 6 months
for supply.
13. Bidder is to clearly mention Excise duty, Sales tax, Work Contract tax, Service tax,
Octroi, Insurance, Freight, Inspection charges and / or any other charges to be paid by
RCF in percentage / lump sum in both Un-priced Bid and Price Bid. Amount of any
applicable taxes are to be mentioned in Un-Price Bid. In case the incidence of any
taxes, duties are not clearly specified it will be presumed that no such tax/levy is
applicable or payable by RCF.
14. Any variation in statutory levies/taxes within the contractual delivery period shall be to
RCF’s account & beyond contractual delivery period, upward variation shall be to
Supplier’s account.
15. Photo copy of the Price bid with price column blanked out is to be submitted with
Unpriced Commercial Bid. Price Bid Format is attached as
16. Bidder has to confirm that all General Terms & Conditions stipulated in Annexure- IX
to this NIT are acceptable.
17. Any deviation is to be given in separate page marked “Deviations”, with reference to
item of General terms & conditions in the Annexure-IX.
18. In case the quotation is submitted by authorized dealer of the reputed manufacturers,
they shall submit authorization letter along with guarantee from manufacturer for after
sales service & supply of spares. As a part of the integrity pact, RCF has appointed Shri
R.K. Singh, Ex CMD of BPCL (Mobile no. 9820194913 and email id:
rksingh7854@gmail.com) as an Independent External Monitor (IEM). . The role of the
IEM is to review independently and objectively, whether and to what extent parties have
complied with their obligations under the pact.
19. You shall mention your PAN on each invoices submitted to RCF.

I / we agree for all above points.

(Signature and stamp of the Bidder)


Date:
Place:
ANNEXURE II(B)
SPECIAL NOTE ON NOTICE INVITING TENDER
FOR FOREIGN BIDDERS

1. Earnest Money Deposit (EMD) for Rs. 5,00,000/- is to be furnished along with the offer
in the form of Demand Draft drawn in favor of M/s Rashtriya Chemicals & Fertilizers
Limited payable at SBI Thal Vaishet ( branch code 7289). Earnest Money Deposit of
equivalent amount in foreign currency to Rs. 5,00,000/- can also be submitted in the
form of bid bond (as per the RCF pro forma) issued by RCF approved list of banks.
2. Validity of Bid and Bid Bond should be valid for a period of 120 days from the date of
opening of the tender.
3. Defect liability period (warrantee): Bidders shall submit guarantee for sound material
and workman-ship. If any defect in the material or workman ship appear within 18
months from date of successful commissioning or 24 months from the date of receipt of
material whichever is earlier
4. Successful bidder will have to submit Security Deposit (SD) as per annexure VIII clause
5.0.00 (10% of order value) in the form of either a Demand Draft in favor of RCF or
Bank Guarantee as per RCF's format valid for entire period of delivery. The value of
the SD must be for 10% of the order value and valid for the delivery period + 3 months.
This SD is to be submitted within 15 days of placement of order. The Bank Guarantee
should be from the Bank out of RCF approved Bankers as per the list attached to
Annexure – VIII.
5. Security deposit shall be 20% if the difference between quotes of successful L1 bidder
& L2 bidder is more than 20%.
6. Successful Bidder will have to submit Performance Bank Guarantee (PBG) in RCF’s
Format as per annexure VIII clause 6.0.00 (10% of order value), valid for Guarantee
Period + 3 months. Alternatively, the Security Deposit submitted in the form of DD or
Bank Guarantee shall be converted to PBG by amendment to the BG for increase in the
validity of the PBG as per above.
7. Any Bank Guarantee from a Foreign Bank or a bank not listed in RCF’s list, should be
counter-guaranteed by State Bank of India, Swastik Chamber, Chembur or by any other
bank from RCF approved list through its branch located in Mumbai.
8. Bidders shall quote on Incoterm: DDP, RCF Thal basis only.
9. Payment Terms for supply & erection: As mentioned in clause No. 16 of Technical
Annexure-1 Payment Terms Clause No.16.
9.1 Payment for Supply of Material:
a) 50% within 30 days of receipt of material at RCF Thal Site.
b) 10% against mechanical completion of VAM and its associated piping
c) 10% against mechanical completion of Filter house for first PAC
d) 10% against mechanical completion of Filter house for second PAC
e) 20% against successful GTR.
9.2 Payment for Erection & Commissioning:
a) 30% against mechanical completion of VAM and its associated piping.
b) 25% against mechanical completion of Filter house for first PAC.
c) 25% against mechanical completion of Filter house for second PAC.
d) 20% against commissioning and successful GTR.
10. Offer of the bidder not accepting RCF payment terms as specified in above clause no.
9.1.a, b, c, d & e and 9.2.a, b c & d, their offer shall be loaded @ 12% per annum.
11. Advance payment, if required, can be considered at the sole discretion of RCF to a
maximum of 10 % of purchase order value only on submission of advance bank
guarantee (as per RCF pro forma) for 110% of the advance amount & security deposit
bank guarantee as stated in point 4 and 5 above. Interest @12% per annum will be
charged on the advance amount paid from the date of payment till such advance is fully
adjusted towards supplies.
12. All Bank Charges outside India shall be to the Supplier’s Account including L/C
Confirmation Charges, if any.
13. Please mention name and address of your Bank with Account Number & SWIFT
CODE.
14. Please mention complete name and address of Beneficiary.
15. L/C extension charge, if any, due to Supplier’s fault will be on account of Supplier.
16. Please give details of permanent establishment in India along with PAN Card details &
submit supporting documents.
17. Indian Taxes if any, as applicable shall be considered for evaluation of offer.
(Service Tax applicable on erection & commissioning charges and on AMC
charges and Withholding Tax etc.
18. Price and delivery period should be firm. The desired delivery period shall be 6 months
for supply.
19. Delivery shall be by an Indian flag vessel only. Transshipment will be allowed only if
there is no Indian flag vessel from the country of origin. This shall be applicable for
consignment by Sea.
20. Photo copy of the Price bid with price column blanked out is to be submitted with
Unpriced Commercial Bid. Price Bid Format is attached as Annexure – Technical (11.0
Mode of quotation).
21. All General Terms and Conditions of NIT as per Annexure -IX are to be accepted by the
Bidder.
22. Any deviation is to be given in separate page marked “Deviations” with reference to
item of General Terms & Conditions in the Annexure-IX.
23. In case the quotation is submitted by authorized dealer of the reputed manufacturers,
they shall submit authorization letter along with guarantee from manufacturer for after
sales service & supply of spares.
24. In case the quotation is submitted by authorized dealer of the reputed manufacturers,
they shall submit authorization letter along with guarantee from manufacturer for after
sales service & supply of spares. As a part of the integrity pact, RCF has appointed Shri
R.K. Singh, Ex CMD of BPCL (Mobile no. 9820194913 and email id:
rksingh7854@gmail.com) as an Independent External Monitor (IEM). The role of the
IEM is to review independently and objectively, whether and to what extent parties have
complied with their obligations under the pact.
25. You shall mention your PAN on each invoices submitted to RCF.

I/we agree for all above points.

(SIGNATURE AND STAMP)


Date:
Place:
ANNEXURE – IIIA (Enquiry no – AN-51695)
(To be duly filled, signed & enclosed WITH YOUR TECHNICAL BID)
For Indian bidders

COMMERCIAL RCF’S REQUIREMENT BIDDER


SR
CLAUSES RESPONSE
THE OFFER SHOULD BE SUBMITTED
IN TWO BID SYSTEM AS FOLLOWS:
 1 st envelope containing “EMD ”
 2 nd envelope containing “TECHNICAL
BID” + Un-priced bid + list of deviations
if any
1. Two Bid System  3 rd envelope containing “PRICE BID”

All the above THREE sealed envelopes to


be put in one outer envelope & sealed

All the FOUR envelopes must be subscribed


with the enquiry no & due date & Labeled
Please mention
Rs. 5,00,000/- in the form of Demand Draft
the details of
from any Nationalized Bank and Payable
the EMD
to RCF Ltd. at S. B. I. ,
submission:
2. EMD Thal Vaishet Branch, Code No.7289
DD NO:
No interest is payable on EMD
____________
The EMD of unsuccessful BIDDERS will be
Dtd:________
refunded on finalization of order
__
3. PRICE BASIS F.O.R RCF Thal. Please specify
PACKING &
4. --------- % / Rs.---- Extra Please specify
FORWARDING:
5. EXCISE DUTY ------ % Extra / Not Applicable. Please specify
Please specify,
6. VAT TAX ----- % of VAT Applicable Extra
if applicable
------% of CST Applicable Extra with C Please specify,
7. CST TAX
form if applicable
8. TRANSPORTATION ---- % / Rs.________  as Extra Please specify
9. OCTROI No Octroi is applicable at Thal at present Please note
10. INSURANCE -------% Extra Please specify
11. SERVICE TAX _______ % Extra Please specify
Shall be as per clause No. 12 of Technical
Annexure -1
Delivery Period for The required total contractual delivery period
Supply of complete for supply complete material is 6 months Agreed /
12.a
material. from the date of receipt of PO Not Agreed
Shall be as clause no.7 of Technical
Completion time for Annexure - I
erection &
mechanical The required total period for erection &
successful commissioning of VAM system is Agreed /
12.b completion.
6 weeks for erection & mechanical Not Agreed
Completion time for
hookup & final completion and 6 days shall be allowed for
commissioning. each PAC Filter House jobs.

VALIDITY OF Offer should be valid up to 120 days from Agreed /


13.
OFFER the due date of tender submission Not Agreed
Mutually Agreed Damages (MAD) for delay in supply: MAD shall be
applicable at 0.5% per week or part thereof subject to maximum of
Agreed /
14.a 5% of total basic contract supply value. (If this clause is fully or
Not Agreed
partially not accepted, then your offer shall be loaded by 5% on
supply value)
Mutually Agreed Damages (MAD) for Delay in erection &
commissioning of filter house along with filters and mist eliminator:
MAD shall be applicable at 1% per day or part thereof subject to Agreed /
14.b
maximum of 10% of total basic contract erection & commissioning Not Agreed
value. (If this clause is fully or partially not accepted, then your offer
shall be loaded by 10% on erection & commissioning value)
Firm price clause: Price shall be firm till the execution of the contract.
Agreed /
15 Any Statutory change within contract period will be borne by RCF.
Not Agreed
(Price should be firm else offer will not be considered)
Security Deposit Clause (SD):
The Security Deposit for proper & timely fulfillment of the
CONTRACT has to be submitted by every successful BIDDERS. No
exemption will be made.
The scale of security deposit to be furnished is 10% of the order
value.
The BIDDER will have to give Security Deposit (as specified in our
standard GTC) in the form of Bank Guarantee as per RCF’s
Agreed /
16.a proforma from any RCF‘s approved list of banks. The Bank
Not Agreed
Guarantee (BG) towards Security Deposit shall be furnished to RCF,
for 10% of the order value & the BG must be valid till the delivery
period + additional 3 months.
The Bank Guarantee (BG) of any other bank has to be counter
guaranteed by our State Bank Of India, commercial branch, Swastik
Chambers, Sion- Trombay Road, Chembur, Mumbai-4000071 or by
any other bank from RCF approved list through its branch located in
Mumbai.
Security deposit shall be 20% if the difference between quotes of Agreed /
16.b
successful L1 bidder & L2 bidder is more than 20%. Not Agreed
Warranty (defect liability) for a period of 18 months from the date
17. of installation & successful commissioning or 24 months from Agreed /
date of delivery whichever is earlier. Not Agreed
Performance Guarantee Clause (PG):

The contractor shall furnish performance bank guarantee for 10%


value of the contract and valid for the guarantee period + additional 3
months (i.e. 27 months from the date of delivery) as per RCF’s pro
forma.
The Bank Guarantee (BG) of any foreign bank has to be counter Agreed /
18.
guaranteed by our State Bank Of India, commercial branch, Swastik Not Agreed
Chambers, Sion- Trombay Road, Chembur, Mumbai-4000071 or by
any other bank from RCF approved list through its branch located in
Mumbai
OR
It shall be deducted from the invoice/bill & same shall be returned
after successful completion of the guarantee period.
Payment Terms for Supply & Erection: As
19. PAYMENT TERMS mentioned in clause No. 15 Payment Terms Agreed /
of Technical Annexure – 1. Not Agreed
You have submitted & understood all the
TECHNICAL Agreed /
20. technical details involving scope of supply,
CONDITION Not Agreed
as per annexure enclosed with the tender.
YOU HAVE SUBMITTED PHOTOCOPY
TECHNICAL
21. OF PRICE BID WITH PRICES BLANKED Yes/No
CONDITION
OUT.
Please submit the signed & stamped copies
TECHNICAL
22. of all technical Annexures as a token of YES / NO
CONDITION
acceptance.
ANY DEVIATIONS ARE EXPLICITELY
MENTIONED ON A SEPARATE
TECHNICAL Agreed /
23. SHEET/S AND SUBMITTED IN THE
CONDITION Not Agreed
TECHNICAL BID OF YOUR
QUOTATION
Insurance of personnel carrying out installation & commissioning
24 Accepted
shall be to your account
Whether Bidder is currently on Holiday List/Black list or has been put
25 on Holiday/Blacklisted at any PSU/Govt Organization. If so, Give YES / NO
details
a) Whether the party is under micro/small/medium enterprises Act
2006 (Pl furnish the proof)
26
b) If so, whether under SC/ST category. Certificate to be submitted
from competent authority.
Excise classification under which the material will be cleared by
27 vendor (In case of spares classification of the main equipment
declared by vendor).
You have read annexure-xiv integrity clause and agreed to all the
Agreed /
28 clauses mentioned in the pact. Kindly submit duly stamped & signed
Not Agreed
copy as a token of acceptance.
Third Party Inspection Agency of LRIS/ TUV/ SGS/ BV / DNV /
29 Accepted
PDIL (Mandatory)
You have included Third party inspection charges in your basic price
30 Accepted
(Mandatory)
You have quoted ERECTION & COMMISSIONING CHARGES in
31 Yes / No
the price bid format.
You have quoted AMC charges for 5 years after guarantee / warranty
period in the price bid format. The AMC charges shall be considered
32 Yes / No
for price bid evaluation.
You have quoted for Mandatory Spares as per Technical Annexure –
Yes / No
33.a 10 in then price bid format. The mandatory spares prices shall be
considered for considered for evaluation of the price bid.
i) You have quoted recommended operation spares required for Yes / No
2 years in the price bid format.
ii) You have submitted list of recommended operation spares Yes / No
required for 2 years item wise unit quantity list separately in
the Technical bid.
iii) You have also submitted list of recommended operation Yes / No
33.b
spares required for 2 years item wise unit quantity & unit price
list separately in the Price bid.
iv) The price for recommended operation spares required for 2 Agreed /
years shall not be considered for evaluation of the price bid. Not Agreed
v) The recommended operation spares required for 2 years prices Yes / No
shall be valid for one year from the bid opening date.
Steam: Please quote Tonne/Hr
Power : Please quote KWH
34 Guaranteed Utility Consumption
DM Water: Please quote M3 /Hr
Cooling Water : Please quote M3 /Hr
Pressure Drop across complete
35 filter house along with cooling Please quote mmWC
coil.
NOTES:
1) Please fill up this sheet and confirm all the above points – Submit this sheet duly filled
along with technical bid of your quotation
2) Please note all the terms & condition mentioned in the enquiry including THE
TECHNICAL CONDITIONS as mentioned in the enquiry
3) Please give separate list for deviations to our NIT terms & conditions, if
any

(Signature and stamp of the Bidder)


Date:
Place:
ANNEXURE – III B (Enquiry no – AN-51695)
(To be duly filled, signed & enclosed WITH YOUR TECHNICAL BID)
For Foreign bidders

COMMERCIAL RCF’S REQUIREMENT BIDDER


SR
CLAUSES RESPONSE
THE OFFER SHOULD BE SUBMITTED
IN TWO BID SYSTEM AS FOLLOWS:
 1 st envelope containing “EMD ”

 2 nd envelope containing “TECHNICAL


BID” + Un-priced bid + list of
deviations if any
1. Two Bid System
 3 rd envelope containing “PRICE BID”

All the above THREE sealed envelopes to


be put in one outer envelope & sealed.
All the FOUR envelopes must be
subscribed with the enquiry no & due date
& Labeled
Rs. 5,00,000/- or equivalent foreign
currency in the form of Demand Draft or
Bid Bond as per RCF Pro-forma Please mention
the details of
2. EMD No interest is payable on EMD the EMD/Bid
The EMD of unsuccessful BIDDERS will Bond submitted
be refunded/returned on finalization of
order
3. PRICE BASIS DDP RCF Thal Please specify
PACKING &
4. --------- % / Rs.---- Extra / Included Please specify
FORWARDING:
Custom Duty % of Assessable value
Countervailing duty % of Assessable value
Special Duty % of Assessable Value
Service Tax % of Assessable Value
5. TAXES Withholding Tax % of Assessable Value Please specify
Any other Taxes (Please specify)
__________________
__________________

Name of loading port


5. Name of loading port Please specify
(unloading shall be Mumbai)
Shall be as per clause No. 12 of Technical
Delivery Period for Annexure -1
Supply of complete The required total contractual delivery Agreed /
6.a
material. period for supply complete material is 6 Not Agreed
months from the date of receipt of PO

Completion time for Shall be as clause no.7 of Technical


erection & mechanical Annexure - I
Agreed /
6.b completion.
Not Agreed
Completion time for The required total period for erection &
hookup & final successful commissioning of VAM system
commissioning. is 6 weeks for erection & mechanical
completion and 6 days shall be allowed for
each PAC Filter House jobs.
VALIDITY OF Offer should be valid up to 120 days from Agreed /
7.
OFFER the due date of tender submission Not Agreed
Mutually Agreed Damages (MAD) for delay in supply: MAD shall be
applicable at 0.5% per week or part thereof subject to maximum of Agreed /
8.a
5% of basic contract supply value. If this clause is fully or partially Not Agreed
not accepted, then your offer shall be loaded by 5% on supply value)
Mutually Agreed Damages (MAD) for Delay in erection &
commissioning of filter house along with filters and mist eliminator:
Mad shall be applicable at 1% per day or part thereof subject to Agreed /
8.b
maximum of 10% of total basic contract erection & commissioning Not Agreed
value. (If this clause is fully or partially not accepted, then your offer
shall be loaded by 10% on erection & commissioning value)
Firm price clause: Price shall be firm till the execution of the contract.
Agreed /
9 Any Statutory change within contract period will be borne by RCF.
Not Agreed
(Price should be firm else offer will not be considered)
Security Deposit Clause (SD):
The Security Deposit for proper & timely fulfillment of the
CONTRACT has to be submitted by every successful BIDDERS. No
exemption will be made.
The scale of security deposit to be furnished is 10% of the order
value.
The BIDDER will have to give Security Deposit (as specified in our
standard GTC) in the form of Bank Guarantee as per RCF’s
Agreed /
10.a proforma from any RCF‘s approved list of banks. The Bank
Not Agreed
Guarantee (BG) towards Security Deposit shall be furnished to RCF,
for 10% of the order value & the BG must be valid till the delivery
period + additional 3 months.
The Bank Guarantee (BG) of any foreign bank has to be counter
guaranteed by our State Bank Of India, commercial branch, Swastik
Chambers, Sion- Trombay Road, Chembur, Mumbai-4000071 or by
any other bank from RCF approved list through its branch located in
Mumbai.
Security deposit shall be 20% if the difference between quotes of Agreed /
10.b
successful L1 bidder & L2 bidder is more than 20%. Not Agreed
Warranty (defect liability) for a period of 18 months from the date
11. of successful commissioning or 24 months from date of supply Agreed /
whichever is earlier. Not Agreed
Performance Guarantee Clause (PG):
The contractor shall furnish performance bank guarantee for 10%
value of the contract and valid for the guarantee period + additional 3
months (i.e 27 months from date of delivery) as per RCF’s
proforma.
The Bank Guarantee (BG) of any foreign bank has to be counter
Agreed /
12. guaranteed by our State Bank Of India, commercial branch, Swastik
Not Agreed
Chambers, Sion- Trombay Road, Chembur, Mumbai-4000071 or by
any other bank from RCF approved list through its branch located in
Mumbai
OR
It shall be deducted from the invoice/bill & same shall be returned
after successful completion of the guarantee period.
Payment Terms for Supply & Erection: As
13. PAYMENT TERMS mentioned in clause No. 15 Payment Agreed /
Terms of Technical Annexure - 1. Not Agreed
PARTLICULARS (NAME & ADDRESS) OF YOUR BANK AND
14. YOUR BANK ACCOUNT NUMBER FOR OPENING LETTER OF Please specify
CREDIT
All the bank charges including L/C confirmation charges outside Agreed /
15.
India is in supplier's/beneficiary's account Not Agreed
Agreed /
16. L/C extension charges due to supplier's fault shall be to supplier's A/c
Not Agreed
17. NAME AND ADDRESS OF BENEFICIARY. Please specify
Please give details of Permanent establishment in India.
If Yes, please give the details and submit the self-attested copy of
18. PAN Card. Agreed
If No, then submit undertaking on your letterhead certifying that we
do not have permanent establishment in India.
Indian Taxes if any as applicable shall be considered for evaluation of
19. your offer. (e.g. Service Tax on erection & commissioning and Agreed
withholding Tax etc.)
Wherever payment is to be released against submission of bank
guarantee same will be released only after confirmation of BG from Agreed /
20.
the issuing bank and RCF shall not be responsible for delay in Not Agreed
payment due to any discrepancy in BG or confirmation from bank.
Confirmed that the offer is in total conformity with the terms
& conditions as specified in the enquiry. If not agreed, then a list of
21. Yes / No
All deviations is given with proper justification on a separate sheet of
paper & submitted in the technical bid
You have submitted & understood all the technical
TECHNICAL Agreed /
22. details involving scope of supply, as per annexure
CONDITION Not Agreed
enclosed with the tender.
TECHNICAL YOU HAVE SUBMITTED PHOTOCOPY OF
23. YES / NO
CONDITION PRICE BID WITH PRICES BLANKED OUT.
PLEASE SUBMIT THE SIGNED & STAMPED
TECHNICAL COPIES OF ALL TECHNICAL ANNEXURES
24. YES / NO
CONDITION (without this your offer shall not be considered for
further evaluation)
ANY DEVIATIONS ARE EXPLICITELY
TECHNICAL MENTIONED ON A SEPARATE SHEET/S Agreed /
25.
CONDITION AND SUBMITTED IN THE TECHNICAL BID Not Agreed
OF YOUR QUOTATION
Insurance of personnel carrying out installation & commissioning
26 Accepted
shall be to your account
Whether Bidder is currently on Holiday List/Black list or has been put
27 on Holiday/Blacklisted at any PSU/Govt Organization. If so, Give YES / NO
details
Customs / Excise classification under which the material will be
28 cleared by vendor (In case of spares classification of the main
equipment declared by vendor).
Third Party Inspection Agency of LRIS/ TUV/ SGS/ BV / DNV /
29 Accepted
PDIL (Mandatory)
You have included Third party inspection charges in your basic price
30 Accepted
(Mandatory)
You have quoted ERECTION & COMMISSIONING CHARGES in
31 Yes / No
the price bid format.
You have quoted AMC charges for 5 years after guarantee / warranty
32 period in the price bid format. The AMC charges shall be considered Yes / No
for price bid evaluation.
You have quoted for Mandatory Spares as per Technical Annexure –
Yes / No
33.a 10 in then price bid format. The mandatory spares prices shall be
considered for considered for evaluation of the price bid.
i) You have quoted recommended operation spares required for Yes / No
2 years in the price bid format.
ii) You have submitted list of recommended operation spares Yes / No
required for 2 years item wise unit quantity list separately in
the Technical bid.
iii) You have also submitted list of recommended operation Yes / No
33.b
spares required for 2 years item wise unit quantity & unit price
list separately in the Price bid.
iv) The price for recommended operation spares required for 2 Agreed /
years shall not be considered for evaluation of the price bid. Not Agreed
v) The recommended operation spares required for 2 years prices Yes / No
shall be valid for one year from the bid opening date.
You have read annexure-xiv integrity clause and agreed to all the
Agreed /
34 clauses mentioned in the pact. Kindly submit duly stamped & signed
Not Agreed
copy as a token of acceptance.
Steam: Please quote Tonne/Hr
Power : Please quote KWH
35 Guaranteed Utility Consumption
DM Water: Please quote M3 /Hr
Cooling Water : Please quote M3 /Hr
Pressure Drop across complete
36 filter house along with cooling Please quote mmWC
coil.

NOTES:
1. Please fill up this sheet and confirm all the above points – Submit this sheet duly
filled along with technical bid of your quotation
2. Please note all the terms & condition mentioned in the enquiry including THE
TECHNICAL CONDITIONS as mentioned in the enquiry
3. Please give separate list for deviations to our NIT terms &
conditions, if any

(Signature and stamp of the Bidder)


Date:
Place:
ANNEXURE – IV
EVALUATION PROCEDURE AT RCF.
(shall be read along with Technical Annexure-7)

Price will be compared on the basis of “Evaluated cost” at plant site based on following
parameters, which are only illustrative but not exhaustive.

1. Offers without EMD and not accepting Security Deposit, Performance Bank Guarantee
clauses etc shall be liable for rejection.
2. The prices in various currencies will be converted into equivalent Indian Rupees at
the prevailing T.T. Selling Rate as published in Economic Times/Financial Express
or at the selling exchange rate established by Reserve Bank of India for similar
transactions, on the date of opening of Price Bid.
3. RCF may agree for maximum advance of 5% of order value against submission of
Advance Bank Guarantee (as per RCF proforma) of 110% of advance amount with
interest rate @12% per annum against submission of security cum performance bank
guarantee as per NIT.
4. Period for evaluation shall be arrived at taking into account time till delivery at site to
RCF. In case of imports, if quoted delivery period is on board at load port, then 30 days
shall be added for sea-voyage time (7 days in case of air transport), 30 days ( based on
site location, period to decided and specified in NIT) for clearance at disport,
transportation and unloading at RCF site. In case of local supplier, 15 days shall be
added for transportation and unloading at RCF site, if delivery period quoted is ex-works
of supplier.
5. Guarantee Period: The proportionate loading shall be done in case bidders’ quoted
guarantee/warranty period are different in nature and period from the required.
6. Foreign bidders shall be asked to quote for both FOB and CFR rates. CFR rates shall be
considered for evaluation with loading for marine insurance and port handling charges at
rate given below. If bidder quotes only FOB, cost of foreign bidder shall be loaded with
ocean freight, marine insurance and port
Handling charges to arrive at CIF cost. A notional rate shall be indicated in the bidding
document. Indicative rates may be as under:
a) Ocean/Air freight: 5% / 10% of FOB/FCA
b) Marine Insurance: 1% of CFR value
c) Port handling charges: 1% of CIF excluding customs duties
7. Both Indian and foreign bidders shall be loaded with inland transportation charges at
notional rate to be specified in the NIT. This notional rate may be for guidance as under:
a) For bulk materials, financial loading may be considered on the basis of distance, as
per following indicative rates (or any parameter to be defined in NIT) :
i. upto 200 Km 1% of ex-works/CIF
ii. 200-500 Km 2% of ex-works/CIF
iii. 500-1000 Km 3% of ex-works/CIF
iv. 1000-1500 Km 4% of ex-works/CIF
v. More than 1500 Km 5% of ex-works/CIF
b) In case any bidder/s have quoted ex-works price and have not offered/quoted lump
sum transportation charges, then highest freight charges (including Service tax as
applicable) received against the subject enquiry for the above distance block/s or the
block wise rates indicated above whichever is higher shall be loaded to the bidder/s
who have not quoted for freight charges.
8. Customs duties and local duties and taxes, Octroi: The foreign bidders will be loaded on
CIF price including Port handling charges, with customs duties as applicable as per
custom tariff schedule as announced by Government every year in the finance budget
and octroi wherever applicable. The rate of duty to be considered will be as applicable
on the date of opening of the bid. In case of local supplier, the quote shall include all
applicable duties and taxes like excise, CST / VAT, Service Tax, Octroi etc., as
applicable on date of opening of price bids.
9. Any other deviation: The bidder will be loaded for deviation if any, such as extended
delivery, short warrantee / guarantee/ damages etc, on the basis of highest cost quoted by
any other bidder on that account or on proportionate basis for shortfall at the rate
indicated in bid documents.
10. The highest amount quoted by other bidder shall be considered in cases where such rates
have not been given in bid documents such as packing, forwarding, third party
inspection charges etc. The proportionate loading shall be considered in cases where rate
has been indicated in the bid documents.
11. L/C Charges: Foreign bidder will be loaded for L/C charges at rate Indicated in the
bidding document
12. Payment terms differences: Since foreign bidders get payment immediately on
negotiation of documents through L/C by around 10 days from Bill of Loading date,
custom duties are paid on arrivals at port, considering standard payment condition of
payment after 30 days from delivery at RCF site, based on the time period specified in
clause (ii) above, the foreign bidders shall be loaded for earlier payment at rates
specified (towards interest) on CIF cost for 65 days (30 days sea transit period less 10
days delay in sight L/C payments, assuming 15 days for port clearance and
transportation and unloading at RCF site, plus 30 days standard payment period form
delivery at site) period, 45 days for custom duties (assuming 15 days for port clearance
and transportation and unloading at RCF site, plus 30 days standard payment period
form delivery at site) period. In case of local supplier, loading for earlier payments
deviations than standard payments terms of 30 days from delivery at site, shall be made
13. VAT set-off, and any other statutory credits, as applicable, shall be considered for
evaluation.
14. Bidders not accepting MAD clause towards delay in supply and or erection &
commissioning shall be loaded @ % specified in respective clause and on corresponding
value of total supply and or erection & commissioning.
15. Any conditional Discount given by Bidder such as Discount applicable for complete
order value, minimum order value on certain group of item, Discount for better Payment
Terms, etc., shall not be considered for evaluation purpose only.
16. Wherever the Bidder does not indicate any rate/% for any item/commercial term, but
specifies it to be extra, then the highest cost/amount/% quoted by any other Bidder shall
be loaded.
17. If the Bidder has mentioned packing and forwarding charges extra, but not indicated the
%, then it shall be loaded proportionately / accordingly or the maximum amount quoted
by any other Bidder whichever is more.
18. Indian Taxes if any, as applicable shall be considered for evaluation of offer.
(Service Tax applicable on erection & commissioning charges and on AMC charges
and Withholding Tax etc.
19. Preferred delivery period is 6 Months.
20. Period for evaluation shall be arrived at taking into account time till delivery at site to
RCF. In case of imports, if quoted delivery period is on board at load port, then 30 days
shall be added for sea-voyage time (7 days in case of air-transport), 30 days ( based on
site location, period to decided and specified in NIT) for clearance at disport,
transportation and unloading at RCF site. In case of local supplier, 15 days shall be
added for transportation and unloading at RCF site, if delivery period quoted is ex-works
of supplier.
21. Evaluation will be done by loading for differential cost of utilities consumption over
estimated life of 15 years of operation by applying NPV (Net Present Value)
methodology. The rates and utilities for which loading will be done are as follows:
a) For any differential steam consumption above the lowest steam consumption of
any vendor, will be loaded @ Rs.1998.01/- per MT.
b) For any differential power consumption above the lowest power consumption of
any vendor will be loaded @ Rs. 4.33 per KWH (The power consumption is sum
total of power required for a)Absorbent pump b) Refrigerant pump c)Vacuum pump
d) Chilled water pump and Condensate pump).
c) For any differential cooling water flow requirement above the lowest cooling water
flow offered by any vendor will be loaded @ Rs.4.72 per M3.
d) Rate of interest for discounting is 10% per annum.
e) 345 operational days shall be considered yearly.
f) For every 05 mm WC increase in total average pressure drop across filtration stage
along with Cooling Coil at PAC compressor intake, the PAC net power output
increases by 0.16%.
Loading factor
= Difference in Power Output (KWH) x (Power cost) x 8280 x 6.9146 x N
g) In case the consumption of utilities are different for different bidders, the net present
value of extra operating cost over the minimum one shall be calculated considering
following:
 Difference in Operating cost = Delta U x C x H x A x 6.9146 x N
Where:
- Delta U = Difference in Utilities consumption
- C = Unit cost of utility
- H = Nos. of operating hours in a year (8280 Hrs)
- A = Availability factor of equipment (1 = 100%)
- 6.9146 is discount factor at an interest rate of 10% per annum for fifteen years
operational period
- N is the number of operating equipment
22. AMC charges shall be considered for evaluation purpose. Evaluation of Annual
Maintenance Contract will be done at discounted rates for a period of 5 years.
23. List of Mandatory Spares as per Technical Annexure-10. (Item wise prices of
mandatory spares are to be given separately in price bid). These prices of mandatory
spares shall be considered during evaluation of price bid.

The above guidelines are informative only and RCF reserves the right to modify them
without intimation.

*******************
ANNEXURE – V (A)

Price Bid Format for Indian Bidders:

BIDDER SHOULD ENCLOSE PHOTO COPY OF PRICE BID WITH PRICES BLANKED
OUT – ALONG WITH THE TECHNICAL BID OF QUOATATION:

Sr. Quantity Unit Price


Description Total
No. (in Nos.) (in INR)
Lump sum Charges for supply of VAM package
(650 TR Capacity and Two no Filter House for
1 PAC), including all mechanical, electrical and 1 _______ ____________
instrumentation equipment.
Lump sum Charges for Erection and
commissioning of VAM package and Two No
2 ____________
Filter House for PAC, including guarantee test
run of equipment.
Unit
Mandatory Spares Quantity
Price
1 Solution Pump 1no
2 Refrigerant Pump 1no
3 Chilled Water Pump (Back pullout assembly) 1no ____________
3
De-super heater Pump 1no
4
(Back pullout assembly)
1 Set
5 All type of Filters
Each
6 Vacuum Pump Complete 1no
Charges towards 5 years AMC after the guarantee 1st Year
period for maintenance of the unit including cost of
2nd Year
chemicals. The charges shall be considered for
4 evaluation purpose. 3rd Year ____________
Please give year wise breakup of AMC charges 4th Year
applicable after guarantee / warranty period
separately. 5th Year
Total
5 Packing & Forwarding Charges _____ % _____________

Excise duty Amount


6 ______ % _____________
Percentage (%)
Sales Tax (CST With “C” Form OR VAT
please specify)
7 ______ % ____________
Amount
Percentage (%)
Service Tax on Lump sum Charges for Erection
8 and commissioning of VAM package, including ______ % ____________
guarantee test run of equipment.
Freight up to RCF Stores Amount
9 ______ % ____________
Percentage (%)
Transit Insurance Amount
10 _____ % ___________
Percentage (%)
___________
TOTAL LANDED COST

TOTAL LANDED COST (in words) _______________________________

Recommended operations spares for 2 year


Please submit the item wise quantity and unit
price separately.
11 The prices for Recommended operations
spares for 2 year shall not be considered for
evaluation.

(Signature and stamp of the Bidder)


Date:
Place:
ANNEXURE – V (B)

Price Bid Format for Foreign Bidders:

BIDDER SHOULD ENCLOSE PHOTO COPY OF PRICE BID WITH PRICES BLANKED OUT –
ALONG WITH THE TECHNICAL BID OF QUOATATION

Unit Price
Sr. Quantity
Description (in ____ mention Total
No. (in Nos.)
currency)
Lump sum Charges for supply of VAM
package (650 TR Capacity and Two no
1
Filter House for PAC), including all 1 _________ ____________
mechanical, electrical and instrumentation
equipment.
Lump sum Charges for Erection and
commissioning of VAM package and Two
2 ____________
no Filter House for PAC, including
guarantee test run of equipment.
Mandatory Spares Quantity Unit Price
1 Solution Pump 1no
2 Refrigerant Pump 1no
Chilled Water Pump (Back pullout 1no
3
3 assembly) ____________
De-super heater Pump 1no
4
(Back pullout assembly)
5 All type of Filters 1 Set Each
6 Vacuum Pump Complete 1no
Charges towards 5 years AMC after the 1st Year
guarantee period for maintenance of the unit
2nd Year
including cost of chemicals. The charges shall
4 be considered for evaluation purpose. 3rd Year ____________
Please give year wise breakup of AMC charges
4th Year
applicable after guarantee / warranty period
separately. 5th Year
Total

5 Packing & Forwarding / Other Charges _______ % ____________

6 Total FOB Price ____________


Indian Taxes applicable if any on
a) Charges for Erection and commissioning
b) Charges towards 5 years AMC after the
guarantee period
7
c) Service Tax applicable on Erection &
Commissioning
d) Withholding Tax on services rendered

Freight from discharge port to Mumbai


8
Port

Total DDP Price at RCF THAL


9
_____________
TOTAL LANDED COST

_______________________________
TOTAL LANDED COST (in words)

Recommended operations spares for 2


year
Please submit the item wise quantity and
unit price separately.
10
The prices for Recommended operations
spares for 2 year shall not be considered
for evaluation.

(Signature and stamp of the Bidder)


Date:
Place:
ANNEXURE-VI
BID BOND PROFORMA FOR FOREIGN BIDDERS
BID BOND PROFORMA (EMD in BG form)
(To be submitted on Rs.200/- non judicial stamp paper)
--------------------------------------------------------------------------------------------------------------------

Bank Guarantee No: ------------------------ Dated. -------------------

M/s Rashtriya Chemicals and Fertilizers Ltd,


………………….,
…………………..

Dear Sirs,
This Guarantee is made and issued on this day ___________________________
by __________________ , a Banking Company incorporated under Banking
Regulation Act, having its registered office at ______________________ (herein
after called BANK which expression shall unless repugnant to the context or
contrary to the meaning thereof include its successors and assignees) in favour of
Rashtriya Chemicals and Fertilizers Limited, a Company incorporated under the
Companies Act and having its registered office at “Priyadarshni”, Eastern Express
Highway, Sion, MUMBAI – 400 022 (hereinafter called “RCF” which expression
shall unless repugnant to the context or contrary to the meaning, thereof, include its
successor and assignees)

WHEREAS the RCF issued a Notice Inviting Tenders(NIT) no.------------------- dated


----------------, inviting offers for supply/undertake ------------------ project (hereinafter
referred to as the Material/Project) and, in response there to, M/s ------------------------
------------------------ a Company incorporated in ------------ having its registered office
at ------------------------- -------- --------------- (hereinafter called “BIDDER”) offered to
supply Material/undertake the Project.

AND WHEREAS the NIT provides inter-alia, that a BID BOND for an amount of Rs.
______ (Rupees ______________ only) shall be submitted to the Owner in India
by the Bidders along with their respective bids, and that if such bidder withdraws his
bid at any time before the execution of the contract between RCF and the
successful Bidder on or before ____________ or changes the terms and conditions
of the bid without RCF’s consent, or if a Bidder on becoming the successful bidder,
fails to or refuses to execute a contract and/ or to furnish a performance bond to
RCF after the issue of a Letter of Intent to him, then the security delivered on this
bid bond shall thereupon be due and owing to OWNER as liquidated damages.

1. In consideration of BIDDER’s bid submitted to RCF for supplying


Material/undertaking Project, we ---------------- bank hereby agree to pay the RCF an
amount not exceeding Rs. --------------- (Rupees ------------------------------- only) on
demand if the BIDDER -

(i) withdraws his proposal at any time before the execution of contract, in
accordance with the Bid Invitation/NIT between OWNER and the successful Bidder
on or before __________________, or

(ii) changes the terms and conditions of the bid submitted by him without RCF’s
consent, or

(iii) on RCF deciding the BIDDER as successful bidder and there upon issuing
Letter of intent to the BIDDER by RCF, the BIDDER (as the successful bidder) fails
or refuses to execute a contract and/ or furnish a Bank Guarantee as security
deposit and performance guarantee for the faithful performance of the contract, in
accordance with the terms and conditions of NIT.
2. The BANK declare that it is holding the amount of Rs.--------------- (Rupees --------
--- -------- only) at RCF’s disposal and hereby promises and shall be bound to pay to
RCF, forthwith and without demur, on a mere demand made in writing by RCF,
stating that the BIDDER has failed to fulfil one of the conditions mentioned in (a) or
(b) or (c), of clause 1 hereinabove.

3. This Guarantee shall be valid in respect of the claim lodged by OWNER with
BANK on or before ____________ or any further extended date of the Bank
Guarantee.

4. We, _________ (bank) undertake to pay RCF the money so demanded forthwith,
notwithstanding any dispute(s) raised by in any suit or proceedings pending before
any court or tribunal relating thereto, our liability under these presents being
absolute and unequivocal. The payment so made by us under this guarantee shall
be a valid discharge of our liability for payment there under and that RCF shall have
no claim whatsoever against us for making such payment.

5. The claim if any, under this Guarantee, shall be lodged at (bank-branch and
address) -------------------------------------.

6. The BANK hereby agrees that the Courts in Mumbai shall have exclusive
jurisdiction in any matter of dispute between RCF and the BANK and that all the
future correspondence in regard to this bank guarantee shall be addressed to Chief
Finance Manager, Rashtriya Chemicals and Fertilizers Limited Administrative
Building, Mahul Road, Chembur, Mumbai 400 074. INDIA.

7. This Guarantee shall be in addition to and shall not in any way be prejudiced and
affected by any other security now or hereafter held by RCF for all or any part of the
moneys herein mentioned.

8. We have the power to issue this Guarantee in your favour under the Charter of
our Bank and the undersigned has full power to execute this Guarantee under the
Power of Attorney granted to him by the Bank.

SIGNED AND DELIVERED ON THIS _______________ DAY OF ________

Yours faithfully,

For and on behalf of _____________________. (bank)

Signature of Authorised Official of bank


Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No :
Fax No:
Email Id:
ANNEXURE-VII
FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND
PERFORMANCE GUARANTEE
(To be submitted on Rs. 200/- non judicial stamp paper)

Bank Guarantee No. __________ dated ________

M/s Rashtriya Chemicals & fertilizers Ltd,


………………….,
…………………..
…………………..

Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referred to as
‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its
successors and assigns], having agreed to exempt, M/s ________________________ having
its registered/principal office at ______________________________________________
[hereinafter referred to as ‘Supplier / Contractor’ which expression unless repugnant to the
context and meaning thereof shall include its successors and assigns], from depositing with
RCF a sum of Rs. ___________ towards security / performance guarantee in lieu of the said
Supplier / Contractor having agreed to furnish an irrevocable bank guarantee for the said sum
of Rs. _________ as required under the terms and conditions of Contract / Work Order /
Purchase Order no. ______________________ dated __________ [hereinafter referred as the
‘Order’] placed by RCF on the said supplier / contractor, we,
____________________________________________ [hereinafter referred to as ‘the Bank’
which expression shall include its successors and assigns] do hereby undertake to pay RCF an
amount not exceeding Rs. ______________ [Rupees _________________ ] on demand made
by RCF on us due to a breach committed by the said Supplier / Contractor of the terms and
conditions of the Order.

1. We ____________ the Bank hereby undertake to pay the amount under the guarantee
without any demur merely on a demand received in writing from RCF stating that the Supplier /
Contractor has committed breach of the term(s) and/or condition(s) contained in the Order
and/or failed to comply with the terms and conditions as stipulated in the Order or
amendment(s) thereto. The demand made on the Bank by RCF shall be conclusive as to the
breach of the term(s) and/or condition(s) of the Order and the amount due and payable by the
Bank under this guarantee, notwithstanding any dispute or disputes raised by the said
Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so
demanded by RCF forthwith and without any demur. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs. ______________ [Rupees
_________________].

2. We, ______________ the Bank further agree that this irrevocable guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said Order and that it shall continue to be enforceable till all the dues of
RCF under or by virtue of the said Order have been fully paid and its claim satisfied or
discharged or till RCF certifies that the terms and conditions of the Order have been fully and
properly carried out by the Supplier / Contractor and accordingly discharge the guarantee.

3. We ________________ the Bank, undertake to pay to RCF any money so demanded


notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suit or
proceedings pending before any court or tribunal relating thereto as our liability under this
present being absolute and unequivocal. The payment so made by us under this Guarantee
shall be valid discharge of our liability for payment there under and the said Supplier /
Contractor shall have no claim against us for making such payment.

4. We ________________ the Bank further agree that RCF shall have full liberty, without our
consent and without affecting in any manner our obligation hereunder to vary any of the terms
and conditions of the Order or to extend time of performance by the said Supplier / Contractor
from time to time or to postpone, for any time or from time to time, any of the powers
exercisable by the RCF against the said Supplier / Contractor and to forbear or enforce any of
the terms and conditions relating to the Order and shall not be relieved from our liability by
reason of any such variation or extension being granted to the said Supplier / Contractor or
for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the
Supplier / Contractor or by any such matter or thing whatsoever which under the law relating
to sureties would but for this provisions have effect of so relieving us.

5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were
the principal debtor and the BANK hereby waives all rights of surety ship.

6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees
__________________] and shall remain in force up to ___-___- 20___ [mention date i.e. delivery
period + additional 3 months – in case of Security Deposit (SD) AND for guarantee period + additional 3 months
– in case of Performance Guarantee (PG)] and thereafter till the expiry of the extended period, if any,
(hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at
any time from the date of issue of the guarantee till the expiry of the Validity period, we shall be
discharged from all liabilities under this guarantee thereafter.

7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch
with phone nos. / fax nos. / email id's) _________________________________________.
_________________________________________

8. This guarantee will not be discharged due to change in the constitution in the Bank or the
said Supplier / Contractor or the provision of the contract between Supplier / Contractor and
RCF.

9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any
matter of dispute between RCF and the Bank and the Bank hereby agrees to address all the
future correspondence in regard to this bank guarantee to Chief Finance Manager, Rashtriya
Chemicals and Fertilizers Limited, Administrative Building, Mahul Road, Chembur, Mumbai 400
074. INDIA.

10. We have the power to issue this Guarantee in your favour under the Charter of our Bank
and the undersigned has full power to execute this Guarantee under the Power of Attorney
granted to him by the Bank.

11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the RCF in writing.

SIGNED AND DELIVERED ON THIS _______________ DAY OF ________

Yours faithfully,

For and on behalf of _____________________. (bank)

Signature of Authorised Official of bank


Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No :
Fax No:
Email Id:
ANNEXURE - VIII

LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES


( as updated by Corporate Finance on 23.02.2013)

A) STATE BANK OF INDIA AND IT’S 4. South Indian Bank Ltd.,


ASSOCIATE BANKS: 5. Tamilnad Merchantile Bank Ltd.,
1. State Bank of India, 6. The Federal Bank Ltd.,
2. State Bank of Bikanar & Jaipur, 7. The Jammu & Kashmir bank Ltd,
3. State Bank of Hyderabad, 8. The Karnataka Bank Ltd,
4. State Bank of Mysore, 9. The Karur Vyaya Bank Ltd,
5. State Bank of Patiala,
6. State Bank of Travancore. D) FOREIGN BANKS:
1. American Express Bank Ltd,
B) NATIONALISED BANKS: 2. Bank of American National Trust &
1. Allahabad Bank, Saving Association,
2. Andhra Bank, 3. Bank of Tokyo – Mitsubishi UFJ Ltd,
3. Bank of Baroda, 4. Barclays Bank PLC
4. Bank of India, 5. BNP Paribas
5. Bank of Maharashtra, 6. Calyon Bank
6. Canara Bank, 7. Citibank N.A.,
7. Central Bank of India, 8. Deutsche Bank,
8. Corporation Bank, 9. Development Bank of Singapore
9. Dena Bank, (DBS)
10. Indian Bank, 10. Hong Kong & Shanghai Banking
11. Indian Overseas Bank, Corporation Ltd,
12. Oriental Bank of Commerce, 11. JP Morgan Chase Bank,
13. Punjab & Sind Bank, 12. Royal Bank of Scotland
14. Punjab National Bank, 13. Standard Chartered Bank,
15. Syndicate Bank,
16. UCO Bank, F) PRIVATE SECTOR BANKS:
17. Union Bank of India, 1. Axis bank Ltd
18. United Bank of India, 2. HDFC Bank Ltd
19. Vijaya Bank. 3. ICICI Bank Ltd
4. IDBI Bank Ltd
C) OTHER BANKS: 5. ING Vysya Bank Ltd
1. Catholic Syrian Bank Ltd 6. Yes Bank Ltd
2. City Union Bank Ltd
3. Kotak Mahindra bank Ltd.,

NOTE:- In case of foreign vendors Bank Guarantees forwarded by the other foreign
Bank should be counter-guaranteed by State Bank of India, Swastik Chamber,
Chembur or by any other bank from RCF approved list through its branch located in
Mumbai.
ANNEXURE-IX
GENERAL TERMS & CONDITIONS (GTC):
1.0.0 Definition bidder should duly attest all corrections.
The term ‘CONTRACT’ shall mean and Bidder manually in long hand should sign
include the Notice Inviting Bid (NIT) the bids by person(s) who is/are legally
Instructions to BIDDERS, the Bid, Letter of authorized to sign on behalf of the person(s)
Intent accepting the bid in part of full, Special or firm or company biding and in case of
and General Terms and Conditions, firm/company, bid should bear its seal or
Directions, and comments conveyed in stamp. The legal instrument of authority
writing, the Purchase Order or Work Order, either in original or a certified copy thereof
and its subsequent variations if any, or any empowering the person(s) signing their bid
other authorized CONTRACT documents, should accompany the bid. No oral,
and those general and special conditions that telephonic or telegraphic bids or
may be added subsequently or such other modifications in the bids shall be considered
documents, drawings, specifications as may under any circumstances.
be prescribed.
All bidders are requested to submit their bids
1.0.01 The terms ‘CONTRACTOR’, shall STRICTLY as per the instructions given
mean the person(s), firm, company with below. Bids should either be submitted
whom, a CONTRACT has been entered into personally in the bid box at the Office of
and shall be deemed to include their Chief Materials Manager, Purchase Section,
representatives, heir, executors and Administrative Building, Thal, Tal- Alibag,
administrators, successors and permitted Dist- Raigad, PIN 402208, Maharashtra,
assignees of such person, person(s), firm or INDIA, or sent by Registered Post to the
company. same address so as to reach well in advance
of the closing date and time.
1.0.02 The terms ‘RCF” shall mean
Rashtriya Chemicals & Fertilizers Limited The envelopes containing the bid should be
having its Registered Office at super scribed with The Bid No. and Date of
‘Priyadarshini’, Eastern Express Highway, opening.
Sion, Mumbai 400 022 and shall be deemed
to include their successors and/or assignees, 1.1.02 Submission of Bids
and shall include the Administrative and
Executive Officers authorized to deal with all Bids are to be submitted in triplicate and
matters relating to the CONTRACT. should be type written. Bids are to be
submitted in triple sealed covers as follows:
1.0.03 The Term ‘BIDDERS’ shall mean the i. Technical part of bid
person(s), firm or company who offer(s) a bid
or quotation duly signed in response t the The first sealed envelope should contain all
invitation to bid issued by ‘RCF’ and shall be copies of technical details of the bid. The
deemed to include their representatives, heirs, cover should be clearly marked “Technical
executors and administrators, successors and part of bid”.
permitted assignees to such person(s), firm or
company. ii. EMD & Unpriced Commercial part of
Bid.
1.1.0 Instructions for submission of Bid
The second sealed envelope should contain
1.1.01 Every bid shall be made out in Earnest Money Deposit and Copies of
English, Hindi or Marathi language. All other Unpriced commercial part of bid. The cover
information will also be supplied by the should be clearly marked “Unpriced
‘BIDDERS’ in English, Hindi or Marathi Commercial part of Bid”.
language. Only one language will be used in
the bid. In case of conflict the English iii. Commercial Bid with Price.
version shall prevail. All amounts shall be
indicated by BIDDERS both in words as well The third sealed envelope should contain all
as in figures. Whether there is difference copies of the Commercial part of the bid with
between prices quoted in figures, and words, Price details. The cover should be clearly
corresponding amount quoted in words shall marked “Commercial part of bid with Prices”.
prevail.
1.1.03 All the three envelopes should be put
Bids should be free from overwriting. The into an outer envelope duly sealed. All these
envelopes should be properly super scribed 4.0.01. Earnest Money Deposit (amount as
with our “Bid No. and Due Date and Brief mentioned in invitation to bid) should be
Description and the Name of the furnished in the form of a demand draft from
CONTRACTOR for proper identification. any Nationalized Bank and Payable to RCF
Ltd. at S. B. I. Thal Vaishet Branch, Branch
2.0.00 Clarifications Code No.7289 in favor of Rashtriya Chemical
and Fertilizers Limited.
2.0.01 In case clarifications are required on
invitation to bid the BIDDERS shall approach 4.0.02. Any request to adjust Earnest Money
RCF in writing well before the opening of the Deposit out of the bidder’s running bills or
technical part of the bid, and RCF will pending payments will not be considered and
provide the information required in writing. the bid will be treated as without Earnest
However, failure to receive any addendum or Money Deposit.
clarification shall not relieve the BIDDERS of
any of the obligations stipulated in the 4.0.03. Bids without Earnest Money Deposit
invitation to bid. or with the Earnest Money Deposit in a
The invitation to bid with Annexure and all manner other than in what is mentioned above
attachments will be considered to have been are liable to be rejected at the discretion or
read, understood and accepted by the bidders RCF.
unless otherwise specifically stated by them 4.0.04. Government of India Undertakings,
in writing well before the scheduled opening Small Scale Industries Registered under
of the technical part of the bid. single point registration with National Small
Scale Industries Corporation and RCF
2.0.03. The terms and conditions as embodied Ancillary Units are exempted from the
in the CONTRACT shall be final and any payment of Earnest Money Deposit.
other terms mentioned in the supplier’s bid
but not included in the CONTRACT shall be 4.0.05. Forfeiture of Earnest Money
deemed as rejected by RCF. Deposit.
If for any reason whatsoever any BIDDERS
3.0.00 Bid opening withdraws his bid at any time prior to expiry
of the validity period or after issue of the
3.0.01 Bids will be opened in two stages
Letter of Intent, Purchase Order, fails or
Part I – Technical & Unpriced Commercial
refuses to execute the order or to furnish the
part of the bid.
Security Deposit for faithful performance of
Part II – Commercial part of the bid with
the CONTRACT within the stipulated time
prices.
the amount of Earnest Money is liable to be
forfeited.
3.0.02 The Technical and Unpriced
Commercial part of bid (part-I) will be
4.0.06. Refund of Earnest Money
opened on the prefixed date in the presence of
BIDDERS (only public bids) and their Earnest Money Deposit will not carry any
interest. Earnest Money Deposited by the
representatives who desire to attend the bid
unsuccessful bidders will be refunded on
opening.
finalization of the Order. Earnest Money
Deposit of successful BIDDERS will be
3.0.03 The Commercial part of bid with
refunded after the successful BIDDERS
Prices (part-II) shall be opened in public (only
furnishes the Security Deposit.
public bids) after the corresponding Technical
and Unpriced Commercial part of the bid are
scrutinized and possible clarifications 5.0.00 SECURITY DEPOSIT.
As per NIT terms and Conditions.
obtained from such bidders as may be
required so as to bring the bids at part
The CONTRACTOR will have to give
technically.
Security Deposit as specified in the bid in the
form of either a Demand Draft in favour of
3.0.04 Based on clarification, the BIDDERS
Rashtriya Chemicals & Fertilizers Limited
may be asked to submit if required, revised
payable at S. B. I. Thal Vaishet Branch, Code
sealed commercial part of the bid with prices
No.7289, or by means of a Bank Guarantee as
(Part-II).
per RCF’s proforma enclosed from any of the
enclosed RCF‘s approved list of banks. The
3.0.05 Bidders will be given adequate notice
Security Deposit shall be furnished to RCF,
regarding date and venue of public opening.
for a suitable period as prescribed by RCF in
the bid.
4.0.00. EARNEST MONEY DEPOSIT
h)- Initial supply of spare parts will be
The CONTRACTOR’s Banker should ordered on the successful BIDDERS. For
forward the Bank Guarantee directly to RCF further orders of spares the BIDDERS shall
with the covering letter of the Bank. RCF indicate the nearest sources of supply from
reserves the right to insist on Security Deposit MUMBAI.
in the form of Demand Draft from any i)- List of Special Maintenance tools, material
CONTRACTOR. fixtures and special erection tools and
equipments.
5.0.01 In case of foreign supply, the Bank j)-BIDDERS shall state name of the
Guarantee submitted by the foreign bank manufacturers proposed for every equipment
should be counter guaranteed/confirmed by item, which is not of his own manufacture.
State Bank of India, Commercial Branch, k)-List of similar equipments in operation
Swastik Chamber, Sion-Trombay Road, indicating there in whether visits to the plants
Chembur, Mumbai 400 071, India. The can be arranged.
charges of the confirmation if any will be l)- Third party inspection programmed and
borne by the CONTRACTOR. scope of work.
5.0.02 In the event of any breach of any of the m)-Nature of Maintenance assistance
terms and conditions of the CONTRACT or available or offered by the BIDDERS.
the CONTRACTOR neglects, delays or fails n)- Nature of Erection and commissioning
to perform the CONTRACT, RCF shall have assistance offered by the BIDDERS.
the right to forfeit the Security Deposit. The o)- The BIDDERS should undertake to give
Security Deposit shall not bear any interest. shop drawings of spare parts and main
equipment to enable RCF to undertake repair
6.0.00 PERFORMANCE GUARANTEE and maintenance after installation at site.
As per the terms and conditions of the NIT. p)- A certificate that the technical bid is in
total conformity with RCF’s specification
7.0.00 VALIDITY OF BIDS. and if not the list of exclusions and/or
All bids should be kept valid for acceptance deviations.
for 120 days from the bid closing date unless q)- Fabrication schedule and a brief statement
otherwise specified in the bid invitation. of activities and time estimate justifying the
Bids of lesser validity period may not be total delivery.
considered. In case of revised commercial
bids with prices (Part-II) for validity period, II Unpriced Commercial part of bids.
the date will be reckoned from the date on
which revised commercial bids with prices a)- Invitation to bid No.
were opened. b)- Earnest Money Deposit, Draft No. and
date, Payee Branch of the Bank.
8.0.00 BID INFORMATION c)- Terms of payment.
Bids should include inter alia the following d)- Guaranteed delivery period for each item
information. e)- Places of manufacture with the address.
f)- Statement that the liquidated damages or
1.0.01 Technical & Unpriced commercial the force majeure clause of RCF and standard
part of bids (part-I) terms and conditions are agreeable.
1. Technical Part. g)- Statement showing that the security and
performance guarantee clauses, standard
a)- Invitation to bid No. terms and conditions are fully agreeable.
b)- Scope of Supply.
c)- Complete description of h)- Country of Origin.
equipment/material supported by brochure, i)- Statement showing the date of expiry of
catalogue and/or other descriptive standard agreement with the Labour Union of the
documents. CONTRACTOR.
d)- Completed data sheets as per the j)- Statement that shipping terms are defined
requirement of the bid. by INCOTERMS 2000.
e)- Lay out drawings of sketched with
(approximate) dimensions of equipment and k)- Copies of commercial part of bids with all
indications of limits of supply. prices duly blanked out.
f)- Information on shipping weights and l)- Certificate showing that the offer is in total
volume with special attention to heavy and conformity with the terms and conditions as
over size package. specified in the NIT. If not, list of all
g)-Itemised list of spare parts of deviations should be given with proper
i)- Erection and commissioning justification.
ii)- Two years operation.
m)- Particulars relating to bids as follows: Thal, Tal- Alibag, Dist- Raigad, PIN 402208,
1)- Year of establishment. Maharashtra, INDIA, or sent by courier/
2)- Name of Bankers. Registered post to the same address so as to
3)- Certificate of CONTRACTOR’s reach well in advance of the closing date and
financial status from Contractor’s Bankers. time. In their own interest the Bidders are
4) Name of the parties for whom advised to notify the Dy. General Manager
similar orders have been executed earlier with (Purchase) by fax, date and place of despatch
their address and dates of equipment supplies of bids, BIDS RECEIVED AFTER
and certificate from such companies/firms for CLOSING DATE ARE LIABLE TO BE
the orders which have been executed. REJECTED.
5) Latest Income tax Clearance
Certificate / PAN No. (Xerox Copy) In case 11.0.00 Accompaniments.
RCF wants to see the original Income Tax
clearance certificate, the same should be All bids must be complete in all respect &
produced at short notice. should conform to all requirements set forth
6) Sales Tax Registration No., Sales in the enquiry, Annexure and attachments.
Tax Clearance Certificate. If exempted from The contents of the bid invitation, Annexure
Sales Tax, exemption certificate. and the attachments will be considered to
n)- Bid abstract sheet, duly filled at all places have been read, understood and accepted by
& signed on each page all the bidders. All deviations from the
specifications set forth in the enquiry should
III Commercial part of bids with prices be properly brought out in the Technical Bid.
(part-II)
12.0.00 Compensation for submission of
a)- Invitation to bid No. bid.
b)- Bid abstract sheet,
c)- Price schedule as applicable. If Bidders shall not be entitled to claim any
required by RCF price schedule should be costs, charges, expensed or incidentals for or
given as per RCF format. prices shall be in connection with the preparation and
quoted separately for individual item. submission of their bids even though
d) Certificate that prices are valid for 90 Rashtriya Chemicals & Fertilizers may elect
days from the bid closing date for placement to withdraw the invitation to bid or reject all
of Purchase Order. bids.
e)-A certificate showing that the prices will
be firm and valid during the CONTRACT 13.0.00 Pricing.
period and not subject to any escalation 13.0.01 Bidder’s quotations must conform in
whatsoever. all respects to the applicable specifications,
f) Third party inspection charges extra drawings, data sheets, terms and conditions of
(Lump sum) this invitation to bids. BIDDERS must certify
that his quotation complies with all enquiry
9.0.00 Currency and Country of Origin. documents and specifications. Exceptions,
and deviations if any should be specifically
9.0.01 Currency. stated. In the event of the BIDDERS not
giving any exceptions and deviations in the
Bidders shall submit the bids either in the bid then it will be construed that the
currency of their country or the currency in BIDDERS has accepted RCF’s invitation to
which they will be paid. However, in the bid in full.
contracts for supply and installation of
equipment, the bidders should state the 13.0.02 BIDDERS may offer a supplementary
portion of the bid price relating to the or alternative proposal (viz his standard
Erection/Installation in Indian Rupees. design) but in doing so he must state all
deviations and/or exceptions to the bas bid.
9.0.02 Country of Origin. Generally a bid offering only the alternative
solution is not accepted.
The bidders will have to furnish information
regarding the country of origin of the goods 13.0.03 Bidders should quote unit and lump
and works in their bid documents. sum prices. The price so quoted should be
all-inclusive and no claim for extras will be
10.0.00 Transmission of Bids. entertained.
All bids should either be submitted in Bid
13.0.04 Bidders should clearly indicate in
Box in the office of Chief Materials Manager,
the bid whether they are availing Modvat
Purchase Section, Administrative Building,
Credit or such other Credits or Duty Draw Levies namely Excise Duty, Sales Tax and
Backs. In such cases the BIDDERS should Octroi. Rate of Excise Duty, Sales Tax and
state in the bid that they have considered all Octroi, applicable on the date of submission
such benefits for quoting their price in the of the bid should be clearly mentioned in the
bid. bid. Payment shall be made at the rates
applicable at the time of supply against
13.0.05 The Unit rate quoted in the bid will documentary evidence. However, in case of
form the basis of compensation, if the scope delay in supply, if there is any increase in
of work is altered within mutually acceptable statutory Levies RCF shall restrict the
limit. payment of Statutory Levies as prevalent on
the delivery date, as mentioned in the
13.0.06 The bid shall be based on firm Purchase Order or Work Order and
F.O.B. price and on reliable basis estimate of amendment(s) thereto. BIDDERS shall
the freight cost from the port of loading to submit to RCF necessary documentary
Mumbai Port should also be given. evidence as may be required to enable RCF
to determine the rates of Statutory Levies
The Indigenous Bidders shall quote free applicable on the contractual delivery date.
delivery at RCF Thal site, and also give
separately a reliable estimate of 15.0.00 Agency Commission
freight/transportation charges to site.
13.0.07 Bidders are required to state the name THE BIDDERS should indicate the agency
of proposed manufacturers of every item of commission included in their offer payable
equipment which does not fall under their to agents in India, if any. The agency
manufacturing range at the time of submitting commission shall be payable in equivalent
the bid. All bids shall be in the currency of Indian Rupees against separate invoice from
the country from which the equipment and Indian Agents within 30 days after receipt
services are to be acquired. In case of: and acceptance of materials.

i. Bids submitted jointly by Manufacture(s) 16.0.00 Bidder’s Obligation.


located in India and Foreign
i)- To conform to the fabrication schedule
Manufacturer(s).
provided by him so as to complete the work
within the delivery period quoted.
ii. Bids submitted by Manufacturer(s)
located in Indian and Foreign sub-
ii)- To notify RCF as and when inspections,
supplier(s) and
including pre-shipment inspection are due
and arrange rework, if any as a consequence
iii. Bidders submitted by Foreign
of such inspection.
Manufacturer(s) with sub-supplier(s),
located in India.
iii)-Place goods alongside vessel of dock in
FAS and on board in case, FOB bids and
The bid documents shall be arranged to
deliver material free at our Trombay site in
show separately the expenditure in Indian
case of Indian bidders.
and Non-Indian currency.
iv)-Provide RCF with clean on board Bill of
BIDDERS shall quote all prices including
Lading or clear R.R.
percentages of total price in figures as well
v)- Make good any damage or loss or both,
as in words. Where there is a difference
until goods are delivered alongside in FAS
between these, the rates given in words shall
and on board in FOB contracts and in
prevail. Erasures or overwriting of any kind
respect of Indian Contracts, until goods are
in the bid may render the bid to outright
delivered or until goods are delivered to
rejection. Where necessary the original
carriers in case of ex-factory delivery or
figures and words should be scored out and
until goods are delivered to RCF site in case
corrected figures and words written again.
of free delivery to RCF.
The BIDDERS shall have to attest the
corrections.
vi)- Before submitting the bids, the bidders
should satisfy themselves of all existing
14.0.00 Price adjustment/escalation conditions, limitations and official
THE PRICE QUOTED SHOULD BE FIRM regulation at the site of the work and en-
AND SUBJECT TO NO ESCALATION route and the laws governing the
WHATSOEVER DURING THE ENTIRE CONTRACT. No claim whatsoever shall be
CONTRACT PERIOD, except for Statutory entertained on the grounds of ignorance of
site conditions and/or conditions prevailing
in the surrounding areas. 20.1.03 The quality of the supply/part supply
received is poor or not in conformity with the
17.0.0 Standard & Measurements. requirement.
Codes or standards equal or of higher quality 20.1.04 The CONTRACTOR attempts for
than the codes or standards stipulated in the any corrupt practices.
Invitation to Bid will be acceptable.
20.1.05 The CONTRACTOR becomes
Where a brand name with the phrase “or bankrupt or goes into liquidation.
equal” have been specified in the Invitation to
bid. BIDDERS may quote for alternative 20.1.06 The CONTRACTOR makes a general
articles or materials, which have similar assignment for the benefit of creditors.
characteristics and provide equal performance
and quality to that specified. 20.1.07 A receiver is appointed for any of the
property owned by the contractor.
Metric system has been adopted in the
preparation of all design, engineering, and 20.2.00 Upon receipt of said cancellation
drawing including piping and tubing notice; the CONTRACTOR shall discontinue
schedules. The bidders also shall follow the all work on the CONTRACT and matters
metric system. concerned with it.

18.0.00 Right of Acceptance & Rejection of 20.2.01 RCF in that event will be entitled to
Bid. get the job executed from any sources and
recover the excess payment over the
RCF reserves the right to accept at their sole
CONTRACTOR’S agreed price, if any, from
and unfettered discretion any bid for whole or
the CONTRACTOR.
part quantities or to reject any or all bids
20.3.00 RCF also reserves the right to cancel
without assigning any reason thereof. No
the CONTRACT due to Force Majuere sure
claim for compensation etc., whatsoever will
conditions and the CONTRACTOR will have
be entertained by RCF from unsuccessful
no claim of compensation whatsoever.
bidders.

18.0.01 Past Performance of the Contractors 21.0.00 Termination of CONTRACT for


The Contractors whose past performance Convenience.
have been found not satisfactory, in the 21.0.01 RCF may by written notice sent to
opinion of the CONTRACTOR, terminate the
RCF, then, RCF reserves the right to refuse CONTRACT, in whole or in part, at any time
the bid documents, or reject the bid while for their convenience. The Notice of
opening or evaluating the bids. The decision termination shall specify that termination if
of RCF regarding performance evaluation for RCF’s convenience, the extent to which
shall be final. performance of work under the CONTRACT
is terminated and date upon which such
19.0.00 Splitting of Bid. termination becomes effective.
RCF reserves the right to split the bid in parts 21.0.02 The work that is complete, at the
and to award the contract in full or in parts. time of receipt of notice of termination shall
be taken over by RCF at the CONTRACT
20.0.00 Right of cancellation of terms and prices.
CONTRACT. For the balance work RCF may opt:
20.0.01 RCF reserves the right to cancel this a)- to have any portion completed at the
CONTRACT or any part thereof and shall be CONTRACT terms and conditions.
entitled to rescind the CONTRACT wholly or b)- to cancel the reminder and pay the
in part forthwith by a written notice to the CONTRACTOR an agreed amount for
CONTRACTOR if: material brought to site for execution of work
20.1.01 The CONTRACTOR does not adhere 22.0.00 Correspondence.
to any terms and conditions of the
CONTRACT including General & Special, All correspondence in respect of this
Terms & Conditions. invitation to bid should be made in English
quoting bid invitation reference number
20.1.02 The CONTRACTOR fails to execute appearing on the front page. Correspondence
the job in time. should be addressed in duplicate to:
Chief Materials Manager, Purchase Section, specifications, drawings and data sheets.
Administrative Building, Thal, Tal- Alibag, xii)- Willingness to give shop drawings of
Dist- Raigad, PIN 402208, Maharashtra, spare parts and main equipments.
INDIA, on above address xiii)- Bids from Indian Public Sector Units.
FAX 02141-238081, 238091,238206
E mail : 24.0.00 Terms of payment.
24.0.01 Foreign Suppliers
23.0.00 Comparative Analysis of Bids The material will be paid for the currency of
23.0.01 All bidders, in whatever currencies the country of origin. Incase the CONTRACT
they are will be converted into Indian Rupees stipulates erection at the Indian site the
for the purpose of comparison. The rate of charges for erection will be paid only in
exchange used for such valuation will be Indian currency. Therefore, the BIDDERS
those published by the Reserve Bank of India should clearly mention this amount in the bid.
and ruling on the date of opening of the price
bid, unless there is abnormal change in the 100% payment shall be made through
value of currencies before the award of irrevocable letter of credit against submission
CONTRACT. In such event the exchange of shipping documents and performance bond
rate ruling at the time of decision to notify the to cover defect liability period. The
award of CONTRACT to the successful BIDDERS shall have to furnish the name of
BIDDERS will be used. their bankers for opening the letter of credit
by RCF.
23.0.02 Comparison will be made between
Indian offers (competitive) and Foreign offers 24.0.02 Indigenous suppliers.
on the basis of the landed price. RCF may RCF’s normal payment term is payment
however, give a margin of price preference to within 30 days after receipt and acceptance of
Manufacturers located in India at its sole material at site, provided bank guarantee for
discretion. performance if stipulated with the
CONTRACT is submitted
23.0.03 To determine the best evaluated
BIDDERS, factors other than the price will 24.0.03 RCF may withhold payment to
also be taken into consideration. The such extent as may be necessary to protect
following points will enter into evaluation. itself from loss on account of:
i)- Defective work not remedied.
i)- Bids quoting firm price will be given ii)-Failure of the CONTRACTOR to make
preference over the bid’s prices subject to payment properly or for materials or for
escalation. labour.
ii)- Guaranteed delivery period as stipulated iii)-Reasonable doubts that the CONTRACT
in the invitation to bid. cannot be completed with the balance
iii)- Technical Quality (efficiency, reliability CONTRACT.
and suitability) iv)-Damage to another CONTRACTOR or to
RCF property and probable filing of claims.
iv)- Terms of payment – an Interest rate of v)- For other reasons mentioned elsewhere in
11.5% [SBI Cap Rate + 2%] per annum or NIT.
such other rate as decided by RCF from time
to time will be used to compute the evaluation 25.0.00 Advance payment.
of prices in case of advance or progressive In case of large contracts if the
payments. CONTRACTOR essentially needs any
advance payment then this should be clearly
v)- Bidders’ experience in manufacturing indicated in the Unpriced commercial part of
similar equipment for similar duties and the bid documents. If approved by RCF, such
whether such equipments are in service and advance payment will be released only on
operating successfully at designed conditions. furnishing of suitable bank guarantee as per
vi)- Maintainability and availability of enclosed RCF proforma for an amount
maintenance assistance/support in India. equivalent to 110% of the advance payment.
vii)- Cost and availability of spare parts. AN INTEREST RATE OF 11.5% OR SUCH
viii)-Cost of vendor’s assistance in Erection OTHER RATE AS MAY BE DECIDED BY
and commissioning. RCF FROM TIME TO TIME WILL BE
ix)- Cost of expediting and inspection. USED AT THE TIME OF EVALUATION
x)- Bidders’ guarantee (nature of warranty BID.
and warranty period). Advance payment, if required can be
xi)- Compliance with bid terms, considered at the sole discretion of RCF to a
maximum of 10 % of purchase order value CONTRACTOR fail to comply with such
only on submission of Advance Bank notice within the period considered
Guarantee for 110%of the advance amount & reasonable by RCF and specified in such
Security Deposit Bank Guarantee as stated in notice RCF shall have the option and be at
point 5 above. Prevailing Interest will be liberty to take the CONTRACT, wholly or in
charged on the advance amount paid from the part, out of the CONTRACTOR and make
date of payment till such advance is fully alternative arrangements to obtain the
adjusted towards supplies. All bank charges requirements and completion of the
shall be to the Bidder/Supplier’s account CONTRACT at the CONTRACTOR’s risk
and cost and recover from the
26.0.00 Period for the completion of the CONTRACTOR all extra cost incurred and
CONTRACT. agreed liquidated damages by the RCF on this
account. In such an event RCF shall not be
Time is the essence of the CONTRACT. The responsible for any loss that the
CONTRACT should be completed as per the CONTRACTOR may incur and
time schedule given in the CONTRACT. The CONTRACTOR shall not be entitled to any
time schedule includes but not limited to time gain. RCF in addition shall have the right to
for submission of drawings for approval, forfeit Security/Performance Deposit in full
incorporation of comments if any, final or part.
approval of drawing by RCF. However, if the
approval of the drawing is delayed beyond 10 26.0.01 Price Reduction for late delivery
days from the date of receipt of RCF Office, In the event that the CONTRACTOR fails to
corresponding extension in time shall be meet the time schedule agreed for submission
allowed provided CONTRACTOR gives a of documents and/or supply of equipment’s or
notice in writing that the approval in drawing materials the CONTRACTOR shall pay the
is delayed and requests for extension of agreed damages. The agreed damages will be
delivery period correspondingly. The calculated on the total CONTRACT price
CONTRACTOR shall furnish detailed PERT including subsequent modifications if any,
Chart indicating various events and activities, and price escalation, if contractual but
in his bid. CONTRACTOR shall submit to exclusive of spare parts.
RCF their time schedule in respect of
documentation, manufacture and supply of i. In case of delay in supply of documents
equipment, clearly indicating all main or key total price shall be reduced at the rate of 0.1%
events such as material procurement, per week or part thereof subject to a
manufacturing activities, testing, maximum of 0.5% per document group.
documentation, delivery, transportation,
erection, etc. ii. Liquidated Damages (LD) and not by way
of penalty for delayed delivery (for supplies)/
RCF representative shall have the right to delayed completion (for service/ composite
inspect the manufacturing activities at the contracts) shall be recovered from the vendor
CONTRACTOR’s premises with a view to at the rate specified in the NIT. In case of
evaluate the actual progress of work on the supply contracts it shall be @ 0.5% per week
basis of CONTRACTOR’s time schedule or part thereof subject to a maximum of 5%
given to RCF. RCF reserves the right to of the basic contract value. For service or
appoint third party inspection agency in composite contracts it shall be @1% per week
addition to RCF’s own inspection. All third or part thereof subject to a maximum of 10%
party’s inspection charge will be paid by of the basic contract value. For consumables
RCF, unless otherwise specifically stated in and raw materials LD may be applicable on
the Purchase Order or Work Order. undelivered portion or on total PO quantity.
Notwithstanding the above, in case of the One week’s grace period will be granted in
progress in execution of the CONTRACT at the calculation of the delay. Date of delivery
various stages is not as per the time schedule is the date of clean on board Bill of Lading or
or is not satisfactory in the opinion of the date of clear R/R and in case of direct
RCF which shall be conclusive or if the delivery to our Stores the date of receipt at
CONTRACTOR neglects to execute the Stores.
CONTRACT with due diligence and Notwithstanding the above in the event of
expedition or shall contravene the provision protracted delay in delivery, RCF shall
of the CONTRACT. RCF may give notice of reserve the right either to cancel the
the same in writing to the CONTRACTOR CONTRACT wholly or partially and make
calling upon him to make good the failure, alternative arrangement at the risk and cost of
neglect or contravention. Should the
the CONTRACTOR with a notice of seven of a person appointed to the Arbitrator by
days to the CONTRACTOR. CMD, RCF. There will be no objection that
the arbitrator is in service of RCF that he had
27.0.00 Inspection and Testing. to deal with the matters to which the
CONTRACT relates or that in the course of
RCF shall have the option to appoint an his duties as an employee of the RCF he had
Inspection Agency for stage and final expressed views on all or any of the matter in
inspection of the equipment/material ordered dispute or difference. The arbitrator shall
under the CONTRACT. All testing and trails give a reasoned or speaking award. The
including those carried out for material, award of arbitrator shall be final and binding
whether or not manufactured by on the parties to the CONTRACT. In the
CONTRACTOR, shall be witnessed by our event of the Arbitrator dying, neglecting or
Inspector. All the test certificates in original refusing to act or resigning or being unable to
as required shall be furnished by the act for any reason, it shall be lawful for the
CONTRACTOR. Along with the supply of CMD. RCF to appoint another Arbitrator in
the equipment/material. The place of outgoing Arbitrator in the manner
CONTRACTOR shall arrange where ever aforesaid. The venue of arbitration shall be
necessary and applicable, inspection as per Mumbai.
statutory provisions such as Indian Boiler
Regulation, Indian Electricity Act, Indian 30.0.0 Transit Risk Insurance.
Explosive Act, etc. The CONTRACTOR
shall be responsible for arranging the visit of IF IN RCF SCOPE, All consignments under
the Boiler Inspector Electrical Inspector, the CONTRACT, which are dispatched to
Explosive Inspector, or any such statutory RCF, will be covered for Transit Insurance
authority for obtaining necessary clearance under RCF’s Open General Insurance Policy
before the supply of equipment/material. with the underwriters
NATIONAL INSURANCE CO. LTD
The equipment shall be despatched only after 14th. JAMSEDHJI TATA ROAD,
the inspection and acceptance certificate CHURCHGATE
issued by the Inspector in writing, unless MUMBAI - 400020
otherwise provided for the CONTRACTOR. CONTACT PERSONS:-
Copies of the inspection and acceptance 1) Mr. Nishith Patnaik +91 7506345319
certificates shall be sent to RCF along with
the advance copies of the invoice. 2) Mr. Sajjan Singh Gahlawat +91
9811350607
28.0.00 SUB CONTRACT.
3) Mr. Sumedh Gaikwad +91 7506345333
Written consent of RCF should be obtained EMAIL ADDRESS:-
before the work is sub contracted, in case the nishith.patnaik@nic.co.in
CONTRACTOR intends to employ SUB sajjansing.gahlawat@nic.co.in,
CONTRACTOR(s). Subcontracting shall not sumedh.gaikwad@nic.co.in
imply any limitation of CONTRACTOR’s
liability to fulfill the CONTRACT. Should or such other Insurance Company as may be
the SUB CONTRACTOR, in the opinion of prescribed by RCF from time to time.
RCF, appear to be unfit to carry out his part
of the CONTRACT or the progress of the Advance intimation of despatch of
SUB CONTRACTOR’s work in such that the consignment(s) shall be given by the
planned time of completion within the terms CONTRACTOR to our underwriters
of the order is jeopardized, RCF shall have indicating there in the manner of despatch,
the right to instruct the CONTRACTOR in nature of packing, weight and such other
writing to terminate the SUB CONTRACT details as required for insurance coverage.
without notice or a short notice. This shall The CONTRACTOR should ensure that the
not give raise to any claim from SUB above information is forwarded under
CONTRACTOR or relieve the Registered Acknowledgement Due Letter,
CONTRACTOR from any of his contractual and acknowledgement received is kept in
obligations and responsibilities. their record. The contractors shall also ensure
that supply of material is adhered to as per
29.0.0 Disputes and Arbitration CONTRACT and packings are as per
specifications laid out under Marine
In the event of any question, dispute or
Insurance Guidelines.
difference arising under the CONTRACT, the
same shall be referred to the sole arbitration
CONTRACTOR shall assist RCF, Insurance
Co., Surveyors, and any other coordinating except for the purpose of implementing the
agency appointed by RCF for early settlement CONTRACT.
of claim(s) if any.
CONSIGNMENTS DESPATCHED ON 34.0.00 Law governing the CONTRACT
“CIF” OR “FREE DELIVERY TO RCF”
BASIS SHALL NOT BE INSURED This CONTRACT shall be governed by the
AGAINST RCF’S OPEN GENERAL laws of Union of India for the time being in
INSURANCE POLICY. force.
35.0.00 Negotiations
30.0.01 Indigenous Suppliers. RCF may not conduct any negotiation for the
The consignment shall be insured for cost bid as far as possible. However, RCF
plus freight plus taxes if applicable, with the reserves the right to conduct negotiation if the
Insurance Company as may be prescribed by conditions so warrant.
RCF from time to time. The Indigenous
Suppliers shall intimate the above 36.0.00 Other Requirements
underwriters in writing as soon as the All bidders should submit the following
consignment is despatched with despatch documents along with the commercial part of
particulars. Name of Insurance company shall the bid.
be given in the purchase order/
1)- A certificate signed by Independent
30.0.02 Foreign Suppliers. Chartered Accountant furnishing the names of
The consignment shall be insured against all any Associated Units of the BIDDERS or
the risks including SRCC type from suppliers names of any Units in which any of the
warehouse to warehouse of RCF with the Directors/Partners of the BIDDERS has any
above underwriters. Foreign suppliers shall interest. In case the BIDDERS has no
intimate the above underwriters in writing as associated unit and/or none of the Directors/
soon as the consignment is despatched from Partners have interest in any other unit(s) they
their works with despatch particulars. should furnish a certificate from Chartered
Account of this effect.
31.0.0 Taxes and Duties 2)- CONTRACTOR should declare the
All taxes and duties should be shown name(s) of his or the firm’s partners/relatives
separately in the bid where ever applicable. if they are working in RCF. If relative(s) of
RCF is registered under Central Sales Tax CONTRACTOR is/are working in RCF, a
Act as well as Maharashtra Sales Tax Act. certificate to this effect shall be furnished by
Central or Maharashtra Sales Tax as the CONTRACTOR.
applicable should be stated in the quotation. 3)- CONTRACTOR should furnish the latest
In case of CST ‘C’ Form will be issued. Our Income Tax Clearance Certificate.
CST No. is 400074 – C.I. dated 01.04.96 and 4)- CONTRACTOR should furnish the
MST No. 400074 S I dated 1.4.96. Excise Solvency Certificate issued by their Bankers
duty as applicable should also be clearly and in a sealed cover.
separately shown in the bid. CONTRACTOR 5)- CONTRACTOR should complete the
shall submit all original documents for proforma on “Status of BIDDERS” as per
payment of Excise Duty, Customs Duty, Annexure enclosed.
Octroi, etc. 6)- CONTRACTOR should furnish Sales Tax
Clearance Certificate and if they are
32.0.00 Jurisdiction of Court exempted from payment of Sales Tax, the
The CONTRACT shall be deemed to have exemption certificate to be furnished.
been entered into at Mumbai, INDIA and all
causes of action in relation to the 37.0.00 Force Majeure.
CONTRACT will thus be deemed to have
Neither the CONTRACTOR nor the RCF
been arisen only within the jurisdiction of the
shall be considered in default in the
Mumbai Courts.
performance of their contractual obligations
under the order so long as such performance
33.0.0 Secrecy is prevented or delayed for reasons, such as
Any information derived or otherwise
Acts of God, severe earthquake, typhoon or
communicated to the CONTRACTOR in
cyclone (except monsoon) floods, lightning,
connection with the CONTRACT shall be
landslide, fire or explosion, plague or
regarded as secret and confidential and shall
epidemic, strikes, lockouts lasting more than
not without the written consent of the RCF
14 consecutive calendar days sabotage,
be published or disclosed to any third party blockages, war, riots, invasion, act of foreign
or made used of by the CONTRACTOR
enemies, hostilities, (whether war be declared
or not), civil war, rebellion, revolution, themselves, force majeure.
insurrection, or military usurped power or CONTRACTOR shall endeavor to prevent,
confiscation or trade embargoes or overcome or remove the causes of force
destruction or requisition by order of any majeure.
Government or any public authority. No ground for exemption can be invoked if
CONTRACTOR shall notify RCF about the the CONTRACTOR failed to give timely
occurrence of the force majeure events and notice by a Registered Letter and
provide RCF with the details of the arising subsequently sup-ported by documentary
and ceasing of the impediment. At the end of evidence.
the impediment CONTRACTOR shall
provide justificatory documentation 38.0.00 Patent Rights.
countersigned by the Local Chamber of
Commerce. The CONTRACTOR shall fully indemnify
Should one or both the parties be prevented RCF, its customers and users, against any
from fulfillment of the contractual obligations action, claim or demand, costs or expenses,
by a state of force majeure lasting arising from or incurred by reason of any
continuously for a period of six weeks the two infringement or alleged infringement of
parties shall consult each other regarding the letters, patent, trade mark or name, copyright
future implementation of the CONTRACT. or other protected rights in respect of any
The mere shortage of labour, materials or materials supplied. All royalties and the like
utilities shall not constitute force majeure payment shall be paid directly by the
unless caused by circumstances, which are CONTRACTOR

(PLEASE SUBMIT THE SIGNED & STAMPED COPY OF THE GTC I.E. ANNEXURE-
VIII IN THE TECHNICAL BID OF YOUR QUOTATION – AS A TOKEN OF YOUR
ACCEPTANCE TO ALL THE POINTS)
Annexure - X

VENDOR DATA UPDATION FORM


Both New Vendors and Existing Venders may please note that details listed below are required and
will used for making all payments POs / WOs, refund of EMDs / SDs, forwarding the details of
payments by email, issue of TDS certificates, Works Contract TDS Certificate, C Form for CST
purchases etc.
Vendors registered with RCF and currently receiving payment through Direct Bank Credit need to indicate
only the RCF Vendor code and may not fill and furnish the other details again, if all the details as above
are already furnished to RCF earlier and available in RCF SAP Vendor Master.
Sr.
Title Sub Titles Purpose to be used for
No
Title (Whether Company /
I NAME
M/s / Mr / Mrs / etc.)
Name ( As it appears on the
*
Bank Cheque)
Type (Whether for Purchases
will be filled by RCF
or Services)
RCF Vendor Code
( for existing RCF Vendors)
RCF Vendor Code
( for new Vendors, RCF will * will be filled by RCF
create and fill)
II ADDRESS House/ bldg. Number *
Street *
Street
City / Postal Code *
District / State *
Country *
Region Code will be filled by RCF
District / State (If the state
from which supplies are
SUPPLY going to be made is different
III * To be given, if applicable.
STATE from the State given above,
then specify the Place / State
for C- forms.)
Other Region Code will be filled by RCF
REGISTR
Company registration
IV ATION *
number
NUMBER
BIDDER
V India / Foreign *
TYPE
COMPAN
Company's Establishment
VI Y *
Year
DETAILS
Company's Nature of
*
Business
Company's Legal Status:
Limited company /
*
Undertaking / Joint venture /
Partnership / Others
COMMUN
VII Contact person *
ICATION
Telephone incl. ext. STD Code Tel No Extn
Mobile Phone *
Fax STD Code Tel No
Email *
Date Of Birth
*
(DD/MM/YYYY)
Standard communication
by email only
method
ACCOUNT
VIII If also a RCF's Customer? Yes / No
CONTROL
Group Key will be filled by RCF
TAX
IX INFORMA CST Reg NO. for C forms
TION
LST No. ( Local VAT REG
NO)
Service Tax Reg. No.
Excise Reg. No.
PAN NO. *
DETAILS
X Bank Key will be filled by RCF
OF BANK
Bank Account No. of Vendor *
Name of Bank *
Name of Branch *
Bank IFSC Code *
Bank Branch Code (Only for
SBI accounts)
Bank Address *
Bank City *
9 Digit code appearing on
*
MICR cheque
Telephone No. of Bank STD Code Tel No Extn
Fax No. of Bank STD Code Fax No.
Type of Account (for SB
A/c=10, Current A/c=11 or *
CC=13 )
Region will be filled by RCF
REFEREN Industry (whether psu, air
XI *
CE DATA force, military, Govt, others)
Micro / SSI Status (Whether
Micro , Small, Medium
Enterprise under Micro ,
Small and Medium *
Enterprises Development
Act, 2006)
Ancillary unit
Proprietor of MSE’s is from
*
SC / ST category
For new
vendors :
1 It is mandatory ( Compulsory) to fill relevant data for item marked " * "
2 Enclose a blank cheque / a photocopy of the cheque.
3 Enclose a photocopy of Pass Book first page containing name and address of Account Holder
4 We hereby authorise RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of
which are given above.
5 We hereby authorise RCF Ltd to deduct bank charges applicable for such Direct Bank Payments
Signature …………………………
………
Place Common Seal Name …………………………
………
Date Designation …………………………
………
Annexure - XI
PROFORMA FOR BANK GUARANTEE FOR ADVANCE PAYMENTS
(To be submitted on Rs. 200/- non judicial stamp paper)
________________________________________________________________________
Bank Guarantee No……………… dated. ………………
M/s Rashtriya Chemicals and Fertilizers Ltd,
………………….,
…………………..
Dear Sirs,
In consideration of M/s Rashtriya Chemicals and Fertilizers Limited a Company incorporated
under Companies Act, 1956 and having its registered office at “Priyadarshini”, Eastern Express
Highway, Sion Trombay Road, Mumbai - 400 022 [hereinafter referred to as ‘RCF’, which
expression unless repugnant to the context and meaning thereof shall include its successors
and assigns] having agreed to make an advance payment of Rs. _________ [Rupees
__________________] in one or more installments to M/s __________________ a company
incorporated under __________________ Act and having its registered office at
__________________ [hereinafter referred to as “CONTRACTOR” which expression unless
repugnant to the context and meaning thereof shall include its successors and assigns],
provided the CONTRACTOR furnishes a bank guarantee for the said sum of Rs. ________[
Rupees __________ ] as required under the terms and conditions of CONTRACT / Work Order /
Purchase Order No _______ dated ___________ [ hereinafter referred to as “the Order”]
placed by RCF on the said CONTRACTOR, we __________________, a banking company
incorporated under the Banking Regulations Act, having our registered office at
__________________[hereinafter referred to as “the BANK” which expression shall include its
successors and assigns ] do hereby undertake to pay RCF an amount not exceeding Rs.
____________ [Rupees _______________] on demand made by RCF on us due to default in
repayment of the advance and/or applicable interest thereon by the said CONTRACTOR.
1. We ____________, the bank, hereby undertake to pay the amount under the guarantee
without demur merely on a demand received in writing from RCF stating that there is a
default in repayment of advance and/or interest by the CONTRACTOR or that, by the
reasons of the CONTRACTOR’s failure to comply with the terms and conditions as stipulated
in the Order or amendments(s) thereto, RCF is of the opinion that the CONTRACTOR
would not repay the said advance and/or interest thereon. The demand made on the BANK
shall be conclusive as to the default and also as to the amount due and payable by the
BANK under this guarantee, notwithstanding any dispute or disputes raised by the said
CONTRACTOR regarding the validity of such default and we agree to pay the amount so
demanded by RCF without any demur. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs. _________ [Rupees __________________].

2. We, _______________, the bank, further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the recovery of the
said advance along with interest thereon and that it shall continue to be enforceable till all
the dues of RCF under or by virtue of the said Order have been fully paid and its claim
satisfied or discharged.

3. We _____________, the bank, undertake to pay to RCF any money so demanded


notwithstanding any dispute or disputes raised by the said CONTRACTOR in any suit or
proceedings pending before any court or tribunal relating thereto, as our liability under this
present being absolute and unequivocal. The payment so made by us under this guarantee
shall be valid discharge of our liability for payment there under and the said CONTRACTOR
shall have no claim against us for making such payment.

4. We _____________, further agree that RCF shall have full liberty, without our consent and
without affecting in any manner our obligation hereunder, to vary any of the terms and
conditions of the Order or to extend time for completion of the contractual obligation by the
said CONTRACTOR from time to time or to postpone for any time or from time to time any
of the powers exercisable by RCF against the said CONTRACTOR and to forbear or
enforce any of the terms and conditions relating to the order and we shall not be relieved
from our liability by reason of any such variation or extension being granted to the said
CONTRACTOR or for any forbearance, act or omission on the part of RCF or any
indulgence by RCF to the CONTRACTOR or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provisions have effect of so relieving us.
5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were
the principal debtor and the BANK hereby waives all rights of surety ship.

6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees
__________________] and shall remain in force up to _______________ and thereafter till
the expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is
made under this guarantee on us in writing at any time from the date of issue of the
guarantee till the expiry of the Validity period, we shall be discharged from all liabilities
under this guarantee thereafter.

7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch)
___________________________________.

8. This guarantee will not be discharged due to change in the constitution of the BANK or of
the said CONTRACTOR or the provision of the contract between Supplier / Contractor and
RCF.

9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any
matter of dispute between RCF and the BANK and that all the future correspondence in
regard to this bank guarantee shall be addressed to Chief Finance Manager, Rashtriya
Chemicals and Fertilizers Limited Administrative Building, Mahul Road, Chembur, Mumbai
400 074. INDIA.

10. We have the power to issue this Guarantee in your favour under the Charter of our Bank
and the undersigned has full power to execute this Guarantee under the Power of Attorney
granted to him by the Bank.

11. We, _________________, the bank, lastly undertake not to revoke this guarantee during
its currency, without the previous consent of the RCF in writing.

SIGNED AND DELIVERED ON THIS _______________ DAY OF ________


Yours faithfully,
For and on behalf of _____________________. (bank)
Signature of Authorised Official of bank
Name of the Official:
Designation of the Official:
Name of Bank:
Branch:
Address of Branch:
Telephone / Mobile No :
Fax No:
1. Email Id:
Annexure - XII
ANNEXURE TO NIT

CONDITIONS RELATED TO INTEGRITY PACT

RCF is committed to ensure that it carries its business with integrity and transparency. The
Company has framed rules to avoid all forms of corruption by following a system that is
fair, transparent and free from any influence/prejudiced dealings prior to, during and
subsequent to the currency of the contract to be entered into with a view to :-

Enabling RCF to procure/ undertake the Project/Work (Delete what is not applicable) at a
competitive price in conformity with the defined specifications by avoiding the high costs
and the distortionary impact of corruption on public procurement, and

Enabling BIDDER to abstain from bribing or indulging in any corrupt practices in order to
secure the contract by providing assurance to them that their competitors will also abstain
from bribing and other corrupt practices and RCF will commit to prevent corruption, in any
form, by its officials.

RCF has therefore laid down the following transparent procedures (wherever required is
referred to as the ’Integrity Pact’) which is expected to be adhered by the Company as well
as the BIDDER:

1. Commitments of RCF:

1.1 RCF undertakes that no official of RCF, connected directly or indirectly with the
project/Work, will demand, take a promise for or accept, directly or through intermediaries,
any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any
other advantage from the BIDDER, either for themselves or for any other person,
organization or third party related to the contract in exchange for an advantage in the
bidding process, bid evaluation, contracting or implementation process related to the
contract.

1.2 RCF will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all
BIDDERs the same information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular Bidder in comparison to other
BIDDERs.

1.3 In case any preceding misconduct on the part of any official(s) is reported by the
BIDDER to RCF with full and verifiable facts, necessary disciplinary proceedings, or any
other action as deemed fit, including criminal proceedings may be initiated by RCF and
such a person shall be debarred from further dealings related to contract process. In such a
case while an enquiry is being conducted by RCF the proceedings under the contract would
not be stalled.

2. Commitments of BIDDER:

2.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices,
unfair means and illegal activities during any stage of its bid or during any pre-contract or
post-contract stage in order to secure the contract or in furtherance to secure it and in
particular commit itself to the following:

2.2 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the RCF, connected directly or
indirectly with the bidding process, or to any person, organization or third party related to
the contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the contract.

2.3 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or ther advantage, commission, fees, brokerage or inducement to any
official of RCF or otherwise in procuring the Contract or forbearing to do or having done
any act in relation to the obtaining or execution of the contract or any other contract with
RCF for showing or forbearing to show favour or disfavour to any person in relation to the
contract or any other contract with RCF.

2.4 BIDDER shall disclose the name(s) and address(es) of foreign principals, associates,
agents and distributors, advisors, representatives and sub-contractors.

2.5 BIDDER shall disclose the payments to be made by them to agents/ brokers or any other
intermediary, in connection with this bid/ contract.

2.6 The BIDDER further confirms and declares to RCF that he has not engaged any
individual or firm or company, whether Indian or foreign, to intercede, facilitate or in any
way to recommend to RCF or any or its functionaries, whether officially or unofficially to
the award of the contract to the BIDDER, nor has any amount been paid, promised or
intended to be paid to any such individual, firm or Company in respect of any such
intercession, facilitation or recommendation.
2.7 The BIDDER, either while presenting the bid or during pre-contract negotiations or
before signing the contract, shall disclose complete details of any payments made, is
committed to or intends to make to any officials of RCF or their family members, agents,
brokers or any other intermediaries in connection with the contract and the details of
services agreed upon for such payments.

2.8 The BIDDER will not collude with other parties, interested in the contract, to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.

2.9 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.

2.10 The BIDDER shall not use improperly, for purposes of completion or personal gain, or
pass on to others, any information provided by RCF as part of the business relationship,
such as plans, technical proposals and business details including information contained in
any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care
to ensure that no information is divulged to others.

2.11 The BIDDER commits to refrain from giving any complaint in connection with the
Project, directly or through any other manner, without supporting it with full and verifiable
facts.

2.12 The BIDDER shall not instigate or cause to instigate any third party to commit any of
the actions aforestated.

2.13 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the employees of RCF, or, if
any relative of an employee of RCF has financial interest/stake in the BIDDER, the same
shall be disclosed by the BIDDER at the time of filing the tender.
The term `relative’ for this purpose would be as defined in Companies Act, 1956 or any
modifications thereof.
2.14 The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of RCF.

3. Previous Transgression
i. The BIDDER declares that no previous transgression occurred in the last three years, in
respect of any corrupt practices envisaged hereunder, and/or with any Public Sector
Enterprises/ Government department that could justify BIDDERs exclusion from the tender
process.

ii. The BIDDER agrees that if it makes any incorrect statement in the bid, BIDDER can be
disqualified from the tender process of the contract, and if already awarded, the Contract
can be terminated for such reason.

4. Earnest Money / Security Deposit:

4.1 The value and the validity of the Earnest Money / Security Deposit required to be given
by bidder shall be as mentioned in NIT.

4.2 In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled
to forfeit the EMD/SD without assigning any reason.

5 Sanctions for violations:

5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER or any one
employed by it or acting on its behalf (whether with or without the knowledge of the
BIDDER) shall entitle RCF to take all or any one of the following actions, wherever
required:-

i) To immediately call off the pre contract negotiations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with the other
BIDDER(s) would continue.

ii) The Earnest Money Deposit (in pre-contract stage) and /or Security Deposit/Performance
Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided
by RCF, without assigning any reason therefor.

iii) To immediately cancel the contract, if already signed, without giving any compensation
to the BIDDER.

iv) To recover all sums already paid by RCF, together with interest thereon at 2% higher
than the prevailing Lending Rate of State Bank of India or at 2% higher than LIBOR as may
be applicable based on whether the bidder is an Indian party or a foreign party. If any
outstanding payment is due to the BIDDER from RCF in connection with any other contract
for any other Project/Work/ Supply, such outstanding payment could also be utilized to
recover the aforesaid sum and interest.

v) To encash the advance bank guarantee and performance bond/ warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by RCF, along
with interest.

vi) To terminate all or any other Contracts with the BIDDER. The BIDDER shall be liable
to pay compensation for any loss or damage to RCF resulting from such termination and
RCF shall be entitled to deduct the amount so payable from the money(s) due to the
BIDDER.
vii) To debar/blacklist the BIDDER from participating in future bidding processes of RCF
for a minimum period of five years, which may be further extended at the discretion of
RCF.

viii) To recover all sums paid, in violation of this Pact by BIDDER to any middleman or
agent or broker, with a view to securing the contract.

ix) In case where irrevocable Letters of Credit have been opened in respect of any contract
signed by RCF with the BIDDER, the same shall not be operated.
x) Forfeiture of Performance Bond in case of a decision by RCF to forfeit the same without
assigning any reason for imposing sanction for violation of this Pact.

5.2 RCF will be entitled to take all or any of the actions mentioned at para 5.1 (i) to (x) also
on the Commission by the BIDDER or any one employed by it or acting on its behalf
(Whether with or without the knowledge of the BIDDER) of an offence as defined in
Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any
other statute enacted for prevention of corruption.

5.3 The decision of RCF to the effect that a breach of the provisions of the conditions has
been committed by the BIDDER shall be final and conclusive on the BIDDER.

However, the Bidder can approach the Independent Monitor appointed for the purposes of
this Pact.

6. Facilitation of Investigation:

In case of any allegation of violation of any provisions of these terms or payment of


commission, RCF shall be entitled to examine all the project documents of the BIDDER
and the BIDDER shall provide necessary information and documents in English and shall
extend all possible help for the purpose of such examination.

7. Law and Place of Jurisdiction:

Indian Law shall be applicable to the NIT and Courts in Mumbai shall have Jurisdiction.

8. Other Legal Actions:

The Actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.

9. Validity:
9.1 The validity of this Integrity Pact shall be from date the NIT is issued and extend upto
two years from the date of last payment under the contract. In case BIDDER is not awarded
Contract /Purchase Order, this Integrity Pact shall expire after twelve months from the date
of issue of the NIT.

9.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this
Pact shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
*****************
Instructions to MSME Vendors
Annexure-XIII

Benefits to Micro and Small Enterprises:


With reference to the Order of the Ministry of MSME , under the Public Procurement
Policy March 2012 Micro and Small Enterprises shall be entitled for benefits, subject to
terms and conditions, as under:

a) Qualifying Criteria for MSEs , SC/ST vendors :


i. MSE bidders must submit registration certificates from any of the following (or any
other body specified by the Ministry of MSME)

• National Small Industries Corporation (NSIC)


• District Industries Centres (DIC)
• Coir Board
• Khadi and Village Industries Commission (KVIC)
• Khadi and Village Industries Board (KVIB)
• Directorate of Handicrafts and Handloom

ii. SC/ST owned enterprises ( i.e. SC/ST proprietorship, or holding minimum 51% shares in
case of Partnership/Private Limited Companies) shall additionally submit relevant
SC/ST certificates issued by any of the following:
• District/Additional District Magistrate /Collector/Deputy Commissioner/ Additional
Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/Sub-divisional
Magistrate / Taluka Magistrate / Executive Magistrate/ Extra Assistant Commissioner
• Chief Presidency magistrate/Additional Chief Presidency magistrate/Presidency
magistrate.
• Revenue Officer not below the rank of Tehsildar
• Sub-divisional Officer of the area where the individual and/or his family normally
resides.

iii. The registration shall be valid as on date of placement of order. A self- attested
photocopy of the relevant certificate shall be submitted as a support document.
iv. The registration must be for the items/category of items /services relevant to the tendered
items/category of items/services.

(b) Purchase Preference for MSE:


In tenders, where the L1 (evaluated price) bidder is a non-MSE, up to 20% of the tendered
quantity shall be allowed to be supplied by participating MSEs provided that the tendered
quantity is divisible into two or more orders and adequate for the purpose; all qualifying
bidders have agreed for acceptance of part-order quantity and participating MSE matches
the L1 rate.

A share of 4% out of this 20% shall be allowed to be supplied by participating MSEs


owned by Scheduled Cast/Scheduled Tribe entrepreneurs. In the case of an SC/ST owned
MSE failing to participate in the tender or not meeting the tender requirements, this 4%
sub-target shall be met by other participating MSEs. The above shall be subject to that the
participating MSE (including SC/ST) bidders shall have quoted a price within +15% of
the L1 bid price and further that they shall agree to match their quoted price with the L1
price.

In case that two or more MSEs are within the L1 +15% band, all such MSEs will be
offered the opportunity to match the L1 rate and 20% of the order will be shared equally
by them.
Where the MSE is SC/ST owned, they shall be exclusively awarded a share of 4% of the
above 20% in addition to equally sharing the balance 16% with other non-SC/ST MSEs.

In case of more than one SC/ST MSE matching the L1 price, they shall equally share 4%
of the order, and additionally share the balance 16% with other non-SC/ST MSE bidders.

(c) Exemption from Earnest Money Deposit (EMD)/ Tender cost for MSE:
i) Tenders shall be provided free of cost and tender documents are downloadable from the websites of
RCF (http://www.rcfltd.com) and the Central Public Procurement (CPP) Portal
(http://www.eprocure.gov.in/epublish/app) or can be obtained from the Office of Dy. General
Manager (Purchase)/ Dy. General Manager Commercial ).
ii) MSE units qualifying as at (a) above shall be exempt from paying EMD.

**********************
Annexure - XIV

TERMS & CONDITIONS for ON site Erection & commissioning Job

1. DEFINITIONS:
The terms repeatedly used in the enquiry, Work Order and elsewhere during the finalisation
of this contract, shall mean as follows: -

Contract/ Work Order shall mean and include any award of work in writing with General
Terms & Conditions/ special conditions of tender, enclosures, Annexures and subsequent
Amendments thereto.

Contract value shall mean the total amount payable to Contractor towards the jobs actually
executed by the Contractor in accordance with the Work Order issued to Contractor by
RCF.

Contractor shall mean the Bidder whose bid has been accepted by the Owner and shall
include Contractors heirs, legal representative, successors and assigns.

Date of contract shall mean the date of issue of Letter of intent or the date so mentioned in
the Work Order.

Owner / RCF shall mean and include the Rashtriya Chemicals & Fertilizers Ltd., having its
Registered Office at Priyadarshini, Eastern Express Highway, Mumbai 400 022 their
successors, assigns or Legal Representatives.

Guarantee / Warranty Period shall mean the specified period from the date of completion of
work as certified by RCF Engineer during which Contractor shall rectify / and remove all
the defects pointed out by RCF Engineer, free of cost.

Schedule of Rates shall mean the finalized rates as per the scope of work mentioned in the
enquiry and incorporated in the Work Order.

Tenderer / Bidder shall mean the person, firm or Corporation who have submitted a tender /
bid against invitation to Bids and shall include their legal representatives, successors and
assigns. It shall also include the successful tenderer whose b id has been accepted.

Amendment Order shall mean an Order given by RCF to effect additions, subtractions or
alterations in the Work Order.

Work shall mean and include all activities as specified under the Scope of Work.

RCF Engineer In charge shall mean the Engineer of RCF under whose instructions the
particular job is being executed or an Engineer superior to him and shall include RCF’s
representative or Consultant / its representative, appointed by RCF for this purpose.

Battery Limit shall mean boundaries of continuous area within which the Plants and
Equipment are located.

Site shall mean that portion in Plant / Stores / Building / Open Yard at RCF Thal where
work is to be done.

Job Order shall mean the written Order issued by the RCF Engineer for a particular job.

“Equipment” means any item of plant and machinery, equipment, accessories or thing
supplied by RCF to be erected / installed by Contractor.
You shall ensure that the instructions of Site Engineer / Incharge of the job shall be
faithfully and promptly carried out and in case the Contractor, his employees or any of their
representatives indulge in any illegal / unlawful activities or any misconduct, the contract /
Work Order may be terminated without any notice, at the risk & cost of the Contractor.

The job shall be done in any of the Plants / Departments at RCF, Trombay Unit,
Priyadarshini Building, Administrative Building, R & D Department, Pirpau storage area,
anywhere between RCF and Pirpau along the pipe rack etc. and any other place notified as
the part of RCF Trombay Unit.

Contractor shall provide and maintain necessary supervisory staff and skilled Workers
required in connection with the execution of the contract who are employees of the
Contractor.

Contractor shall provide all amenities/ facilities which are to be provided under the
respective Contract Labour (R & A) Act 1970 Factories Act, 2948 such as Rest Room,
Drinking Water facilities etc.

Contractor should complete the work as assigned during his contract period.

Contractor should regulate the conditions of employment of his employees/ contract labour.

Contractor shall keep adequate no. of strength of employees and Contractors services shall
be available as and when required and during the emergency.

All persons employed by the Contractor shall be his own employees for all intents and
purposes i.e. Contractor’s own strength. Contractors Supervisor should be available to give
instructions to the contract Workers and will supervise the entire work. No instructions will
be given to Contract Labour by RCF Officials. Wherever word “Employee” is used please
use word “Contract Labour” or “Contractor Employee” and be read accordingly.

The Contractor shall observe all the Safety & Security Rules and Regulations of RCF which
are in force at present and which may come into force during the pendency of the contract
Violation of any Rules & Regulations will entail termination of the contract.

The Contractor shall be solely responsible for the manner and method of executing the
work.

You shall abide by all the terms & conditions given in NIT, General Directions &
Conditions of Contract and Contractors Labour & Health Regulations, Safety Clauses for
contract items and Safety practices to be followed for Electrical Equipment and all other
Rules & Regulations as applicable.

(All the above booklets are available free of cost with the department issuing the Work
Order.).

2. SECURITY DEPOSIT:

The successful bidder called the Contractor shall be issued a Letter of Intent/Work Order.
On receipt of the Work Order, the Contractor shall deposit within 15 days a sum equivalent
to 10% of the contract value towards Security Deposit for faithful performance of the work
or furnish a Bank Guarantee from a Nationalised Bank, in RCF proforma, for equivalent
amount and valid for five years. The Security Deposit/ Bank Guarantee shall be converted
into performance guarantee after completion of the work. This amount/ Bank Guarantee
shall be returned to after five years.
In case of annual rate contract and at the request of the Contractor, RCF may consider
deduction of Security Deposit at 10% from the Contractor’s running bills, if EMD amount
is available with RCF.

On submission of Security Deposit, the EMD of the Contractor shall be returned.

No interest shall be payable by RCF on the Security Deposit or EMD.

3. RELEASE OF SECURITY DEPOSIT:

The Security Deposit /final bill shall be released subject to submission of indemnity Bond
on Rupees 100/- stamp paper, stating the completion of ESI/ PF as required by RCF as
approved by Personnel Deptt.

4A. LAWS PERTAINING TO LABOUR (For site job)

The Contractor shall comply with all Central, State & Municipal Laws and Rules and
legislation in force from time to time and shall be solely responsible to comply with all
obligations and payments there under.
No compensation will be entertained for the liabilities arising out of any provisions of any
Act, Laws, Rules and legislation, in force from time to time. In case RCF has to pay any
charges for noncompliance of any Act, enactments, Laws, Rules & Legislation in force
from time to time by the Contractor, the same shall be recovered from the Contractor.

Contractor shall submit all the relevant documents showing compliance of all the relevant
Acts, Laws, Rules and legislation’s as and when called by RCF.

Irrespective of the no. of Workers employed, you shall ensure the compliance of PF & ESI
to all the Workers. If the work entails employing more than 19 contract Workers, the
Contractor should obtain a License from Competent Authority as per provisions of Contract
Labour (Regulations & Abolition) Act 1970.

You shall comply with all the Central, State & Municipal Laws & Rules and shall be solely
responsible for complying with the provisions of the Contract Labour (Regulations &
Abolition) Act 1970 relating to working hours, rest intervals, weekly offs, holidays,
overtime as mentioned in Wages Act, applicable including the ESI Act. The payment of
Wages Act 1936, Employees Provident Fund Act 1952. The Minimum Wages Act 1940,
Factories Act1949, Workmen’s Compensation Act 1923 or any other applicable legislation
and the Municipal Bye-Laws or other Statutory Rules & Regulations whatsoever in force, in
so far as these are applicable . Any obligations, financial or otherwise, imposed under any
statutory enactment, Rules & Regulation there under shall be the sole responsibility of the
Contractor.

The Contractor shall be liable for payment of all claims of damages, compensation or
expenses payable as a result of any accident or injury or death sustained by workmen
employed or used by him in the execution of this contract, which he is liable to pay by
Rules, Law or Order of Government. The expenses if any, incurred by RCF on the above
will be realized from the Contractor from any amount that may be due from RCF to the
Contractor. If any accident or injury or death is sustained by any worker, the Contractor
should immediately inform RCF of the same in writing giving full particulars about the
injured person for preparing the accident report and giving the necessary First Aid. Further
medical assistance shall be provided by the Contractor at his own cost.
In case of any accident necessitating medical attendance, the same shall be reported
immediately to the Office Incharge for necessary First Aid assistance. Further, medical
treatment shall be provided by the Contractor.

The Contractor shall give the address, phone no, Fax no, Pager no., Mobile no . and the
name of the contract person of its Local Office in order to give the job order. The
Contractor shall attend the job immediately on giving the message at the said address either
verbally, telephonically or otherwise.

The Contractor shall ensure that at all times the persons appointed by him to serve in the
Company’s premises are physically fit and are free from any disease, injury or illness,
contagious or otherwise, in order to ensure that a healthy, hygienic and clean services are
maintained.

Contractor shall get his employees medically examined and shall produce on demand the
medical certificate.

The Contractor shall ensure that the person or persons appointed or to be appointed by them
for service in the Company’s premises do not suffer from any legal disqualification for
service by reason of his age or any Law or statute in force, from time to time or any other
reason whatsoever.

The Contractor’s workmen shall be in neat and clean Uniforms and with proper safety
appliances while on duty at all times.

The employees of the Contractor shall be liable to search by the Company’s Security Force
and shall have to strictly observe the Company’s directions relating to cleanliness, wearing
of identification badges etc.

No employees of the Contractor shall be allowed to stay on the premises of the Company
beyond the authorized working hours.

All staff employed by the Contractor shall be termed as the Contractor’s employees for all
intents and purposes.

After expiry / termination of the contract, the Contractor shall take out all his employees
from RCF Site. RCF shall not take any responsibility regarding employment of Contractor’s
employees.

You shall register with the Regional Provident Fund Commissioner & ESI Office and
obtain Provident Fund No. & ESI No. and deposit the PF & ESI contributions with the
Authorities. For every calendar month, the Contractor shall give a complete list of
employees and the recovery of PF / ESI from them as also the Employer’s contribution. The
bills submitted will be certified and passed for payment only after Contractor produces the
documents of PF / ESI contribution of Workers duly certified / receipted by the PF / ESI
Commissioner and the Workers are paid their monthly Wages.

The Contractor’s employees will not be allowed to avail the Canteen facility from RCF
Canteen which is meant for RCF Workmen only. The Contractor will ensure to provide
canteen facility to his Workmen as per Rules. The Contractor shall also arrange for the
housing of his workmen outside RCF premises, at his own cost.

The Contractor shall cover their employees under the Group Personal Accident Insurance
Scheme. The Contractor shall cover all his employees under Group Gratuity Scheme.
Contractor shall comply with provisions of interstate Migrant Labour Act & prior approval
of the competent authority shall be taken before deployment of Interstate Migrant Labour at
RCF Site.

All liabilities or Legal aspects of Contractor’s labour lies with the Contractor himself.

4B. SAFETY OF WORKERS: (For Site Job)

Contractor shall take clearance from Safety Officer before start of any job within factory
premises and his advice shall be implemented.

Report of every accident minor or major must be immediately submitted to the Chief Safety
officer, RCF Thal by Site Incharge of the Contractor.

Every employee of the Contractor must undergo the safety course conducted by RCF Safety
Deptt.,as per advise of Chief Safety Officer, RCF, Thal.

Contractor’s workmen must wear safety appliances e.g. Helmet, Gas Masks, Safety Belt etc.
while working.

All tools, tackles etc. used by the Contractor shall be in safe working condition and shall be
certified by the competent person as per statutory requirements, and any
damaged/unsuitable tools & tackles must be removed from the Site.

Contractor shall not undertake any work within the Battery Limits of the Plants, unless
proper and valid Safety Permit is obtained.

In case any of the safety provisions are violated, the entry Gate Pass of the concerned
Worker/workers shall be suspended and necessary action will be taken.

The Contractor shall abide by all the directives of RCF and statutory bodies regarding
Safety of his workmen, equipment etc. issued to him from time to time.

The Contractor shall submit within 15 days from the date of contract the Names, Permanent
& Present Address / Age / Qualifications, experience and two Passport size photograph of
all employees to be placed at Site to RCF’s Personnel Deptt. Any addition to the strength or
Workers shall also be intimated to RCF immediately with all details.

4C. PAYMENT OF WAGES (For Site Jobs)

You shall pay to your Workers as per the minimum Wages Act and Rules and Regulations
there under. Contractor will ensure payment of Minimum Wages as applicable or the wage,
as applicable is paid to the Workers and will also ensure that the monthly wages are duly
witnessed by the representative of the Principal Employer. Contractor, while submitting
monthly PF & ESI challans will also give a certification that the Contractor has deposited
the payment in respect of PF & ESI contribution in respect of the contract labour engaged at
RCF site under reference Work Order. Wages shall be paid by the Contractor to the
Workmen directly in the presence of Company’s authorized representative as provided in
the Contract Labour (Regulation & Abolition) Act 1970 and officials put his initial to
witness the payment.

Contractor shall make monthly payment of Wages to contract labour in presence of RCF’s
authorized representative, on or before 10th of every month, during the normal working
hours only.

4D. HOUSE KEEPING: (For Site Job)


Contractor shall clean up the area after completion of his work by removing all unused
materials, scaffolding etc. provided by him or RCF. All scrap materials shall be removed to
RCF Yard, after weighment and the weighment card shall be submitted to the concerned
plant Engineer. Contractor shall remove daily all waste materials and shall not permit debris
to accumulate except in area earmarked for this purpose.

4E. SUPERVISION: (For Site Job)

The Contractor will ensure that the instructions of Site Engineer Incharge of the job shall be
faithfully and promptly carried out and in case the Contractor, his employees or any of their
representative indulge in any illegal / unlawful activities or any misconduct, the contract /
work order may be terminated without any notice at the risk and cost of the Contractor.

The Contractor shall maintain continuous supervision by qualified and experienced persons
on the job. The Contractor’s Site Incharge shall be available at Site all the time so that RCF
Engineer Incharge may give him necessary instructions / advice.

The Contractor shall prepare and submit a CPM / Bar Chart on the basis of completion time
as specified by Engineer Incharge and clearly indicate completion time of different
activities, which will be scrupulously followed.

4F. GATE PASSES: (For Site Job)

The Contractor shall obtain Gate Passes duly signed by Commandant, CISF, RCF, Thal or
his representative for his Supervisors. For other workmen, the Contractor will have to
procure Tokens from CISF after depositing Rs.10/- per token or the rate prevailing at that
time. This deposit amount will be refunded after satisfactory completion of the contract and
after returning all the tokens in a good condition.

4F1. LOSS OF GATE PASSES / TOKENS:

Any loss of the gate passes / tokens shall be reported to the RCF police station immediately.
A copy of the report from the police station shall be submitted to CISF. In case the lost
passes / tokens are not retrieved within a certain period of time, as per the rules, application
shall be made to CISF for the issuance of duplicate / fresh passes / tokens. An amount
specified by RCF, as per the prevailing rates, shall be deposited with the accounts section
against the issuance of duplicate / fresh passes / tokens. The challan receipt of the deposited
amount shall be submitted to CISF, who will issue the necessary passes / tokens.

4G. INCOMING / OUTGOING MATERIALS:

Contractor shall prepare Challans for all incoming materials (either ‘Returnable or Non-
returnable) belonging to him, including tools and tackles, consumable in triplicate and shall
get them endorsed at the materials gate of RCF. One copy of all such challans shall be
retained by CISF. One copy shall be deposited by the Contractor with respective Plant
Engineer to facilitate the return of such materials after completion of the job.

4G1. SECURITY OF MATERIALS:

The Contractor shall provide for watch and ward for all materials/equipment issued to him
by RCF as well as for his own materials, tools & tackles.

The Contractor shall at all times protect adjacent equipment or other property and shall
clean up or repair any damage caused through the failure of his protective measures.
Extreme care shall be taken regarding this, since the working place will be an operational
area.

4I. INSPECTION:

The Contractor shall provide free access to RCF Engineers for carrying out the inspection of
the job being done at any time and after each stage. However, the inspection by RCF
Engineers shall not absolve the Contractor from contractual obligations regarding quality of
work, time schedule, performance guarantee etc. under this contract.

All materials supplied and / or used by the Contractor shall be subject to inspection by
Engineer Incharge. Any material not meeting specific requirements will be rejected and
Contractor shall replace the same immediately with material of specific type and quality.

Contractor’s installation procedure shall also be subject to inspection by Engineer Incharge


at all times. Any material found to have been damaged or improperly installed shall be
removed and reinstalled promptly by the Contractor without any extra cost unless the
damage was caused by others.

4J. SCOPE OF SUPPLY:

Contractor shall make his own arrangement to carry out the job with his tools, tackles,
consumable, welding electrodes, gas, grinding wheel etc. unless specified otherwise in the
enquiry or Work Order. RCF shall not supply anything except Equipment for installation in
the plant and drawings for executing specific jobs. Contractor shall also make his own
arrangement for carrying the materials from RCF main stores / plant stores / Yard /
Workshop etc. to the Site.

If Contractor uses any consumable tools and tackles / equipment of RCF with the consent of
Engineer Incharge, appropriate amount shall be deducted from Contractor’s bills for the
same, unless otherwise stated in the Work Order.

RCF shall supply free of cost electricity, water and steam at one point only. Further
extension shall be in the Contractor’s scope.

Crane, if required, may be supplied by RCF as mentioned in the enquiry scope of work,
subject to availability. However, the requirement of Crane for the particular job shall be
decided by RCF. All other lifting tools and tackles are to be arranged by the Contractor.

4J1. ISSUE OF MATERIAL BY RCF:

All materials shall be issued at RCF’s main stores / plant stores / Yard / Workshop etc. and
further handling shall be in the scope of the Contractor.

4K. WORK SCHEDULE:

You shall carry out the work in accordance with the CPM Chart approved by the Plant
Incharge and carryout the different activities specified therein within the scheduled time
which will be scrupulously followed by Contractor’s Supervisor round the clock, if required
to complete the job in time.

On receipt of the Work Order, the Contractor shall submit to RCF for approval, a detailed
work schedule showing all the activities for completion of the work. The work shall be
completed as per this schedule approved by RCF.

4K1. EXTRA WORK:


In case any extra work more than 10% of the works specified in RCF’s order arises, the
same shall be done after RCF’s approval and issue of Amendment to this effect. Payment
for any extra work done without prior approval of RCF, may not be released.

4L. RETURN OF RCF’S MATERIAL:

When RCF’s material is issued to Contractor for repair work, the balance material and the
scrap generated from RCF’s materials shall be returned to RCF, after completion of the
work.

4M. PERFORMANCE GUARANTEE / WARRANTY:

The Contractor shall give guarantee / warranty for the materials supplied & used and the
workmanship for a period of six months from the date of completion of the work as certified
by RCF Engineer. The Contractor shall furnish Performance Bank Guarantee for 10% value
of the contract and valid for the guarantee period or the Security Deposit will be converted
into performance guarantee, as the case may be.

Any defect noticed during the guarantee / warranty period shall be rectified by the
Contractor, free of cost.

4N. COMPLETION TIME:

The completion time shall be as specified in the Scope of Work or as specified in each Job
order. If required, the Contractor shall work on round the clock basis to complete the job in
time.

The Contractor shall keep adequate number of well experienced and trained staff, as and
when required.

Contractor should complete the work as assigned during his contract period.

4O. LIQUIDATED DAMAGES:

Time is the essence of this contract and upon failure on Contractor’s part to complete the
work on or before the scheduled date of completion, the Contractor shall be without
prejudice to our rights and remedies on account of such failure, liable to pay a sum
equivalent to One Percent of the total work Order value per week or part thereof, subject to
a maximum of Ten Percent of the total basic value of the work Order.

4P. TERMINATION OF CONTRACT:

RCF at its sole discretion may terminate the contract in part or in full for its convenience by
giving 3 day notice. Default on the part of Contractor shall be treated as breach of contract,
and in that case RCF reserves the right to terminate the contract forthwith and forfeit
Earnest Money Deposit and/ or Security Deposit without prejudice to any other rights under
the terms of the Contract. RCF also retains the option of debarring the Contractor from
participating in future tenders for any desired period.

RCF shall have the right to terminate the Contract, if the Contractor is unable or fails or
neglects to execute the work covered by the Contract. Any loss incurred by RCF in this
respect will be to the Contractor’s Account. RCF will also have the right to get the job done
by a third party in part or in full at the risk & cost of the Contractor.
RCF reserves the right to recover such amount due from the Contractor from the bills
payable under this contract or any other contract (s).

4Q. RIGHTS FOR CANCELLATION OF CONTRACT:

RCF Ltd. reserves the right to cancel the contract or any part thereof and shall be entitled to
rescind the contract wholly or in part by written letter to the contractor if:
1. The contractor dose not adhere to any terms and conditions of contract including general
& special terms and conditions. The contractor fails to execute the job in time.
2. The quality of job done is poor.
3. Contractor attempts for any corrupt practices.
4. Contractor becomes bankrupt or goes into liquidation.

4R. NEGOTIATIONS:

RCF Ltd. may not conduct any negotiation for the tender as far as possible. However RCF
reserves the right to conduct negotiations if the condition so warrants.

4S. PAYMENT TERMS:

In case of a long term contract, only one bill shall be submitted every month along with
relevant documents.

You shall get measurement sheet and job completion certificate from RCF Site Engineer.
Bills are to be submitted in triplicate with due endorsement from RCF Site Incharge that the
job has been completed satisfactorily. Payment of the bills will be made within 30 days of
submission of duly certified bills. Bills for the job completed shall be submitted within 15
days from the completion of job, in which case payment could take longer than 30 days.

Progressive Payment will be made to the Contractor on the basis of the actual quantity of
work executed by them.

No claim for interest or any other compensation shall be entertained in respect of Earnest
Money or in respect of any money which may be in RCF’s hand owing to any dispute
between RCF and Contractor or in respect of any delay on the part of RCF in making
interim or final payment.

4T. CONTRACT VALUE:

The contract value shall be computed as follows:

The total contract value shall be inclusive of all Taxes, Duties, Transport, Octroi etc. and
remain firm without any escalation till the entire work under the Contract is completed.

When the contract is awarded on Unit Rate Basis, value of contract mentioned in the Order
shall be indicative and payment shall be released depending upon the actual work executed.
However, the Unit Rates shall remain firm without any escalation, for the entire period.

4U. VALIDITY OF THE CONTRACT:

The contract shall be valid for a period of ONE YEAR if not mentioned otherwise

4V. SUB-CONTRACT:

The Contractor shall not subcontract the job or part of it to any other Agency without the
written permission of RCF. In case RCF permits to employ a Sub-Contractor if found
competent and in the interest of the work, it shall not imply any limitation of Contractor’s
liability to fulfill the Work Order.

5. APPLICABILITY OF TERMS & CONDITIONS:

In case of contradiction in the specifications, more stringent of them shall prevail. The
decision of RCF Engineer shall be final in this regard and binding on the Contractor.

COMPLIANCE OF THE LABOUR LAWS BY THE CONTRACTORS & PROCEDURE


TO BE FOLLOWED BY THE CONTRACTORS FOR THE JOBS TO BE CARRIED
OUT INSIDE R.C.F. FACTORY, THAL.

Following documents are to be submitted to the representative of the personnel department


during the scheduled period between 20th and 30th of every month, between 3.00 pm and
5.00pm.

Every Contractor employing 20 or more Workers has to produce the copy of the Labour
License and renewal if necessary, regularly.

Muster Roll in Form XVI and Wages Register in Form XVII in respect of the Workers
engaged at RCF Site monthly and Wages-cum-Muster Roll in Form XVIII.

The Challan copies of ESI & PF by filling details in the Format available with Personnel
Dept. and certification that ESI / PF payment made in respect of RCF Work Order.

Detail of Wages paid, corresponding ESI & PF contribution etc., alongwith the copy of last
month Wages Register in support of documents.

Form A-1-cum-Return under the Bombay Labour Welfare Fund Act, 1953.

Copy of Half Yearly Return in Form XXIV, to be submitted not later than 30 days from the
closing of half year, i.e. six months starting from 1st January and 1st July, every year.

In addition to the above, you are also directed to ensure the following:-

The Contractor has to ensure the payment of Minimum Wages as notified from time to time
and circulated by Personnel Deptt., or the contractual Wages (under Wage Agreement with
the Workers Union, whichever is higher).

The Contractor has to display Statutory Notices at Site Office / Work Place including the
abstracts of the Contract Labour (R& A) Act 1970 alongwith the copy of Labour License
issued, if applicable and also the details showing the Wages payable/wage period, place and
time of disbursement of Wages etc.

The Contractor has to issue Employment Card as well as Wages Slip, a day prior to
disbursement of Wages to each Contractor Workman who are engaged at RCF Site.

The Contractor has to ensure the signature/thumb impression of the contract Workmen on
the Muster-cum-Wages Register and also ensure that the representative of Principal
Employer has witnessed the payment and certified at the end of the entries in the Register
monthly. The Contractor has to ensure that ‘Short Inspection Report’ as per the Proforma
available with RCF and to be submitted to the Personnel Dept., on monthly basis without
fail.

NOTE: - All the above mentioned forms / formats related to the labour, shall be collected by
the contractor from the Personnel dept. of RCF.
You shall abide by all the Regulations & Conditions stated in the Contract Labour
Employment License issued by the Labour Office.

You shall furnish following information to Chief Personnel Manager, RCF, within seven
days of the receipt of this Work Order and also furnish other relevant information from time
to time as desired:-

a) Nature of job
b) No. of Workmen engaged – Male/Female and their Names & address.
c) Total value of contract.
d) Period of contract / Date of commencement of job.
e) Rate of Wages / Wages period & Date of payment.
f) Your first bill be forwarded only when these details are submitted to Personnel Deptt.
Along with the copy of the Work Order.

In case, it is felt that a job is lagging behind the schedule, the contractor have to engage
more manpower to complete the job on the scheduled time.

You shall comply with the “Labour Laws and Procedure “as directed in the Annexure-III.
Any changes in the above from time to time shall be followed by you as directed by RCF.

In case of non – compliance of the same, RCF reserves the right to withhold the payments
and / or take necessary action as deem fit.

6. Right of Acceptance And Rejection Of Tender:

RCF Ltd reserves the right to accept or reject any/all bids without assigning any reasons.

7. Splitting of Work Order:

RCF Ltd. shall have the right to place order/award the work to one or more
contractors/Vendors

8. Splitting of Quantum of Work:

RCF Ltd. shall have the right to split the quantum of work /purchase and/or combine works/
purchases at its sole discretion.

9. INCOME TAX DEDUCTION:

Income Tax as per the provision of Income Tax Act shall be deducted from the Contractor’s
bills and the Certificate of Tax Deducted at Source shall be furnished by RCF.

10. DISPUTES AND ARBITRATION:

Any technical/non-technical dispute/difference between the parties shall be amicably settled


in consultation with Chief Engineer (MES), Trombay Unit. However, in the event of any
question, dispute or difference arising under this contract which cannot be settled amicably
shall be referred to the sole arbitration of a person appointed to be the Arbitrator by CMD,
RCF. It will be no objection that the Arbitrator is in service of RCF that he had to deal with
the matters to which the contract relates or that in the course of his duties as an employee of
RCF he had expressed views on all or any of the matter in dispute or difference. The
Arbitrator shall give a reasoned or speaking award. The award of the Arbitrator shall be
final and binding on the parties to this contract. In the event of the Arbitrator dying,
neglecting or refusing to act or resigning or being unable to act for any reason, it shall be
lawful for the CMD, RCF to appoint another Arbitrator in place of outgoing Arbitrator, in
the manner aforesaid. The proceedings of Arbitration shall be under the Arbitration and
Conciliation Act 1996 and any Notifications there to. The venue of Arbitration shall be
MUMBAI.

The work under the contract shall continue during arbitration proceedings unless the matter
is such that the work cannot be continued until the decision of arbitration is obtained.

11. LAW GOVERNING CONTRACTS:

This contract shall be governed by the laws of the states and of union of India for the time
being in force.

12. JURISDICTION OF COURT:

The contract shall be deemed to have been entered into at Mumbai and all courses of action
in relation to the contract will thus be deemed to have arisen only within the jurisdiction of
the Mumbai Court.

13. FORCE MAJEURE:

The Force Majeure conditions are as follows:-

Neither the Contractor nor RCF shall be considered in default in the performance of their
obligations as per the contract, so long as such performance is prevented or delayed because
of legal strikes, War, Hostilities , Revolution, Civil commotion, Epidemics, accidents, Fire,
Cyclone, Flood or because of any Law and Order proclamation, Regulation or Ordinance of
Govt. or subdivision thereof or because of any Act of God, provided it shall promptly and in
any case not later than 14 days of happening of the event, notify the other, the details of the
Force Majeure and the influence on its activities under the contract. The proof of existence
of Force Majeure shall be provided by the party claiming it, to the satisfaction of the other.

Should either party be prevented from fulfilling the obligation provided for in the contract
by the existence of cause of Force Majeure lasting continuously for a period exceeding two
(2) months, then the parties shall consult immediately with each other with regard to the
future implementation of the contract.

*****************
Annexure - XV
SPECIAL ATTACHMENT

1. LABOUR LICENCE

Contractor engaging 20 or more workers must obtain valid Labour Licence for employing
no., of persons as Contract Labour and it should mentioned the location and the maximum
no. of contract labour to be employed/ engaged before actual execution of work and copy be
forwarded to Personnel Dept., before actual execution of work. The contractor shall not
undertake or execute any work through contract labour except under and in accordance with
the licence issued on that behalf by the Licensing Officer. The licence may be renewed as
per the requirement.

2. PROVIDENT FUND CODE NO. & COMPLIANCE OF P.F.ACT

The Contractor must have separate Provident Fund Code No., obtained from the Office of
the Provident Fund Commissioner. The Contractor shall cover their labours under the said
Act under his Code No., and shall deposit regularly P.F. Contribution of both shares
(Employers/ Employees) @ 12% of wage disbursed to the P.F. Office along with the
necessary Administrative Charges (presently 1.61%). The present contribution rates are as
under:

ACCOUNT NO. EMPLOYER’S SHARE (12%) EMPLOYEES SHARE (12%)


% AMOUNT % AMOUNT
1 (P.F.) 3.67% 12%
2 (Admn. Charges) 1.10%
10 (F.P.) 8.33%
21 (EDLI contribution) 0.5%
22 (EDLI Admn. Charges) 1.01%
Total PF 13.61% 12%
TOTAL 25.61%

Receipted copies of the challans should submitted to the Personnel Dept., monthly through
MES Department. Contractor should also submit the Returns 3A, 6A & 12A attested by P.F.
Office as and when required and before the release of final bills.

The Contractor must comply with the provisions of the Employee’s Provident Fund Act
including Employees Pension Scheme as may be applicable and as amended from time to
time. The Contractor should submit monthly challans of ESI & PF by filling details in the
format available with the Personnel Dept., and Certification that ESI/PF payment made in
respect of RCF Work Order.

3. EMPLOYEES STATE INSURANCE CODE NO. & COMPLIANCE OF PROVISIONS


OF E.S.I.ACT

The Contractor must have E.S.I. Registration No., under Employees State Insurance
Scheme. The contractor shall cover their labours under the said Act under his Code No., and
shall deposit regularly ESI Contribution @ 1.75% towards employees share and @ 4.75%
towards employers’ share of Gross Wages. Receipt copies of the challans should be
submitted to the Personnel Dept.

The contractor should also submit the six monthly return and also should ensure that all
workers are getting ESI Cards through Panel Doctors.
* The contractor shall contribute towards PF & ESI contributions for his workers as per the
above specified rates of the concerned States.

4. REGISTRATION UNDER THE BOMBAY LABOUR WELFARE FUND


(AMENDMENT) ACT, 2003

The Contractor must obtain Registration No., under the Bombay Labour Welfare Fund Act
and pay 6 monthly contributions of their employees for every June and December to the
Welfare Commissioner and compliance with the provisions of the Bombay Labour Welfare
Fund Act, 1953 under their own Code No.

5. SUBMISSION OF DOCUMENTS TO PERSONNEL DEPT., BEFORE EXECUTION


OF WORK

A) The copy of the Work Order along with details of full name, age, fitness, etc., of all
workers to be engaged, expected date of commencement of work may be informed
immediately before execution of work, so as to Register the name of the Contractor
before Registering Officer of the State Govt., for allowing us to fulfill the
requirement of Contract Labour (R&A) Act, 1970 and permit Contractor to employ
Contract Labours through Contractors. In addition, if the Contractor is going to
engage 20 or more workers, necessary Labour Licence is to be obtained by the
Contractor before executing the work and copy is forwarded to Personnel Dept.

Copy of the allotment letters of PF, ESI Code No., and Welfare Fund No., separately
in your name at the time of award of Contract should be forwarded for further
compliance to Personnel Dept., in order to show the same to PF & ESI Inspector
during their visit.

B) The Contractor must remit ESI, PF Contributions in respect of Contract workers to


be engaged at RCF and submit the proof of challan copy every month along with
wage register copy duly certified by representative of MES Dept., to Personnel Dept.

The Contractor shall also remit six monthly Labour Welfare Fund Contribution and
the return under the Bombay Labour Welfare Fund Act, 1953 due in June and
December every year to avoid penalty and penal action against RCF.

The Contractor shall submit all the relevant documents monthly showing
compliance of all the relevant Acts, Laws, Rules and Legislations as and when
called by Personnel Dept., through MES Dep.

6. Compliance with applicable Labour Laws and regulations -Statutory obligations and
liability:-

The contractor shall contribute towards Provident Fund and Employee State Insurance
Contributions for his employees as per the specified rates of the concerned statutes.

The contractor shall pay bonus as prescribed under Payment of Bonus Act, subject to a
minimum as per law in the absence of adequate profits.

 During continuance of the Contract, the Contractor and his sub-contractors, if any
shall comply and abide at all times by all existing labour enactments and rules made
thereunder, regulations, notifications and bye laws of the State or Central
Government or local authority and any other labour laws (including rules)
regulations, bye laws that may be passed or notification that may be issued under
any labour law in future either by the State or Central Government or the local
authority.
 The contractor shall keep the Employer/RCF indemnified in case of any action is
taken against the Employer by the competent Authority on account of contravention
of any of the provisions of any Act or rules made thereunder, regulations or
notifications including amendments. If the Employer is caused to pay or reimburse
such amounts as may be necessary to cause or observe, or for non-observance of the
provisions stipulated in the notifications/bye laws/Acts/Rules/ regulations including
amendments, if any, on the part of the Contractor, the Employer/RCF shall have the
right to deduct any money due to the Contractor from running bills including
Security Deposit.

 Any obligation, financial or otherwise imposed under any statutory enactment, rules
and regulations which is prospectively declared (giving retrospective effect)
thereunder shall be the sole responsibility of the Contractor.

 Some of the major laws applicable and the compliance is to be made are given
below:
1. Contract Labour (R&A) Act, 1970
2. Employees State Insurance Act, 1946
3. Employees Provident Fund Act, 1952
4. Minimum Wages Act, 1948
5. Payment of Wages Act, 1936
6. Maternity Benefit Act, 1961
7. Workmen’s Compensation Act, 1923
8. Factories Act, 1948
9. Payment of Bonus Act, 1965
10. The Bombay Labour Welfare Fund Act, 1953
11. Payment of Gratuity Act, 1972, etc.

7. GROUP INSURANCE

The contractor must take Policy under Group Personal Accident Insurance Scheme through
Rashtriya chemicals & Fertilizers Limited and make provision for premium.

8. WORKING HOURS, LEAVES, OVERTIME, SAFETY, ETC., AS PER THE


FACTORIES ACT

In respect of all labour, directly or indirectly employed in the work for the performance of
contract job, the contractor shall at his own expenses arrange for all safety provisions
mentioned in the statue. The Contractor shall ensure that he, his sub-contractor and his, or
their personnel or representatives shall comply with all Safety regulations issued from time
to time by the Company. Any injury resulting in death or not occurred as a result of failure
to comply with such regulations, the contractor shall be held responsible for the
consequences thereof and shall keep the Company harmless and indemnified.

9. DISPLAYING OF NOTICES AND ABSTRACT OF ACT WHICH ARE REQUIRED


BY THE LAW

The Contractor has to display Statutory Notices at site office/work place including the
Abstract of the Contract Labour (R&A) Act, 1970, Minimum Wages Act, etc., along with
details of wages payable, wage period, place and time of disbursement of wages, names and
addresses of the Inspectors, etc.

10. The Contractor has to ensure the Signature/Thumb impression of the contract workmen
on the Muster-cum-Wage Register and also ensure that the representative of Principal
Employer has witnessed the payment monthly and certified at the end of the entries of the
Register.

11. PAYMENT OF WAGE AND OTHER BENEFITS

11.1 The Contractor shall pay not less than minimum wages to his workers as
notified/revised from time to time for the applicable scheduled employments under
the Minimum Wages Act, 1948, or and where the rates have been fixed by agreement
or settlement, if any, the rates of wages payable shall not be less than the rates so
fixed and extend the benefits. In any case, the rate of wage payable shall not be less
than the higher of the two rates.
11.2 The Contractor shall ensure payment of wages to all workmen, employed by him in
connection with the work before the expiry of the 7th day after the last day of wage
period in respect of which the wages are paid and shall ensure wage standards, period
and provisions (including the workmen on this behalf prescribed under the Payment
of Wages Act, the Contract Labour (Regulation and abolition) Act, 1970 and rules
framed there under, the Minimum Wages Act and any other applicable law including :

11.3 TIMELY PAYMENT OF WAGES AS PER THE PAYMENT OF WAGES ACT


The Contractor must also keep his wage register available at all times as close to the
work site as possible and produce the same for Inspection whenever required by
designated Company Officials and ensure the monthly payment on or before 7th of
every month.

11.4 WEEKLY OFF


The workers must be given weekly off as admissible.

11.5 NATIONAL HOLIDAYS


Three National Holidays:
1. 26th January, 2. 15th August, 3. 2nd October
These must be granted as paid holidays to all workers.

12. HEALTH, SAFETY AND WELFARE

The Contractor should ensure the Industrial and Occupation Hazard and to ensure safe and
healthy working conditions at work for the compliance of the Provisions of Factories Act,
1948. The Contractor should provide all the Safety measures and his Supervision to ensure
the safety at work site.
The Contractor shall ensure that only medically fit persons are engaged for job after
medically examined by a qualified Doctor.

13. PROHIBITION OF CHILD LABOUR

Engagement of child labour/adolescent is prohibited and any one violating this clause will
be black listed and whenever there are violation of the provisions, the Company will resort
to legal action as deemed fit.

Person below the age of 18 should not be employed.

14. CLAUSE REGARDING ENGAGEMENT OF SUB-CONTRACTOR – WORK


ORDER

The Contractor shall not engage any sub-contractor without the specific permission of the
Principal Employer. The contractors will be given such permission only on giving an
undertaking that they will be responsible for, and take complete responsibility for
nonfulfillment of any provisions of the Contract Labour (Regulation and Abolition) Act or
the rules made thereunder and other applicable Laws viz., ESI & PF Act. They will be also
responsible for timely payment/short payment of wages to the Contract Labour employed
by subcontractors along with the deposition of ESI & PF contribution of both shares in the
respective Code No., either sub-contractor/main contractor, in respect of Contract Workers
engaged by the sub-contractor. The contractors or the sub-contractors will not employ any
inter-state migrant labour without the permission of Principal Employer. MES Dept., should
forward one copy to Personnel Dept., about the permission of sub-contractor along with
undertaking, indemnity Bond, Affidavit, etc.

It is the duty of the main contractor to forward monthly all such documents of ESI & PF and
a copy of Labour Licence in respect of sub-contractors.

The following three Proforma with relevant details are submitted to Personnel Dept.

1 Indemnity Bond On 200 Rs. Stamp paper for issuing Form V to


obtain Labour Licence. to be submitting by Main
Contractor
2 Affidavit On 100 Rs. Stamp Paper to be signed by sub-
contractor
about the Compliance of ESI & PF.
3 Undertaking On letter head to be signed by Main Contractor for
engaging sub-contractors.

Main Contractor must clarify about the compliance of ESI & PF in respect of labours
engaged by sub-contractors stating that the compliance will be made under the Code No., of
Main Contractor/ respective sub-contractors alongwith the no. of workers engaged.

Copies of ESI & PF Allotment letter issued by the Govt. authorities (Main contractor/sub-
contractors, as applicable) are to be forwarded to Personnel Dept.

15. GENERAL TERMS

a) Contractor shall provide and maintain necessary supervisory staff inspector, skilled and
unskilled workers required in connection with the execution of the contract who are
employees of the contractor.
b) Contractor shall provide all amenities/facilities which are to be provided under the
respective Contract Labour (R&A) Act, Factories Act, 1948 such as Rest Room, Drinking
Water facilities, Canteen, etc.
c) *Contractor should complete the work as assigned during his contract period.
d) *Contractor should regulate the conditions of employment of his employees/ contract
labour.
e) Contractor shall keep adequate no. of strength and contractors’ services shall be available
as and when required during the emergency.
f) Contract labour shall be in neat and clean uniform and with proper safety appliances
while on duty at all times. Contract labour shall be liable to search by the securities at our
gate and shall have to be strictly observe the directives regarding security and other allied
subjects.
g) *All persons employed by the contractor shall be his own employees for all intends and
purposes i.e., contractors own strength. Contractor Supervisors should available to give
instructions to the contractor workers and will supervise the entire work.
h) Whenever word “Employee” is used please use the word “Contract Labour” or
“Contractor Employee” and read accordingly.
i) The contractor should comply properly with the provisions of relevant laws i.e., Factories
Act and Contract Labour (R&A) Act relating to working hours, rest intervals, weekly offs,
holidays, overtime as per the applicability.
j) Contractor Supervisors should be available at site and give instructions to the Contract
Labour. No instructions will be given to Contract Labour by RCF Officials.
k) *Contractor will ensure the Payment of Minimum Wages as applicable or the wage, as
applicable is paid to the workers and will also ensure that the monthly wages are duly
witnessed by the representative of the principal employer. Contractor while submitting
monthly PF & ESI challans will also give a certification that the contractor has deposited
the payment in respect of ESI & PF contribution in respect of the contract labour engaged at
RCF site under reference Work Order.
l) *The contractor shall be solely responsible for the manner and method of executing the
work.
m) All liabilities on legal aspects of contractors labour lies with the contractor himself.
n) The contractor shall observe all the labour laws, safety and security rules and regulations
of RCF which are in force at present and which may come into force during the pendency of
the contract. Any violation of any rules and regulations will entail termination of the
contract.
o) The Contractor shall indemnify and keep indemnified RCF from and against all actions,
claims, demands and liabilities whatsoever under and in respect of the breach of any of the
provisions of this contract and or against any claim, action or demand by liability to any
workman/employee of the contractor under any Law of the Land, for which the Company
shall be liable to comply and all expenses it shall be put, thereunder through the Acts or
omissions whether willful or not on the part of the Contractor. This indemnity shall be in
addition to and not in lieu of any indemnity to which the company shall be entitled in law.

16. STATUS OF THE CONTRACT LABOUR

*All the labours employed and engaged by the contractor shall be the contractor’s employee
for all indents and purposes and compliance of all statutory laws are concerned.

17. CONTRACTUAL OBLIGATIONS


17.1 The contractor shall comply with all the applicable Labour Laws and the Rules/Orders
issued thereunder from time to time. The contractor should show all his records/monthly
returns to the Personnel Department to ensure strict compliance at proper time. If contractor
fail to do so, contractor failure will be a breach of the contract and the MES Dept., may in
its discretion cancel the contract.
17.2 The Contractor shall keep and maintain all records as are required under the Contract
Labour (Regulation and Abolition) Act, 1970, Shops & Establishment Act, the Payment of
Wages Act and or any other applicable law and shall furnish all information, report(s) and
return(s) as are required to be furnished to the concerned authorities.
17.3 RCF shall be entitled at all times to carry out check(s) or inspection (s) of the
Contractor’s records and accounts to ensure that the provisions of the Labour Laws and
Regulations are being observed by the contractor and that the workmen are not denied the
rights and benefits to which they are entitled under such provisions any violation shall
constitute a ground for termination of the contract.

18. PRESERVATION OF REGISTERS/RECORDS

The Wage Book, Muster Roll, ESI Register and other required documents to be maintained
under different laws shall be preserved properly by the contractor and shall be preserved
properly by the contractor and shall hand over the copies of the same at the time of
obtaining clearance for release of final bill/security deposit to avoid any further problem
with regard to past liability of the said contractor for the said period.

19. RELEASE OF SECURITY DEPOSIT

Final bill Security Deposit shall not be paid till the clearance certificate from the Personnel
Dept., is obtained.
20. CHARACTER VERIFICATION

The Contractor shall ensure that the person or persons appointed or to be appointed by them
for service in the Company’s premises do not suffer from any legal disqualification for
service by reason of his age or any law and status in force from time to time or any other
reason whatsoever.
The Contractor shall require to produce verification certificate of this employee from
competent authority at his cost.

21. All staff employed by the contractor shall be the contractor’s employee for all intends
and purposes.

22. SUPERVISION AT WORK SITE

The Contractor shall ensure strict supervision through his proprietary staff for smooth
functioning at work site and such employees will have no claim against the Company
whatsoever.
The Contractor shall submit credentials for the work done in the past while submitting the
offer.

23. TERMINATION OF CONTRACT

RCF may terminate the contract any time on giving the Contractor one month’s notice in
writing. If the Administration Manager finds the quality, efficiency and efficacy of the work
performed by the Contractor is unsatisfactory, of which the Administration Manager shall
be the sole judge. Upon termination, the Contractor shall only be entitled to be paid for the
work actually performed upto the date of termination as per the terms and conditions of the
contract.

24. PENALTY CLAUSE

In case of non-fulfillment of Contractual terms and conditions as stipulated in NIT & Work
Order in addition to statutory compliance, MES Dept., on behalf of Company will deduct
the appropriate amount as penalty out of the bills submitted by the contractor. The decision
in this regard taken by the Company will be final and binding on the contractor and no
discussion/correspondence shall be entertained in this regard.

25. NO ALTERATION/ ESCALATION IN BETWEEN THE CONTRACT PERIOD

After the acceptance of the Work Order and the Wage Agreement Terms, the contractor
shall have no claim further to any extra payment of whatsoever for the compliance of the
terms stipulated herein.

26. The Contractor’s will ensure to provide canteen facility to his workmen as per rules.

27. Company reserve the right to modify /alter or cancel any part/full job without assigning
any reason thereof.

28. UNIFORM

The Contractor has to provide Uniform, rainy shoes and raincoat to his workmen engaged at
RCF site. Contractor has to ensure that the workers wear their uniform while on job.

29. All the materials, tools, hose pipes, red earth and manual etc., required for the said work
of maintenance should be supplied and paid by the contractor without any extra cost. In case
the contractor fails to fulfil his obligations in this regards RCF shall be at liberty to arrange
the same at the risk and cost of the contractor with penalty upto 100% of the cost of the
material.

30. Any contract labour problem arising out of contract terms will have to be sorted out and
settled by the contractor and RCF will not own any responsibility in this regard of
whatsoever nature.
Wherever any new party or contractor is negotiated/entertained for giving job, it should be
ensured that he meets the above requirements and furthermore to ensure that the provisions
is made in the respective NIT/Work Order. This job requirements are also applicable to the
contractor who are engaged /will be engaged for specialized services, job such as boiler,
rubber lining job, cleaning or belts and elsewhere and their employees are coming to carry
out specialize job at our site. But, not applicable, if they are not working at our premises.

31. REGISTERS AND RECORDS TO BE MAINTAINED UNDER DIFFERENT ACTS

01. Under Contract Labour (R&A) Act (For licensed contractor) – if the Wage period is
monthly.
Rule 59 (State Rule) – Every contractor shall in respect of each work on which he engages
Contract Labour shall required to maintain following Registers/ Records.
i) Muster Roll } OR Muster-Cum-Wage Register
ii) Register of Wages}
iii) Issue Wage Slips to the workers atleast a day prior to the disbursement of Wages.
iv) Issue of Employment Card /Identity Card.

02. Under Minimum Wages Act (State Rule) – if the workers are less than 20.
(a) Muster Roll
(b) Register of Wages
(c) Register of Deductions

(d) Register of Overtime


(e) Register of Fines
(f) Register of Advances

03. Factories Act:


Register of Adult workers – The register of adult workers shall be in Form 17. This register
shall be written up afresh each year and shall be preserved for a period of twelve months.
Providing of Personal Protective equipment (PPE)
Maintenance of Overtime Register
Maintenance of Leave with Wages Register (Form 20).

32. The Contractor shall furnish the following information to the Personnel Dept., within 7
days of the receipt of the Work Order or actual date of commencement of work, whichever
is earlier through MES Dept.

 Work Order Copy.


 ESI & PF Allotment letter.
 Labour License/application for Labour License for Form No. V by the Principal
Employer, if applicable.
 Nature of work and the no. of workers to be engaged from the date of
commencement of work.
 List of sub-contractors, if any, to execute the work along with detail information of
Subcontractors.
 Exact period of Contract as well as Contract value.
 Rate of Wages and the date of payment.
All the above documents should be forwarded to Personnel Dept., by the Contractor through
MES Dept. This must reach to Personnel Dept., before forwarding first bill of contractors
for payment so as to comply with the requirements of Law.
 Maintenance of Muster Roll and Register of Wages as prescribed under the relevant
Acts – as applicable and shall be kept handy at an office nearest to work place.
 The Contractors shall display abstract of the Act and Notice showing rates of wages,
name of the Inspectors having jurisdiction, etc.

GRATUITY CLAUSE, APPLICABLE ONLY FOR AGREEMENT COVERAGE


CONTRACTORS (COURT CASE STATUSQUO ORDERS)

The payment of Gratuity Act, 1972 is applicable to Contract Labour also. The Contractor
should make the compliance of the provisions of the said Act whenever it is applicable.

*Also, contractor has to pay the annual premium to the LIC as calculated by the LIC
towards the gratuity liability of their workers and the same amount will be reimbursed
separately to the contractor on the basis of actual payment made to LIC (no service charges)
by the contractor.
Annexure -XVI
HSE ANNEXURE

I Obligation to follow HSE (Health, Safety and Environment) system & regulations

General Security Instructions:


1. Contractor shall arrange necessary Gate Entry Passes in advance with all security
formalities. Contractor workmen will follow the rules and regulations prevailing at RCF
from time to time.

Training:
1. One hour training on work place safety shall be mandatory to each new contractor
employee at Suraksha Bhavan. Gate passes of such employees shall be stamped as Safety
trained employees. On the job trainings / pep talks shall be imparted before starting the job.

General Safety Instructions:


1. Contractor shall not carry out any work without valid Work Permit issued to him. All the
conditions of the permit shall be understood & complied by him.
2. Work Permit shall be always available with contractor’s supervisor at worksite
3. Contractor shall arrange adequate supervisors. No job shall be carried out without
supervision.
4. Tested & certified equipment, tools & tackles shall be used & submitted to RCF officials
5. Strict adherence to the Safety work permits for each hot, confined space, height job &
other jobs taken by Plants & Services is must. The instructions written on it shall also be
strictly followed at site by contractor employees.
6. For the critical jobs JSA shall be made & training shall be imparted to the workmen.
7. Contractor shall ensure that his employees understand the use of fire hydrants &
extinguishers & emergency communication requirement,
8. Contractors whose Safety Records are not satisfactory shall be viewed seriously and
necessary action (viz. Warning, monetary penalty, suspension/stoppage of work,
cancellation of Registration/Contracts) shall be taken by RCF.
9. Contractor shall provide appropriate PPEs (Personnel Protective Equipment’s) to all
workers such as safety shoes, safety helmet, safety goggle, double lanyard full body
harness, dust masks, ear plugs, face shields & other necessary PPEs as per BIS mentioned
below

SN BIS Information
1 IS: 2925 - 1984 Industrial Safety Helmets
2 IS: 47701 - 1968 Rubber Gloves for Electrical Purpose
3 IS: 6994 - 1973 [Part-I] Industrial Safety Gloves [Leather & Cotton Gloves]
IS: 1989 - 1986 [Part- Leather Safety Boots & Shoes
4 II]
5 IS: 5557 - 1969 Industrial & Safety Rubber Knee Boots
6 IS: 6519 - 1971 Code of Practice for Selections, Care & Repair of Safety Footwear
7 IS: 11226 - 1985 Leather Safety Footwear Having Direct Molding Sole
8 IS: 5983 - 1978 Eye Protectors
9 IS: 9167 - 1979 Ear Protectors
10 IS: 3521 - 1983 Industrial Safety Belts & Harnesses

Safety precautions for compressed gas cylinders:

1. Identification of contents of industrial gas cylinders shall be as per IS – 4379. Valve


fittings for compressed gas cylinders shall be as per IS -3224. Gas cylinders shall be
handled as per IS – 3870.
2. Oxy-acetylene sets/ Oxygen/ LPG cylinder sets to be used for pre-heating & cutting jobs
shall be provided with IS 11106 specified regulators having double diaphragm pressure
gauges & flash back arrestors. Gas cylinders shall be kept upright and secured firmly with
chain.

Safety precautions during welding job:


1. Welding machine manual shall be available at site and rated capacity of machine shall be
clearly visible. Earthing shall be returned back from job to welding machine
2. Personnel working shall wear Safety shoes, safety goggles, welding shield with safety
helmet attached, cut resistance hand gloves & double lanyard full body harnesses with both
the lifelines anchored (for height job) at different supports.
3. Contractor employee shall ensure that water hose or water filled bucket kept near work
place.
4. Working personnel should clearly understand about hazards involved and safe working
procedure to mitigate and prevent hazards.

Safety precautions during Radiography:

1. Contractor shall ensure that radiography is conducted by competent radiographer.


Radiographer shall carry radiographer’s license along with personal dosimeters (Chest &
waist), Survey meters, lead apron, trefoil symbols and adequate PPE’s.
2. Contractor shall ensure cordon off tape is available with the radiographer.
3. During radiography person shall wear cotton hand gloves, safety shoes, safety helmet
with chin strap and Safety goggle.

Safety precautions during Slag blasting:

1. During slag blasting job contractor employee shall wear full body protection suit/ leather
jacket, air lined mask, dust mask, cut resistant hand gloves, ear plugs, safety shoes, safety
helmet with chin strap, Safety goggle, Double lanyard full body Harness (If required for the
assigned job).

Safety precautions during hydro jet cleaning:

1. During hydro jet cleaning person shall wear cut resistant suit, hand gloves, face shield,
safety shoes, safety helmet with chin strap, safety goggle and ELCB shall be provided if the
work is at height.

Safety precautions while using electrical appliances:

1. Contractor shall ensure all electrical appliances have three pin end connections. All
electrical hand tools shall have ELCBs. All electrical cables shall have sound & intact
insulation & shall be free from joints.
2. Contractor shall ensure complete isolation of energy while working on MCC panel.
While isolating energy electric arc suit shall be used.
3. Contractor shall ensure only flame-proof electrical fittings are used in hazardous areas as
per instructions by Engineer-In-Charge designated by RCFL for the job.

Safety precautions for working at height:

1. For height jobs, contractor employees shall wear safety helmet, safety shoes, safety
goggle, cotton/cut resistance hand gloves & double lanyard full body harnesses with both
the lifelines anchored at different supports.

Scaffold shall be as per IS 4014-1:1967. Life line shall be provided as Standby arrangement.
Safety precautions for Confined space job:
1. Contractor shall ensure safe entry permit (if oxygen % is above 19.5%) is pasted at all the
entry/exit points along with Class I permit before entering the vessel.

2. Contractor shall ensure that his employees know the hazards that may be faced during
entry and ensure accurate count of authorized entrants in a register.
3. Contractor shall ensure that a person/watch dog remains near the entry space till the
job/work is over.
4. Contractor shall ensure that cross ventilation, air hose and 24 volt lamp without cable
joint are made available before entering vessel & shall ensure that rescue and other
emergency services procedures are made and are taken care off. He shall also ensure that
authorized entrants are using all necessary PPEs.
5. Contractor shall be aware of alternate light/power source arrangement in case of power
failure.

Safety precautions for working at fragile roof:

1. Maintenance/ civil personnel should provide duck ladders/crawling boards. Working


personnel should be clearly informed and instructed about hazards involved and safe
working procedure to mitigate and prevent hazards.
2. Personnel working on roof should use necessary PPE’s such as safety helmet, safety
shoes, safety goggle, cut resistance/cotton hand gloves & double lanyard full body
harnesses with both the lifelines anchored at different supports.
3. Minimum number of employees should work on roof at a time.

Penalty for violation of safety rules at work place:

The contractor shall be penalized for any violation of safety rules by their
workers/supervisors at workplace during execution of job. Monetary Penalty shall be
imposed as per below list for safety violations. Repeated violations shall lead to suspension
/stoppage of the work and cancellation of Work Order.

1. Person not wearing safety helmet during working as per job requirement: Rs.500/- per
each person.
2. Person not wearing shoes during working as per job requirement: Rs. 500/- per each
person.
3. Person not wearing Safety belt (double lanyard full body harness) during working as per
the job requirement: Rs.1000/- per each person.
4. Person not wearing face shield during working as per the job requirement: Rs.500/- per
each person.
5. Person working with lifting/lowering tools/tackles without valid test certificate: Rs.
2000/- per tool/tackle.
6. Person working with electrical supply connection without appropriate plug-pin: Rs 1000/-
per plug pin connection.
7. Working without a valid Safety Work Permit / PTW: Rs.2000/-.

II. PRE-EMPLOYMENT MEDICAL EXAMINATION (BEFORE ENGAGAEMENT) OF


CONTRACT WORKERS

Contractors will have to submit a certificate of fitness in Form 6 in respect of workers to be


engaged inside the factory and no person / contract labour shall be employed without a valid
certificate of fitness. The contractors shall get the Pre- Employment Medical Examination
of his workmen done from at First aid (OHC) inside the factory premises

III. CHARACTER AND ANTECEDENTS VERIFICATION (BEFORE


ENGAGAEMENT) OF CONTRACT WORKERS
It is mandatory that character and antecedents verification must be made of each and every
contractor worker prior to giving permission to enter RCF premises. Contractors shall
submit a certificate of character and antecedents for each worker to be engaged inside the
factory and no person / contract labour shall be employed without a valid character
certificate and antecedents. The character and antecedents form duly filled shall be
submitted to CISF for giving permission to enter RCF premises.

IV. COMPLIANCE TO STATUTORY REQUIREMENT

 The Contractor shall comply with all Central, State & Municipal Laws and Rules
and legislation in force from time to time and shall be solely responsible to comply
with all obligations and payments there under.
 Contractor shall submit all the relevant documents showing compliance of all the
relevant Acts, Laws, Rules and legislation’s as and when intimated by RCF.
 Contractor shall comply with all the Central, State & Municipal Laws & Rules and
shall be solely responsible for complying with the provisions of the Contract Labour
(Regulations & Abolition) Act 1970 relating to working hours, rest intervals, weekly
offs, holidays, overtime as mentioned in Wages Act, applicable including the ESI
Act.
The payment of Wages Act 1936, Employees Provident Fund Act 1952. The
Minimum Wages Act 1940, Factories Act1949, Workmen’s Compensation Act 1923
or any other applicable legislation and the Municipal Bye-Laws or other Statutory
Rules & Regulations whatsoever in force, in so far as these are applicable . Any
obligations, financial or otherwise, imposed under any statutory enactment; Rules &
Regulation there under shall be the sole responsibility of the Contractor.
 Irrespective of the no. of Workers employed, contractor shall ensure the compliance
of PF & ESI to all the Workers. If the work entails employing more than 19 contract
Workers, the Contractor should obtain a License from Competent Authority as per
provisions of Contract Labour (Regulations & Abolition) Act 1970.
 Contractor shall register with the Regional Provident Fund Commissioner & ESI
Office and obtain Provident Fund
No. & ESI No. and deposit the PF & ESI contributions with the Authorities.
 Contractor shall comply with applicable Environment regulation in force and also
the Systems and Procedures in the Factory related to Environment.
 All liabilities or Legal aspects of Contractor’s labour lies with the Contractor
himself.

V. PAYMENT OF WAGES

Contractor shall pay to his Workers as per the minimum Wages Act and Rules and
Regulations there under.
Contractor will ensure payment of Minimum Wages as applicable or the wages, as
applicable, is paid to the Workers and will also ensure that the monthly wages are duly
witnessed by the representative of the Principal Employer. Contractor, while submitting
monthly PF & ESI challans will also give a certification that the Contractor has deposited
the payment in respect of PF & ESI contribution in respect of the contract labour engaged at
RCF site under reference Work Order. Wages shall be paid by the Contractor to the
Workmen directly in the presence of Company’s authorized representative as provided in
the Contract Labour (Regulation & Abolition) Act 1970 and officials put his initial to
witness the payment.

Contractor shall make monthly payment of Wages to contract labour in presence of RCF’s
authorized representative, on or before 10th of every month, during the normal working
hours only
.……****……
TECHNICAL
ANNEXURE
Technical Annexures
Vapour Absorption Machine (VAM) of 650 TR capacity for Process Air Compressor suction
chilling in both streams of Thal Ammonia plant.

Annexure-1
Introduction

RCF Thal intends to install new vapour absorption machine (VAM) with filter house for air
cooling of Process Air Compressors (PAC) suction on LSTK basis. The Air is to be cooled from
32 degC to 15 degC. This is an energy saving scheme.
Item Description
Design, manufacturing, testing, inspection, supply, erection & commissioning of complete
system of compressor Inlet Air Cooling comprising of Li- Br based common Vapour Absorption
Machine (VAM), air cooling coils, multi stage air filtration and mist elimination systems along
with all auxiliaries and ancillary items as required for completeness of the system. VAM
combined for two process air compressors at ammonia plant, RCF Thal. One steam fired VAM
with capacity 650 TR and two filter house as per scope and Annexure. No negative tolerance
on VAM capacity.
TECHNICAL
1. Bidder’s General Scope of Supply
1.1 Design, procurement of raw material, manufacturing, inspection, shop testing, painting,
insulation, supply, erection and commissioning of complete system of inlet Air cooling
comprising of Li-Br based vapour absorption machine (VAM), air cooling coil, air
filtration and mist elimination system as mentioned in this NIT along with all auxiliaries
and ancillary items required for completeness of the system, for inlet air cooling of Process
Air Compressors (PAC-1 and PAC-2) of Ammonia plant at RCF Thal Unit, Raigad,
Maharashtra, India, for cooling the air from ambient conditions (320C) to 150C.
1.2 VAM (steam fired) shall be energy efficient and capable of running on available steam at
36.0 kg/cm2g pressure and 380 0C temperature.
1.3 Bidder may please note that the air compressor, for which the inlet air cooling system is
being installed, is a centrifugal type air compressor, having high peripheral speed. Any
kind of entrainment of moisture in the droplet form is detrimental to the impeller. It is
therefore necessary that the bidder shall provide mist elimination and filtration system so
as to ensure mist free supply of air to the compressor.
1.4 The VAM shall have minimum capacity of 650 TR. The technical data for designing the
inlet air cooling system has been mentioned in Annexure-2. Bidder shall use mean
temperature and average humidity data for the site for checking the design and confirm
adequacy of TR capacity in the technical bid. No negative tolerance on VAM capacity of
650TR will be accepted. In case higher TR is required, bidder shall mention accordingly
in technical bid.
1.5 The bidder shall mention consumption of all utilities, including chilled water, power,
cooling water, DM water and steam, required for operation of VAM on full TR capacity,
in the sealed price bid. The steam consumption shall be mentioned as MT/hr by
considering inlet steam pressure as 36.0 kg/cm2g and temperature of 3800C and measured
at the VAM battery limit. Utility consumption figures for steam, cooling water and power
shall be demonstrated by bidder, during shop testing of VAM, at full load, in front of RCF
1 |Page
Engineer and TPI agency, and shall be certified by RCF and TPI agency. The power
consumption at full load will be taken as sum total of power consumed in KW for a)
Solution Pump, b) Refrigerant Pump, c) De-super heater pump and d) chilled water
circulation pump.
1.6 For controlling the corrosion rate and increasing the life, chiller cycle shall be designed in
such a way that maximum absorbent concentration and maximum temperature shall not
occur simultaneously in the generators.
1.7 Chiller shall be designed in such a way that at rated conditions, crystallization temperature
should be at least 10 0C below the operating temperature to avoid crystallization in varying
load conditions.
1.8 Unit shall be capable of continuous operation from 10-100% capacity.
1.9 650 TR steam driven (steam at 36 kg/cm2g) energy efficient Vapour Absorption Machine
suitable for hazardous area specifications Hazardous area Zone-2 Gas Group-II C shall
be factory assembled and leak tested, packaged. Water-cooled Vapour Absorption
Machine, consisting of absorber / evaporator assembly, condenser / generators assembly
(steam fired), solution heat exchangers, solution and refrigerant pumps and motor, purge
system, control panel with machine status, diagnostic display and safeties, interconnecting
piping, absorbent, inhibitor and refrigerant, auxiliary components and accessories.
1.10 Initial charge of Chemicals (Li-Br etc.) required for commissioning and running the
system are in bidder’s scope as part of VAM supply itself. This shall include the guarantee
period also.
1.11 The location for installation of VAM unit and chilled water pumps is in the Ammonia-1
compressor house. The installation of cooling coils and filtration & mist elimination
systems is to be done at individual filter houses of PAC-1 and PAC-2 of Ammonia plant.
1.12 The filtration system supplied by the bidder is to be in following sequence- weather hood,
bird screen, pre-filter sets (two stage), cooling coil, mist eliminator cum filter, final filter,
and protection grid mesh.
1.13 The existing entire filter house shall be replaced with new SS304 construction. The new
filter house shall be of modular unidirectional type.
1.14 The VAM unit combined for PAC-1 and PAC-2 of ammonia plant with all the auxiliaries
and accessories will be installed in Ammonia-1 compressor house and the chilled water
will be supplied to the filter house of PAC-1 and PAC-2 from common header.
1.15 Bidder shall visit or depute technical representative to study and understand the site
conditions, existing layout of the filter house and the quantum and nature of work as per
the scope, before finalizing the technical offer.
1.16 Removal of existing filter house is in the Bidders scope. The existing filter house removal
and installation of new modular filter house job is to be carried out within 6 (six) days,
when the plant is under shutdown.
1.17 The technical data and documentation to be submitted by the Bidder has been mentioned
in Annexure-3.
1.18 After getting LOI/ PO, Bidder should get the QAP, drawings etc. approved by RCF as
well as from TPI, before starting the job. Bidder shall give 1 (one) week advance
intimation for shop inspection and testing where ever required.
1.19 Along with supply of equipment, bidder shall submit data of consumption of steam,
cooling water flow required, power consumption and chilled water flow required- at
various load conditions from 10% to 100% load in matrix form.
2 |Page
1.20 Any instrumentation and control fittings/ sensors/ thermostats shall be mounted in such a
way that they can be removed easily from outside the filter house without opening the
filter house door. This checking/ maintenance job should be possible on-line when the
compressor is running.
1.21 The maximum allowed noise level shall be 85dbA at one meter from VAM house with
the maximum sound emission.
1.22 Bidder shall submit the data sheet for pumps and motors in centrifugal pump data sheet as
per API standard 610 latest edition formats. Bidder shall also submit static and dynamic
forces on foundation bolts for foundation design.
1.23 The bidder shall have full-fledged servicing facilities for VAM in India. The bidder shall
attach the details of servicing facilities along with the technical bid.
1.24 Bidder shall submit 16 point MSDS for the chemicals used in VAM.
1.25 Copper or its alloys shall not be used as MOC of any part or thereof for any equipment.
1.26 All motors, instruments, junction box, switches, control panels, etc. mounted on the
VAM and motors for the pumps near VAM plot shall be suitable for use in
Hazardous area Zone-2 Gas Group-II C.
2. Mechanical requirements
2.1 Filter House- MOC for entire filter house shall be SS304. Four stage filtration including
mist eliminator and cooling coil. The housing which encloses the pre-filter and cooling
coil, mist eliminator and the ducting connecting the existing compressor air inlet pipe is
to be fabricated in plates of SS 304. The design of such housing and ducting is to be made
aerodynamic, to achieve minimum pressure drop. The filter house shall be having access
doors for maintenance purpose from dirty air sides. Such 04 nos. of doors shall be
provided. Separate door shall be provided for Cooling Coil maintenance purpose. 1 (one)
no. of implosion door of suitable design shall be provided based on deadweight principle.
The frame of this housing is to be fabricated from SS angles of ISA 75 x 75 or higher size
/ SS channels. The housing shall be supported on existing structure. Extension of the
existing support structure required if any, shall be discussed before technical bid.
Fabrication and installation of such supporting structure is in bidder’s scope. If any
grouting is required for such structure then it will be in scope of RCF Civil department.
The filter house shall be of modular type for easy and fast installation during shutdown.
2.1.1 Weather hood & Bird screen - Bidder shall provide weather hood, bird screens before
the pre-filter. The MOC of weather hood, bird screens is SS 304. Hood is to be fabricated
in SS plate. Weather hood shall be such that the opening of hood is pointed downwards
so that the ambient air must turn upwards to flow into the inlet filtration system to avoid
entry of rain water.
2.1.2 Pre-filter section -Bidder shall provide pre-filter at the inlet of the cooling coil. Pre-
filters shall be combination of two filters with one mounting wall. These elements shall
be of G4 & M6 grade as per EN 779-2012 standard. Both elements shall be fitted in a
single mounting frame. The mounting frames shall be of SS 304. The pre-filter shall
have arrangement for removal and cleaning on-line.
First filter element shall be of short reverse pocket type G4 grade filter as per EN 779-
2012 standard, 100% synthetic material, non-woven type, progressive density media,
compact short pocket filters. These Pre filters to mount on standard frame size of 610mm
x 610mm. Pocket depth shall be 330 mm. The pockets shall be containing metallic frame
inside in order to avoid any falling of pockets & should enable complete utilization of
filter area. The Pocket filter header frame shall be leak-proof with pockets moulded on
3 |Page
to the polyurethane frame with injection moulding technology. The PU mounting frame
should have metal insert for strengthening of the frame. No exposed metal components
should be offered. The filters should have aerodynamic spacers within individual
pockets to maintain lower pressure drops and account for homogenous and complete
utilisation of the filter media. The pockets should be self-supporting to avoid dust
shedding during vibrations and leak-proof with ultrasonically welded pockets.
Second filter shall be of long pocket type M6 grade filter as per EN 779-2012 standard.
The filters shall be with 100% synthetic material, non-woven type, progressive density
media, long pocket filters. These elements shall be mounted on standard frame size of
610mm x 610mm. Pocket depth shall be 650 mm. Both filter elements shall be re-
conditionable. The Pocket filter header frame shall be leak-proof with pockets moulded
on to the polyurethane frame with injection moulding technology. The PU mounting
frame should have metal insert for strengthening of the frame. No exposed metal
components should be offered. The filters should have aerodynamic spacers within
individual pockets to maintain lower pressure drops and account for homogenous and
complete utilisation of the filter media. The pockets should be self-supporting to avoid
dust shedding during vibrations and leak-proof with ultrasonically welded pockets.
2.1.3 Cooling coil- Air Cooling coil shall be finned tubes coil. The MOC for tube shall be SA
213 Grade SS 304L and that for fins is aluminium. The tubes used for the coil shall be
seamless tubes. The tubes should be purchased from reputed SS tube manufacturers or
their authorized dealers only. The cooling coil can be in modular construction and
assembled at site, for ease of rigging during installation. Flange joints shall be provided
between coil header and the chilled water lines. These joints shall be outside the coil
enclosure. There should be adequate arrangement of collection and draining of the
condensed moisture that might accumulate on the coil, for quick draining. The coil along
with housing and the connecting ducting shall be supported on SS structure – fabricated
in ISMC 200 channels and is in bidder’s scope.
2.1.4 Mist elimination – Bidder shall design and erect mist eliminator cum filter stage in the
filter house. The mist eliminator cum filter shall be of G4 grade as per EN 779-2012
standard. The filters should be with reverse short pocket type construction. The elements
should perform dual duties of Mist elimination cum filtration. These elements shall
ensure superlative durability, high arrestance, long useful lifetimes & high cost
efficiency. The filters should be with 100% synthetic, non-woven type, progressive
density media, short reverse pocket filters. The Pocket filter header frame shall be leak-
proof with pockets moulded on to the polyurethane frame with injection moulding
technology. The PU mounting frame should have metal insert for strengthening of the
frame. No exposed metal components should be offered. The pockets should be self-
supporting to avoid dust shedding during vibrations and leak-proof with ultrasonically
welded pockets. The pockets shall be containing metallic frame inside in order to avoid
any falling of pockets & should enable complete utilization of filter area. No mechanical
separators other than media type mist eliminator shall be used. These elements shall be
mounted on standard frame size of 610mm x 610mm. Pocket depth shall be 330 mm.
Bidder shall provide proper arrangement for collection and draining of moisture
collected at the mist elimination stage.
2.1.5 Fine filtration- Bidder shall provide fine filter stage. The final filter shall be of F9
filtration grade as per EN 779-2012 standard, with a minimum initial efficiency for 0.4
micron particles to be 75% or more. The filter media used should be of graded density
and should be made up of 100% synthetic fibres. No cellulose binder or cellulose in any
other form should be supplied. These filters should not have any metal coming in contact
with filter media & pleat separation should be done with glue beading throughout the
4 |Page
pleat depth. These elements shall be mounted on standard frame size of 610 mm x 610
mm.
2.1.6 Protection grid after final filter shall be provided with MOC as SS304.
2.1.7 Pressure drop measurement- Bidder shall provide permanent instrumentation to
measure pressure drop separately across the pre filter and cooling coil stage, across mist
eliminator stage and across fine filter stage. The total pressure drop across pre filter
stage, cooling coil and mist eliminator cum filter and fine filter stage, taken together in
clean condition, shall not be more than 30 mm WC. This figure shall be verified during
GTR.
2.1.8 Temperature measurement- Bidder shall provide temperature measurement with RTD
sensor and digital read out with proper resolution for permanent measurement of air
temperature at outlet of fine filter stage for regular measurement / monitoring of the
temperature of air, as well as during GTR.
2.2 VAM - The Li-Br based vapour absorption machine with all its accessories and auxiliaries
including associated electrical, instrumentation and control equipment, shall be erected on
open space in Ammonia-1 compressor house. Unit shall be capable of continuous
operation from 10-100% capacity. The temperature of air at the inlet of compressor is to
be maintained automatically constant at any set point (at 150C or any point above that) by
controlling chilled water flow. The required control instrumentation shall be provided by
the bidder.
2.2.1 Pumps-
2.2.1.1 Solution Pump and Refrigerant Pump - The pumps shall be centrifugal, canned motor
type. Pumps shall be hermetically sealed. Provision of strainer, suction, discharge and
Non return valves and piping for all pumps is in bidder’s scope. All pumps shall be 1W
+ 1 STBY (VAM pumps shall also be 1W + 1S). Bidder shall provide bearing wear
monitor with entire monitoring system on the canned pumps.
2.2.1.2 Chilled water pumps and condensate pumps along with suction, discharge and Non
return valves and piping are in bidder’s scope. The chilled water pumps shall be of
centrifugal back pull out type construction, as per ISO 5199 standard latest edition,
having single, balanced mechanical seal and oil lubricated. There shall be 1 W +
1STBY pump
2.2.2 Motors- All the pumps are to be supplied with coupling, coupling guard foundation
bolts and driver motors. The motors shall be energy efficient and suitable for continuous
duty. All motors mounted on the VAM and motors for the pumps near VAM plot
shall be suitable for use in Hazardous area Zone-2 Gas Group-II C.
2.2.3 Evaporator, Absorber and Condenser-
2.2.3.1 MOC of tubes shall be as per ASTM A213 SS-316L Seamless tubes. Shell is IS-2062.
The balance material of construction shall be as per bidder’s standard.
2.2.3.2 The Generators – MOC of tubes shall be ASTM A213 SS-304L seamless tubes or SS
430 Ti or better corrosion resistant material. Shell is IS-2062.
2.2.3.3 The balance material of construction shall be as per bidder’s standard. Tube sheet- IS-
2062 Gr. B / Equivalent boiler grade plate. Bidder shall specify the design pressure and
test pressures for all vessels and exchangers in the technical bid.
2.2.4 PRDS- PRDS with spray pumps, motor, its piping & controls shall be provided by the
bidder as per steam requirement of VAM since steam side maximum pressure. &
temperature is 36 kg/cm2g and 3800C. The spray water if required for de-superheating
5 |Page
shall be taken from condensate tank provided in the vendor scope. Party should use
condensate by providing de-superheating pump for de-superheating the steam. Party
shall not use DM water as spray water.
2.2.5 Condensate system- The steam condensate of VAM is to be taken to elevation of 10-
15 meters and supplied to existing de-aerator tank situated 150-200 meters away from
proposed VAM location. The de-aerator tank is at pressure of 1.2 kg/cm2g. Bidder will
design and supply condensate pumps with motors, along with suction / discharge valves,
NRVs, gauges etc. The line size for condensate line shall be mentioned by bidder in
technical bid.
2.2.6 Valves- All the isolation valves, pipes and pipe fittings in the battery limit of VAM are
in bidder’s scope. Isolation valves should be installed at inlet & outlet to enable easy
maintenance of all pumps. The isolation valves of chilled water pump, condensate pump
de-super heater pump shall be flanged type, rising stem, gate valves. MOC of valve for
chilled water shall be CS (A105/A216 Gr WCB). MOC for steam valves shall be Carbon
steel (A105/A216 Gr WCB). MOC of cooling water valves is CS (A105/A216 Gr
WCB). For condensate, de-super heater, make up and drain lines ball valve may be
acceptable. Valves shall be design and tested as per applicable code.
2.2.7 Piping- MOC for cooling coil–water drain lines shall be (ASTM A312 Gr 304L) SS
304L. Cooling water pipe, chilled water pipe, steam pipe, condensate pipe, de-super
heater pipe, makeup and drain pipes shall be A 106 Gr B Sch 40.
2.2.8 All holding down bolts, anchor bolts (MOC- high tensile steel) are in bidder’s scope.
2.2.9 Insulation- The hot insulation of steam lines and vessel including material and
application, as per IS-7413 latest revision is in bidder’s scope. The cold insulation of
VAM unit, chilled water lines, Cooling coil ducting, filter house inside area, if required,
as per IS-7240 latest revision is in bidder’s scope. MOC for insulation of VAM, chilled
water line and cooling coil - Nitrile rubber. Thermacol will not be accepted.
2.2.10 Gaskets- For cooling water and chilled water, spiral wound type. For steam lines ready-
made spiral wound graphite gaskets to be used. Party is free to use better material.
2.2.11 Painting- All MS parts of the VAM unit shall be painted with 1 coat of primer followed
by 2 coats of grey colour CR paint. Bidder shall submit their paint procedure for RCF
review, along with technical bid.
2.2.12 Load data– All the civil jobs for foundation and grouting are in RCF’s scope. Bidders
shall provide load data and layout drawings to RCF. Rigging and operating weight of
equipment shall be provided by bidder along with GA, foundation drawings, P&I
diagram
2.3 Vendor for filters- For pocket type and pleated filters- Camfil Farr, Donaldson, American
air filters, Freudenberg, GEA Delbag Luftfilter only.
2.4 Technical specifications
Gate & Globe Valves: Type Gate, bolted bonnet, regular bore
Inlet / outlet connections Flanged to ANSI B 16.5 (Size 50 NB & Above)
SW 800 to ANSI B 16.11 (Size 40 NB & Below)
Operation Manual
Material of construction Size 40 NB & below :
Body & Bonnet – ASTM A 105
Stem – 13% Cr / SS 410 / eq.
Gate/Wedge & Seat – 13% Cr / SS 410 / eq.
Size 50 NB & above :
6 |Page
Body & Bonnet – ASTM A 216 WCB
Stem – 13% Cr / SS 410 / eq.
Gate/Wedge & Seat – WCB + 13% Cr / eq.
Non Return Valves : Type Wafer type
Class As required
Inlet / outlet connections Suitable to be sandwiched between ANSI B 16.5
flanges of suitable rating.
Material of construction Body – WCB
Disc- CI / SGI / WCB

Strainers : Type Flanged to ASA 150# RF / FF Dimn.B 16.5


Mesh 20 / 40
Material of construction Body – WCB/ Fabricated Body
Element – SS 304
Sealing – Graphite / CAF
Pipes & fittings: Chilled water SA 106 GR B
Cooling Water SA 106 GR B
Steam SA 106 GR B
Condensate SA 106 GR B

Insulation: Cold Insulation 50 mm thick PUF insulation of 36 kg/m3 density


with 24 G cladding
Hot Insulation (If Any) 50 mm thick Mineral Wool Insulation of 100
kg/m3 density with 24 G SWG cladding

Painting: Painting One Layer of Primer and Enamel Painting for


piping supports structure & CW piping only.
2.5 LIST OF VENDORS: Mechanical
SN Description Make

1 Angle Valves L&T/ Intervalve/ Expert/ BDK/ KSB/ Kirloskar/ Steelstrong /


ZED Valves
2 Butterfly valves L&T/ Intervalve/ Expert/ BDK/ KSB/ Kirloskar/ Steelstrong/
Advance / ZED Valves
3 Gate Valves L&T/ Intervalve/ Expert/ BDK/ KSB/ Kirloskar/ Steelstrong /
ZED Valves
4 Ball valves L&T/ Intervalve/ Expert/ BDK/ KSB/ Kirloskar/ Steelstrong /
ZED Valves
5 NRV Expert / Advance/ Intervalve/ Leader/ C&R
6 Y strainer Guj Autofilt /Sant/ Trishul/ Emrald/ Leader / ZED Valves
7 Pneumatic Three Forbes marshall, honeywell, siemens, belimo, tyco
way
8 Pipes (MS - Tata / Jindal / Indian Seamless / Remi metal Gujarat Ltd /
SEAMLESS) Surendra / Indus / Zenith/ Maharashtra Seamless/ ISMT/
Mahalaxmi
9 Tubes Ratnadeep / Ratnamani / Heavy metal & Tubes ltd /
10 Pipe fittings Parmar / Navkar Fittings / Paras Fittings / Fit Tech
11 Cold Insulation Armaflex/ Superlon/ Torcellen/ Llyod/ Beardcell/ K-flex

7 |Page
12 Hot Insulation UP Twiga/ Owens Corning/ Kinnco/ Llyod/ Beardcell
(Mineral or rock
wool)
13 Steel structures SAIL / TISCO / Jindal
14 Hardware Parmar / Thermax approved vendors
15 Gaskets IGP / MIP / Packings and Jointings/ Mechanical Packings /
Perfect Gaskets
16 Pumps KBL/KSB/AKAY/Mather & Platt, Teikoku, Nikkiso etc.

3. Electrical requirements
3.1 The electrical panel required for operation & control of electrical equipment & other
accessories, electrical motors shall be in bidder’s scope and it should be suitable for
operating in hazardous area Zone-2, Gas Group-IIC.
3.2 Provision of dedicated plate earthing for the purpose of equipment earthing shall be done
in existing earthing pits by the bidder. Double earthing to be provided to all equipment,
control panels, motors etc. Bidder shall ensure double earthing to all equipment & Control
Panels of the chiller system from the earthing pits.
3.3 Electrical power control panel & cables for further distribution of power from panel to
electrical equipment & associated accessories shall be in the scope of the bidder. Similarly
the motors, cables etc. shall also be in the bidder’s scope.
3.4 For Motors specification refer Annexure-4
3.5 Motors shall be energy efficient with IP 55 degree of protection.
3.6 Bidder shall submit the total electrical power requirement for the VAM system, along with
details of various motors required including their sizing / rating during the technical bid,
for enabling RCF to decide electrical power supply provision, incoming cable size etc.
3.7 The electrical power and control panel for motors of 415 V rating shall be separate and
shall house the power and control wiring of the motors. The tie feeder and motor feeder
breakers shall be provided with latest state of the art static protection relays, intelligent
energy meter and other metering. The above panels and cabling with in the battery limits
shall be entirely in the Bidder’s scope.
3.8 RCF shall provide 3 Phase/ 415V AC single point supply for VAM system. Further
distribution of supply for individual panel/equipment shall be in in bidder’s scope.
3.9 Wiring diagrams for power and control circuitry including interlocks etc. should be
submitted at the time of drawing approval.
3.10 The list of electrical panel suppliers, cables, motors, VFDs etc. shall be submitted to RCF
for approval along with the technical bid.
3.11 Erection and commissioning of the entire electrical system shall be in the Bidder’s scope.
3.12 Any other electrical equipment required for the completeness of the system shall also be
incorporated in this scope. The bidder shall not be absolved from his responsibility of
providing the same if the requirement comes up at the later stage.
3.13 All the panels should have “ON” indication on rear side also.
3.14 All electrical equipment like motors, power and control panels, switches, Junction Boxes
etc. shall be suitable for use in Hazardous area Zone-2 Gas group IIC and shall be
certified by appropriate approving authority.

8 |Page
3.15 Supplier List - Electrical Items and accessories
SN Item details Supplier name
1 Motors Siemens / Hindustan / CG / BBL / Kirloskar / ABB
Accessories for Electrical Panels
2 Power & Auxiliary contactors, Siemens only
Timers, Control fuse and fuse holder
3 Control plug-in relays Paramount / Omron only
4 Indication Lamps Siemens / Binay /Altos / L&T / Essen
5 Power Switch L&T / Socomec / Siemens
6 Control Switches, Push Button Siemens / L&T / Kaycee / Recom
7 Switches / fuse / MCB Siemens / L&T / GE / MDS
8 Meters / Transducers / Signal AE / Meco / Rishabh / Veritec
Isolators
9 Terminals Wago / Phoenix / Elmex.
4. Instrumentation requirements- The details of Scope of supply for Instrumentation related
items has been mentioned in Annexure-5
5. Battery limits- Following are the battery limits of Bidder fixed for the VAM.
5.1 For steam - Inlet flange of generator (steam fired). The steam control valve, PRDS and
flow meter shall be loose supply in bidder’s scope. Final hook-up of the steam line will
be done by RCF.
5.2 For condensate- The outlet flange of the condensate at condensate pump discharge valve
5.3 For cooling water (VAM end) - inlet and outlet to VAM- 1 meter from VAM house.
5.4 For Air and DM water- 1 meter from VAM house.
5.5 3 Phase/ 415V AC single point supply at substation.
6. Inspection and testing- All the equipment shall be subjected to shop inspection at various
manufacturing stages. VAM shall be performance tested for offered capacity at specified
chilled water, cooling water & steam pressure, which shall be witnessed by TPI- LRIS/ TUV/
SGS/ BV / DNV / PDIL, as well as RCF representative.
6.1 Bidder shall submit QAP along with Technical bid for RCF review. This will be later on
to be approved by TPI.
6.2 The TPI agency shall be LRIS/ TUV/ SGS/ BV / DNV / PDIL. The TPI inspection is
responsibility of bidder and thus bidder has to give sufficient advance intimation to TPI
and the get the shop inspection done. Bidder shall plan activities and inspection dates
accordingly. VAM testing shall be done under TPI only.
6.3 The TPI charges will be borne by bidder and these charges will be quoted separately in
price bid.
6.4 Acceptance of shop tests or shop inspection by Purchaser’s inspector shall not absolve the
bidder of not taking responsibility to fulfil the guarantee specified in the offer.
6.5 Bidder shall clearly mention the steam conditions (pressure and temperature) at which
testing of VAM shall be done at bidder’s works on test bed, during acceptance testing at
full load and also submit calculations to convert the observed steam consumption (during
testing on test bed) in to steam consumption for conditions mentioned in NIT i.e. 36
kg/cm2g and 380 0C.
6.6 Bidder shall submit detailed procedure that will be followed for performance testing and
measurement of steam consumption during test bed testing of VAM, in technical bid.
9 |Page
6.7 Bidder shall demonstrate full load TR capacity of VAM during shop testing. There shall
not be any negative tolerance for VAM Capacity.
6.8 No measurement tolerance is acceptable on Utility consumption figures mentioned in
offer. In case of any such tolerances mentioned by bidder, the consumption figure will be
loaded with +ve tolerance figure during bid evaluation.
6.9 Approval of drawing for VAM, cooling coils, filter house and balance plant will be done
by RCF. TPI shall be responsible for inspection as per these approved drawings and NIT
requirements.
6.10 The TPI scope shall be as follows
TPI scope RCF scope
Approval of QAP By TPI Review
Testing of material of cooling coil and plates for Document review Document review
housing & thickness testing
Review and certify before dispatch – that all the Document review
equipment vendors/sub vendors are as per
approved list in NIT for mechanical, electrical as
well as instrumentation parts.
Hydro testing of cooling coils Witness Document review
Dimensional checking of cooling coil and final Witness Document review
dispatch clearance
Review of certificates for pre-filter, mist Document review Document review
eliminator cum filter and fine filter and check
compliance with EN 779 standard.
Witness Shop testing of VAM and check for Witness Witness
satisfactory performance at various loads &
certify full load TR capacity and consumption of
utilities – i.e. steam in MT/hr and power in KW,
for full load operation of VAM and give final
dispatch clearance.
Note - However final acceptance test shall be carried out at the site by RCF after erection.
7. Erection and commissioning- The erection and commissioning of entire inlet air cooling
system along with all auxiliaries and all mechanical, electrical, instrumentation parts is in
bidder’s scope. This includes supervision and labour for the job. The scope includes
following but is not limited to
7.1 Transportation, unloading of all equipment at site- Party shall arrange all required
manpower and tools and tackles for this job.
7.2 Placing the equipment on their respective foundation and its erection including labour as
required for it.
7.3 Erection of filtration and mist elimination system.
7.4 Erection of VAM unit and complete all pre commissioning activities
7.5 Hot and cold insulation of the VAM and connected lines, filter housing etc.
7.6 Non-shutdown activity
7.6.1 Erection job is to be started within 1 week from receipt of material at site.

10 | P a g e
7.6.2 Erection and pre commissioning activities, which will be termed as ‘mechanical
completion’, of VAM and associated piping are to be completed within 6 weeks from
date of commencement of erection and pre-commissioning activities.
7.7 During shutdown activity
7.7.1 The jobs of each PAC filter house for which plant shutdown is necessary, is to be carried
out in 6 (six) days. During shutdown work permit will be issued for round the clock.
The same shall be commissioned / taken in line under supervision of the supplier after
plant start-up.
7.7.2 Vendor will be given 7 days prior information for mobilisation during shutdown.
7.7.3 For VAM installation and filter house erection-commissioning, three separate
mobilisations will be required as shutdown of both the plants is not planned at same
time. There may be about 6 month’s gap between two shutdowns. The tentative
shutdown plans for Ammonia plant are in May-2017 and Nov-2017.
7.7.4 Erection-commissioning activities are;
a. VAM installation and related/ associated piping job.
b. Installation, commissioning of Filter house along with chiller for first PAC.
c. Installation, commissioning of Filter house along with chiller for second PAC.
7.8 The Bidder shall also provide supervision services for commissioning as well as
GUARANTEE TEST.
7.9 All the consumables and spares required for commissioning are in Bidder’s scope.
7.10 RCF can provide crane for erection job, free of cost subject to availability. Bidder is free
to organize their own crane/ hydra for the job, however no additional charges will be paid.
8. Annual maintenance contract- Bidder shall sign Annual Maintenance Contract for a
period of 5 years for maintenance of the VAM, after completion of Guarantee period.
8.1 This AMC shall include periodic check, preventive and corrective maintenance jobs
related to mechanical, electrical, and instrumentation including supply and make up of
chemicals/consumables for the VAM and filter house.
8.2 The periodicity of checking shall be adequate for detecting and rectifying equipment
problems well in advance. Additionally, services shall be made available within 24hrs in
case of breakdown intimation.
8.3 The value of such AMC as lump sum amount per year shall be separately indicated in
price bid.
8.4 AMC amount shall include cost of labour, visit and cost of chemicals/consumables. The
cost of 5 years AMC will be considered during evaluation of the price bid.
8.5 After 5 years RCF reserves right to extend AMC or go for any other service provider for
maintenance of VAM.
9. RCF’s scope- The RCF’s scope will be limited to following
9.1 Crane required for unloading and erection jobs shall be arranged by RCF free of charge.
The crane accessibility for the existing location shall be discussed during technical
discussion and Bidder shall confirm that the job can be done with existing cranes available
with RCF, after considering weights of all components. If the RCF crane facility is not
adequate, bidders will make their own arrangement – for which no charges will be paid
by RCF.

11 | P a g e
9.2 Civil Foundation jobs will be done by RCF. Bidder shall provide load data and GA
drawing for the same.
9.3 The required shed and sheeting job for VAM house is in RCF scope.
9.4 Following piping jobs including procurement of material, fabrication and erection, are in
RCF scope, for which details of line size, insulation thickness/ type shall be furnished by
the bidder.
9.4.1 Steam line from existing steam header to VAM generator inlet flange (steam fired).
9.4.2 DM water line from existing header to VAM house BL.
9.4.3 Instrument Air line from existing header to VAM house BL.
9.4.4 Condensate piping from VAM battery limit to the desired location.
9.5 Single source incoming power cable shall be arranged by RCF up to the electrical panel
of VAM installed by the bidder.
10. Training- Bidder shall impart on the job training for the operating staff and maintenance
staff for proper operation and maintenance of the equipment, without any additional cost.
11. Guarantee- The guarantee test procedure is mentioned in Annexure-6
11.1 The equipment shall be shop tested for demonstration of full TR capacity and also for
demonstration of steam consumption in MT/hr and power consumption in KW, for full
load operation of VAM. The guaranteed figures mentioned by the bidder, for steam,
cooling water and power consumption, shall be checked and certified by RCF and TPI
agency. Utility consumption values should be equal to or less than values given by the
party in their bid.
11.2 Bidder shall guarantee the equipment and their components against faulty design and
manufacturing with regard to mechanical / electrical / instrumentation adequacies like
reliable performance and workmanship.
11.3 Bidder shall give guarantee for sustained trouble free operation of Inlet air cooling system
for cooling the process air of compressor suction side to achieve air temperature of 15 0C,
measured with RTD at downstream of fine filter stage, for conditions specified in
Annexure-2 and also for any other conditions of ambient air with same heat content
considering the %RH and temperature together.
11.4 The guarantee shall be for trouble free operation for period of 18 months from date of
successful commissioning or 24 months from date of mechanical completion, whichever
is earlier. Requirement of any chemicals/consumables as make-up during this period shall
be provided free of cost by the party.
11.5 Bidder shall give guarantee that there will not be any accumulation of moisture on cooling
coil and the moisture will get drained out of filter house and will not affect the heat
exchange efficiency of the coil.
11.6 During GTR, bidder shall demonstrate that the air temperature at the downstream side of
fine filter stage is 150C or less.
11.7 During GTR, bidder shall demonstrate that the pressure drop across pre-filter set, cooling
coil, mist eliminator and fine filter taken together, is maximum 30 mm WC.
11.8 In case of any deviation in any of the above performance, bidder shall carry out all the
necessary modifications to meet the performance criteria, at his own risk and cost, within
reasonable time. Even after modification, if the performance does not meet the above
criteria, then equipment will not be accepted. In such case Bidder shall be given mutually

12 | P a g e
agreed time frame to make any rectifications required to meet the required performance,
at his own risk and cost.
11.9 The performance of the equipment shall be checked under different ambient conditions
including summer, within the Guarantee period, i.e. within 18 months from date of
commissioning, and if performance criterion is not met then entire amount of PBG shall
be forfeited.
12. Time period- Following time period has been decided.
12.1 The material is to be supplied within 6 (six) months from the date of placement of
purchase order.
12.2 Erection job is to be started with in 1 (one) week from receipt of material at site.
12.3 Erection and pre commissioning activities, which will be termed as ‘mechanical
completion’, are to be completed within 6 (six) weeks for VAM and its associated piping
and 6 (six) days of each filter house from date of commencement of these activities.
12.4 Hook up and final commissioning shall be done as per schedule mentioned in clause no
7 (Erection and commissioning) and its sub points of this document.
13. Mode of Quotation- In Two bids: in two separate envelops
13.1 Techno commercial bid- comprising of EMD + Technical Offer + Un-priced commercial
bid with prices blanked out.
13.2 Price bid - The price bid shall have 5 components
13.2.1 Lump sum Charges for supply of the complete inlet chilling system as a package
including multi stage filtration and mist elimination system, chilling coil, its housing,
associated piping, VAM package, chemicals/ consumables, including all mechanical,
electrical and instrumentation equipment.
13.2.2 Lump sum labour charges for erection and commissioning of the inlet air chilling system
(VAM and filter house) including supervision and guarantee test run of the equipment.
13.2.3 Charges towards 5 years AMC after the guarantee period for maintenance of the unit
including cost of chemicals/consumables. The AMC charges shall be considered during
evaluation of price bid. The evaluation criteria to be followed is given at Annexure-7
13.2.4 List of Mandatory Spares are as per Annexure-10. Item wise prices of mandatory spares
are to be given separately in price bid. These prices of mandatory spares shall be
considered during evaluation of price bid.
13.2.5 List of recommended operation spares required for 2 years shall be included in the
technical bid. Prices of spares are to be given separately in price bid. However these
prices of spares will not be taken in to consideration during bid evaluation.
14. Prequalification criteria: As per Annexure-8
15. Payment Terms;
15.1. Following payments shall be made on material supply value:
a) 50% within 30 days of receipt of material at RCF site
b) 10% against mechanical completion of VAM and its associated piping.
c) 10% against mechanical completion of Filter house for first PAC.
d) 10% against mechanical completion of Filter house for second PAC.
e) 20% against successful GTR.
13 | P a g e
15.2. Following payments shall be made on Erection & Commissioning value within 30 days:
a) 30% against mechanical completion of VAM and its associated piping.
b) 25% against mechanical completion of Filter house for first PAC.
c) 25% against mechanical completion of Filter house for second PAC.
d) 20% against commissioning and successful GTR.
16. Guarantee period: WARRANTY (DEFECT LIABILITY) FOR A PERIOD OF 18
MONTHS FROM THE DATE OF SUCCESSFUL COMMISSIONING OR 24 MONTHS
FROM THE DATE OF SUPPLY WHICHEVER IS EARLIER.

14 | P a g e
Annexure-2
Technical data and availability of existing utilities
A) Process Air compressor Operating data:
Individual Air Compressor (PAC-1 and PAC-2) rated parameters are as follows;
Suction pressure 1.02 kg/cm2a (ambient)
Rated Suction flow (of one compressor) 61183 Nm3/hr
Rated Suction temperature 35 degC
Rated Suction Relative humidity 67 %
Normal Suction Temp 32 degC
Average Relative Humidity 80 %
Required outlet air temperature from filter house 15 degC (after installation of VAM)
Required outlet air humidity from filter house 100 % (after installation of VAM)
Discharge pressure 35 kg/cm2a
Discharge temperature 170 degC
B) Existing Filter House Mechanical data:
1) Dimensions of existing filter house W x H x L = 2750 mm x 2750 mm x 3900 mm
2) Dimensions of Evaporative cooling unit 1875 mm x 2750 mm x 2400 mm
3) Details of existing filters
a. 1st stage: Paper filter media (for evaporative cooling system)
b. 2nd (final) stage: DriPak, type-2530 6 pocket, size: 24 x 24 x 12 inch. No of filters-20.
c. Pressure drop: 18 mm Aq
d. Separation efficiency 0.4 microns 85 %
e. Existing filter house platform size: 6500 mm x 4600 mm
f. Suction pipe size: 48"
g. Elevation of the filter house from ground level (platform): 11 m
C) Availability of Existing Utilities:
The following utilities shall be made available by RCF at the battery limit of the Vapor
absorption machine / unit. (Inlet/Outlet Flange of machine)
1. Steam: Pressure: 36.0 – 37.5 kg/cm2g and Temperature: 370 - 3900C
2. DM Water
2.1 Pressure: @ 18 - 20 kg/cm2g and 4 – 5 kg/cm2
2.2 Temperature (Inlet/Outlet): 45 - 55 0C.
3. Electrical Power: 415 V/50 Hz with three phase supply.
4. Instrument Air Pressure: 5 to 6 bar
5. Cooling Water: Pressure 3.5 kg/cm2 and Temperature 35 0C

15 | P a g e
Annexure-3
Technical data / documents to be furnished by the bidder
A. Along with technical bid:
Bidder shall submit following data along with technical bid.
1. Chilled water circuit:
1.1 Capacity in TR
1.2 Chilled water flow m3/hr
1.3 Chilled water temperature degC (Inlet/Outlet)
1.4 Fouling factor m2hr °C /kcal
2. Cooling water circuit:
2.1 Cooling water flow rate m3/hr
2.2 Cooling water temperature °C (Inlet/Outlet)
2.3 Fouling factor m2hr °C /kcal
3. Steam circuit (as source):
3.1 Steam consumption: kg/hr
3.2 Steam inlet pressure kg/cm2 (g)
3.3 Condensate temperature degC and outlet flow kg/hr
3.4 Pressure of condensate at battery limit bar (g)
3.5 Condensate flow m3/hr
4. Filter house
4.1 Type of filters (filter grade, size) and number of filter to be installed.
4.2 Temperature and humidity of air at the outlet of filter house.
4.3 Pressure drop across individual filters and complete filter house including chilled water
coil and mist eliminator.
5. Electrical Circuit:
5.1 Power supply details.
5.2 Solution pump, refrigerant pump, Chilled water circulation and De-super heater pump
motors – power required and rating in kW
5.3 Power required for control panel and instruments - power required and rating kW
6. Physical Data (Indicative):
6.1 Length x Width x Height of VAM in meters
6.2 Length x Width x Height of entire filter house in meters
6.3 Weight of cooling coil in ton
6.4 Weight of VAM in tons
6.5 Space for tube cleaning (any one side-Lengthwise) m
6.6 Minimum clearances required around the VAM installation

16 | P a g e
7. Drawings:
7.1 Plot plan with dimensions of the entire scheme indicating location of cooling coil, piping,
filter house, location of VAM, various pumps.
7.2 Process Flow diagram.
8. List of equipment in VAM and filter house system which is in Bidder’s scope of supply.
9. List of spares required for 2 years. Prices to be given separately in price bid
10. List of Vendors/ Sub vendors - Item wise list of Vendors/ sub vendors for Mechanical
items i.e. pumps, valves, coil, tubes for cooling coil, pre-filter, mist eliminator, tubes for
various heat exchangers. Item wise list of Bidders for Electrical motors, panels, and for
Instrumentation items like PLC, control valves, all field instruments, which will be approved
by RCF during Technical evaluation.
11. Specifications of cooling coil- include schematic drawing, other details like MOC, and
thickness of tube.
12. Specification of various filters including Class and MOC of frame, media and dimensions.
13. Specification of mist eliminator- media, arrangement, dimensions.
14. List and Specification of all mechanical equipment including pumps, valves, tanks, vessels,
exchangers which are in Party’s scope of supply.
B. Within 2 weeks after placement of LOI/PO
Following documents shall be supplied by the bidder: (6 copies of each along with soft copy
on CD)
1. Process flow diagrams with Energy balance, P & I Diagram.
2. Structural design calculations and civil foundation drawings for approval by RCF civil
department.
3. Specification of all equipment and data sheets.
4. GA drawing for all mechanical and electrical equipment
5. GA drawing of VAM and filter house
6. Quality Assurance Plan for RCF’s approval.
7. Performance testing procedure in detail for shop testing.
8. Time schedule for completion of manufacturing activities as well as erection and
commissioning activities.
9. List of instruments and accessories with brief specification including sizing
10. Calculation of control valves and safety valves.
11. Purchase Specification, literature & Catalogue for all instrument items for major items.
12. Loop Diagram or safety interlock diagram
13. Power Distribution diagram
14. Control panel diagram along with panel pressurization interlock.
15. Instrument installation diagrams
16. Instrument hook-up drawings

17 | P a g e
17. Any item not indicated above but is essential for safe and smooth operation of the system
shall also be within the scope of the bidder.
C. Along with supply
1. As built drawing of VAM and filter house.
2. Complete spare part list with part numbers and cross sectional drawings for all mechanical
equipment.
3. Equipment operation and maintenance manuals for mechanical and electrical.
4. Calculation of control valves and safety valves.
5. Bill of material & essential spares list for mechanical, electrical and instrumentation for two
years trouble free operation
6. Material Safety Data Sheets (MSDS) for all the chemicals prescribed by the bidder to be
used in chiller unit.
7. Any item not indicated above but is essential for safe and smooth operation of the system
shall also be within the scope of the bidder.
8. Material test certificates
9. Results of non-destructive inspection (If applicable).
10. Records of dimensions.
11. Results of hydraulic tests and pneumatic tests whichever applicable as per relevant code.
12. Performance test report and
13. Guarantee certificate.
14. Test report/guarantee certificates for all bought out items.
15. Test reports for Electrical & Instrumentation equipment
16. Operation Manual for VAM unit indicating start up, shut down steps, troubleshooting steps,
tolerance of various parameters of VAM, consequences of deviation & ways to avoid or
control deviations.
17. Complete HAZOP study of VAM unit and air filtration and chilling system with control
measures & actions required.

18 | P a g e
Annexure-4
Specifications for New motor
GENERAL INSTRUCTIONS:
1. Standards as applicable: IS: 325:1996, 1231, 4691, 4728, 4889, 12075, 12615, 6381,
5572/15142 and, IEC 60034-30
2. Offers must strictly be accompanied by
a. Duly filled in specification sheet.
b. Statutory certificate from certifying and approving agency for use of motor in
hazardous area.
3. Application: To be specified
TECHNICAL SPECIFICATIONS: Common for motors-
Sr. ITEM REQUIREMENT OFFERED
Outdoor installation, [to be noted &
Altitude- Less than 1000 meters, complied]
1. Site conditions
Atmosphere: Saline and dusty,
Relative humidity: 100% max.
2. Rotor type Squirrel cage
3. Type of Enclosure/ cooling Totally Enclosed Fan cooled
4. Type of execution Increase Safety (EXe )
5. Hazardous area Zone 2, Gas Group: IIC
6. Safe stalling time (te)
7. Degree of protection IP55
8. Duty Continuous (S1)
9. Ambient Temperature 45 ºC [40 ºC not acceptable]
10. Rated Power
11. Rated voltage Three phase 415 volts, ± 10%
12. Rated Frequency 50 Hz, ± 5%
13. Combined variation ± 6% or higher
14. Connection
15. No. of poles / Speed
16. Mounting
17. Efficiency class IE2 Energy efficient
18. Insulation Class F (Temp rise limited to class B)
19. Direction of rotation Bi-directional
20. Method of starting Direct-On-Line
21. Frame size (IEC frame)
22. Efficiency at % load 100:_____, 75:_____, 50:______
23. Power factor at % load 100:_____, 75:_____, 50:______
Rated full load current
24.
[Amps]
25. Terminals 6-way. Preferably anti-vibration type
Suitable for AYWY cable. Suitable Term.
26. Cable entry
Box to rotate at 90º
27. Earthing bolts Two, with markings
28. Starting Current [% FLC]
29. Starting Torque [% FLT]
19 | P a g e
Anti-corrosive Epoxy Light Grey
30. Paint
(shade 631 of IS: 5)
31. Lubrication
Stainless steel with all standard details
32. Nameplate
engraved
12 months from the date of delivery / 18
33. Guarantee
months from supply.
Routine test report, Guarantee certificate,
Documents to be furnished
Instruction and maintenance manual. Ex-e
34. along with the delivery of the
[ERTL/CIMFR] certificate and CCoE
motor
(PESO) approval
35. Make offered
36. Dimensional drawing Must be furnished
37. Deviations Please specify

20 | P a g e
Annexure-5
Scope of supply for Instrumentation related items
1) SCOPE includes supply of complete instrumentation including spares and
documentation, inspection / testing at manufacturers’ works in accordance with this
specification, other documents, P & I Diagrams etc. They shall also comply with the
requirements of the relevant codes, and good Engineering practices. Vendor may include
additional instruments as per the standard practice for making operations safe and
efficient.
2) Completeness And Correctness :
2.1 Vendor shall ensure that system is complete in all respects, the models and prices quoted
include all components, accessories, services, documentation and other cost required to
meet these specification, so that the package can be commissioned and put on line without
any additional accessory / service(s).
2.2 If after placement of order, it is found necessary that vendor has to change the model
number / add accessories / components or additional services are required to meet the
requirements, vendors shall do so at their cost, even if model nos. might have been
approved, provided the requirements remain unchanged.
2.3 Vendor alone is fully responsible for correctness of the models and completeness of the
Instrumentation.
3) Hazardous Area Certification :
3.1 All Instruments shall be certified suitable for installation in Area classified as Gr. II C,
Temp. Class T3 as per IEC / EN.
3.2 Intrinsically safe field instruments & loops shall be used. Instruments certified as
intrinsically safe according to CENELEC - EEx ia II C T3 or better shall be provided to
the extent possible.
3.3 Only where intrinsically safe loops are not possible like solenoids etc., other types of
protection – EEx -d/e/p etc., complying with BIS/IEC/CENELEC shall be used.
(Certified apparatus/components to be used).
3.4 Certification for installation in hazardous areas in accordance with IEC 60079 series
is as follows: Thermocouples, RTD's: No certification, 500V DC insulation level,
Transmitters, I/P Converters etc.: Ex ia IIC T3, Analysers and Panels: Ex p II T3,
Solenoid Valve – Exd IIC T3, Junction Boxes and Cable Glands: Ex e II T3.
3.5 In addition to those certifications CCOE certifications are needed for electrical apparatus
in Hazardous area.
3.6 Any other applicable standards and the standards mentioned elsewhere in the package
unit.
4) EMI / RF Immunity - All Electrical / electronic Instruments shall be CE marked or
equivalent certified for protection against interference to / from nearby apparatus in
industrial environment. They shall comply with IEC 61000-6-2 for immunity to
emissions. The emission from the instruments shall comply with IEC 61000-6-4.
5) PROHIBITED MATERIALS - Copper, Zinc and their alloys such as Brass, Bronze shall
not be used for any part of the equipment in contact with process fluids and for exposed
area, since traces of Ammonia, CO2 may be present due to Industrial environment. Viton

21 | P a g e
is not allowed as sealing material, e.g. as O-rings when ammonia or methanol may
occur in the fluids.
5.1 Material certificates according to EN 10204 (2.2 or 3.1.B) are required for pressure
retaining parts for on-line instruments.
6) Protection Against Environment
6.1 All equipment shall be suitable for use and storage in a climate that can be described as
hot with high humidity. Showers, thunderstorms and high winds shall be foreseen.
6.2 Copper, Silver, Zinc, Aluminium and their alloys shall not be used for any part of the
equipment in contact with process fluids and for exposed area, since traces of Ammonia,
CO2 may be present due to Industrial environment.
6.3 All Instruments shall be tropicalized, PCBs coated with conformal or other suitable
coating to provide protection against corrosion and fungus attack.
6.4 All non - SS materials exposed to atmosphere shall be epoxy painted / powder coated.
6.5 The degree of protection of enclosures for outdoor mounted all field instruments including
JBs etc. in general shall be Minimum IP - 65 in accordance with publication IEC 529.
Enclosures complying with NEMA 4X and 6 are accepted as alternatives.
6.6 All field mounted Transmitters shall be provided with FRP protective enclosures, with
easy access for zero / span adjustments - FRP enclosure make, design / drawing shall be
subject to RCF’s approval.
7) Instrument Power Supplies
7.1 Power Supply for control System & Solenoid valves 110 V AC + 10%, 1 ph, 50+ 3 % Hz,
UPS for Solenoids.
7.2 Power Supply for Lighting System 230 + 10 % V, 50 + 3 % Hz AC, 3-wire (Line, Neutral,
Ground).
7.2.1 For Panel Instruments - 110 + 10 % V AC, 50 + 3 % Hz, Single phase stabilized (3 wires
- Line, Neutral, Ground). 230 + 10 % V, 50 + 3 % Hz AC, 3-wire (Line, Neutral,
Ground) shall be made available at single point only at a sub distribution board (vendor’s
scope) through dual power pack. Vendor to derive 110 + 10 % V AC, 50 + 3 % Hz
stabilized power from it. If other power sources are required, they shall be derived in the
panel by Vendor through dual power packs and further distribution as required including
supply of cables with all other accessories / hardware shall be in Vendor’s scope. Vendor
shall indicate the estimated power consumptions for arranging feeder in Client’s end.
7.2.2 For 2 wire Transmitters - IS with 24V DC
8) Instrument Air Supply
PRESSURE: Maximum 6.0 kg/cm2g, Minimum / Normal 2.5/4.0 kg/cm2g
(For Actuator sizing & purge pressure) – Available air pressure for Instruments and
Panels shall be considered < 4.0 kg/cm2g. Design 10 kg/cm2 (Mechanical design)
9) CODES AND STANDARDS
The following codes and standards / Recommendation as valid on date of placement of PO
on the sub-vendor by the vendor shall govern:
- API RP 550 “Manual on Installation of Refinery Instrument and Control System”
- IEC - 79 Part 0 to Part 13 “Electrical Apparatus for Explosive Gas Atmospheres”

22 | P a g e
- EN 50014 to EN 50022 “Electrical Apparatus for Explosive Atmospheres”
- IEC - 529 “Classification of Degrees of Protection provided by Enclosures”
- CCOE / CCE Chief Controller of Explosives
- IBR Indian Boiler Regulations
- TAC Tariff Advisory Committee Recommendation
10) The instrumentation shall be electronic. The instruments shall be as per approved P & Id
and shall contain all control valves, pressure reducing valves / regulating valves, relief
valves, shut-off valves and solenoid valves; pressure gauges, transmitters; temperature
indicators, elements with Thermowells; and flow indicators, transmitters etc.
11) Cable trays shall be of Anodized Aluminium.
12) Junction boxes shall be of LM 6 or Light - alloy such Non – sparking, Non-incendiary
Aluminium alloy, all Bolting SS, Weather-proof IP 65 minimum with mounting brackets,
hinged door, all bottom entries with Canopy, 2 Entries for Multicore. JB colour shall be
Grey for Non I.S., Blue for intrinsically safe loops, Terminals - PVC, Phoenix terminals,
Screwed.
13) Special tools for service, calibration and maintenance, if required. Wherever special tools
/ Instruments supplied for service, calibration or maintenance, if Software based, it shall
be loaded with the latest version and licensed to RCF with facility to upgrade.
14) Analogue signals shall be 4~20 mA DC loop powered by intrinsically safe certified
isolator repeaters in Control Panel, wherever required. Vendor shall use isolator
repeaters with single input and dual outputs for signals that are to be repeated to
main control room.
15) Contacts shall be Potential free (Galvanically Isolated); closed when healthy, open for
abnormal conditions; fail-safe principle to be followed.
16) PLC requirements:
16.1 The PLC control system shall ensure reliable and safe operation of the plant.
16.2 The use of common hardware and software platforms for all major system components.
16.3 The functionality of the control system shall be implemented using an industry standard
open system architecture utilizing standard operating system, network protocols, user
interfaces and software development tools
16.4 Control system components shall have demonstrated reliability in their particular field of
application. Customization beyond the user level shall be minimized.
16.5 The control system shall be designed for fail-safe operation. On loss of signal, equipment
shall fail to a safe status.
16.6 Reliability and uptime availability of these systems shall be of utmost importance.
16.7 The system software shall be governed by the operating system running in a real time
mode and shall be able to meet all functional requirements specified in this specification
as a minimum. Any other Standard/Special Software Package, if available, shall also be
offered describing the full capabilities.
16.8 The system, as a minimum, shall meet the following requirements without the
supervisory computer:
1) Control
2) Data acquisition & monitoring
23 | P a g e
3) Alarming
4) Logging
5) Historical data storage
6) PLC shall have communication with other sub-systems via communication sub-
system.
16.9 The system shall have capability to provide analog outputs for driving
indicator/recorders. In addition it shall provide contact outputs suitable for connecting
this to alarm annunciation. The analog outputs shall be 4 to 20 mA DC unless otherwise
specified.
16.10 Input and output hardware shall be supplied according to the signal levels specified in
the project specifications. Additional rack space, power supply requirements,
interconnecting cabling and terminations shall be supplied as specified.
16.11 PLC communication shall be through hard wired as well as of soft signal through
serial link MODBUS RS 485 RTU shall also exist.
16.12 Logic functions shall be implemented by interconnecting logic blocks or algorithms. All
control algorithms shall continue operating with the last valid information in the event of
communications subsystem failure.
16.13 The system shall be of modular construction and expandable in future by adding
additional modules. The type of modules shall be kept to the minimum possible in order
to have interchangeability and low inventory.
17) Pressure / Differential Pressure Transmitters: Pressure / Differential Pressure
Transmitters shall be 4 ~ 20 mA + HART loop powered shall be SMART type.
18) Differential Pressure Transmitters with 3 Valve integrally mounted manifold supported
on 2” NB pipe (mounting accessories), all 316 SS wetted parts & Bolting, Integral Digital
output meters (configurable in engg. units), Accuracy of + 0.075 % or better. Minimum
rating / over pressure - 1500 #, O - rings PTFE or EP - 851 (No Viton).
19) With 2 valve supported on 2” NB pipe (mounting accessories), 316 SS manifolds
including handle, which will be tack welded, integrally mounted & bolted. All bolting
of Stainless steel. Accuracy of + 0.075 % or better. O – Rings shall be PTFE / EP - 851
(No Viton).
20) Pressure Switches:
20.1 No direct switches are to be used; instead transmitters with control room mounted limit
detector shall be used for reliability.
21) CONTROL VALVES
Control Valves
21.1 All Control valves shall have 316 SS Trim hardened where required, complete with
pneumatic positioner and Air sets, mounted & tubed. 1/4”, 1/2” OD SS tubing, Swagelok
/ Parker SS Compression fittings. Yoke of Cast steel material. Hand wheel shall be Side
mounted.
21.2 Self-regulating valves shall be used in Ignition / Pilot line and Instrument airline, if asked
for.
21.3 Outlet pressure shall be around 1.4 kg/cm2g (adjustable). Trim material shall be of SS
316 & Diaphragm material shall be hardened (nitrile). Set Range shall be 0 to 3 kg/cm2g.

24 | P a g e
21.4 Ball Valves shall generally be used as block valves. Characterised balls shall be used as
control valves when the fluid tends to crystallize or where a high Cv is required. Ball
valves shall be suitable for bi-directional shut-off, unless otherwise specified.
21.5 Body Materials shall be selected in accordance with the process fluid characteristics and
the Piping Specifications.
21.6 Connections and Pressure Ratings - As per line specifications, valves preferably with
flanged connections with rating and facing in accordance with the Piping Specification.
If welding is specified, butt-welding as per ASME B16.25 is foreseen. Flanges shall
conform to ASME B16.5. Face-to-face dimensions shall conform to ASME B16.10,
ASME 16.34 or API STD 609.
21.7 1" is the minimum control valve body size. 1+1/4”, 2+1/2" and 5" shall not be used.
21.8 Cobalt-based alloys must not be used for hard-facing in boiler feed water service.
21.9 Yoke shall be Cast steel / fabricated steel / or equivalent. (Grey Cast Iron not acceptable).
21.10 The Control valve Trims shall be of austenitic stainless steel SS 316 as a minimum.
21.11 Hardened stainless steel or solid stellited or stellite facing will be furnished for valve
plugs and seat rings where (i) pressure drop exceed 5 Kg / Cm2, (ii) for flashing /
cavitation liquid services, (iii) in systems for fluids containing solid particles, (iv) for
steam services, (v) temperature is above 270 Degree Celsius.
21.12 For flashing / cavitation service an energy absorbing trim is requested (Cavitrol or
equivalent). Other trims or materials recommended by the manufacturers may be
considered
21.13 Anti-cavitation trim is selected for high-pressure drop applications to prevent the onset
of cavitation.
21.14 Anti-noise trim is selected for reducing the noise generated by the fluid.
21.15 Seat Leakage Classifications per ANSI / FCI 70 - 2. Vent valves that are normally
closed shall be very tight to minimize leak losses; class IV is the minimum. Process
stream valves shall be class IV minimum. Block valves in double block-and-bleed
arrangement shall be class V-VI.
21.16 Packing - The packing design for linear motion valves shall include a packing flange.
PTFE shall be used as standard packing material for bonnet temperatures below 200°C
and graphite for higher temperatures. Packing design and material shall be selected
carefully for minimum stem friction and live-loading packing boxes shall be considered
for PTFE packing.
21.17 Flow Tendencies - For valves in shut-off service, flow tendency shall comply with the
action required to put the plant in a safe condition in the case of power failure. In some
cases it is the back-flow scenario that shall be considered.
21.18 Actuators - Control valves shall be equipped with pneumatic actuators with a spring
range from 0.2 ~ 1.0 kg/cm2 g in order to obtain small and fast actuators. If feasible,
higher ranges may be used for bigger valves, but the maximum range pressure should not
exceed the minimum instrument air supply pressure minus 10%. If not otherwise
specified, actuators shall be sized to obtain a stroke time in seconds that does not exceed
the valve size in inches.
21.19 Maximum permissible velocity for ordinary liquids at valve outlet is 5-6 m/sec. and
for gases it is Mach 0.35 at the outlet of the downstream pipe reducer. No extra noise
is generated if velocity is Mach 0.3 or less. Maximum sound pressure level shall be 85

25 | P a g e
dBA measured one meter downstream from the valve at a distance of one meter from the
pipe. The manufacturer shall size vent valves with noise attenuation equipment. The
sound pressure level for atmospheric vents shall be measured four meters down from the
vent exhaust at a downward of 45°.
21.20 Shutdown Valves are generally selected in line size. Valve size criteria shall also be
considered. Line size body and full-size trim shall be used. Soft-seated valves shall be
approved fire-safe. Triple offset butterfly valves shall be specified for high shut-off
pressures. The diaphragm- or piston-type actuators for shutdown valves shall generally
be spring-to safe position. Stroking time shall be considered carefully.
21.21 Tubing- Air tubes and fittings shall be in stainless steel. Size shall be adequate for the
stroking time required. Tubing shall be thin-walled with an OD of not less than 6mm
Larger valves require tubing with a larger diameter. Actuator tubing shall be 6mm or ½”
as required; tubes in mm size shall not be used.
21.22 Hand Wheels are normally required when no bypass valves are specified. Hand wheels
are not be required for shutdown valves. Hand wheels shall be side mounted on yoke for
> 1“ valve.
21.22.1 Noise level limit shall be </= than 85 dBA for normal operation and for short duration.
21.22.2 Air Filter Regulators: Aluminium alloy, with metallic Bowl, SS drain cock, metallic
knob Miniature AFR not acceptable.
22) Solenoids:
22.1 The valves shall be supplied with 3- way solenoid valves. The solenoid valves shall be
direct-operated (no pilots), high capacity valves ensuring the desired stroking time. The
detail specs for solenoid are given elsewhere in this document.
22.2 All solenoid valves shall be direct acting, suitable for operation at 110 V AC certified for
the hazardous area without flying leads. SOV shall be IP 65 or better, EEx d II C T3 or
better , 1/2 ” NPT cable entry , SS double compression cable gland.
22.3 Further the valves shall be designed for operating under tropical conditions with relative
humidity up to 100 % and with a shade temperature up to 46 degC.
22.4 The valve body shall be Stainless steel, normally with ¼” NPT (F) connections, however,
the size shall be, if necessary, increased to ensure quick exhausts of control / shut-off
valve actuators, especially where only one valve is used to operate double block and bleed
manifolds. The trim shall be stainless steel with soft seats. Solenoids on Gas / Fuel cut
off lines it blocks and Bleed Valves to burners shall be manual reset (MR) type.
22.5 The solenoid shall be with class “H” high temperature insulation for continuous
operation in 85 degC (max. surface temperature in the sun). The valves shall be designed
for instrument air at 10 kg/cm2g. The operating differential shall be from 10 to 0
kg/cm2g.
22.6 Limit switches shall be P&F Proximity sensors, SS casing, ½” NPTF cable entry
wherever possible. Wherever feasible proximity sensors shall be mounted in weather-
proof IP 65 Box (Non-incendiary Aluminium alloy) to avoid collection of moisture &
dust. Limit switches shall be hermetically - sealed NAMUR proximity switches.
22.7 Solenoid valves and limit switches shall have enclosure protection class IP 65 with screw
terminals for 2.5 mm2 wire.
22.8 Solenoid valves shall be redundant, i.e. 2nos of solenoids shall be used for each control
valve so that in case of failure of one the other will take care of operations.

26 | P a g e
23) Pressure-relieving Devices
23.1 Pressure-relieving devices protecting pipes, vessels and equipment shall normally be
sized in accordance with API RP 520 and/or API RP 521. ASME Code, Section I shall
apply for steam drum and super-heater valves. Relieving devices protecting atmospheric
or low- pressure storage tanks shall be sized according to API STD 2000.
23.2 Percentage Over-pressure, Accumulation and Blow-down used in the calculation of
orifice sizes of relieving devices shall be as follows: Over-pressure 3%- Steam service
where ASME Power Boiler Code (Section I) applies, 10% - Gas or vapour service, 10%-
For liquids, 21%- Fire exposure on unfired pressure vessels, 10%- For liquids (non-
certified).
23.3 Accumulation 6%- Steam service where ASME Power Boiler Code (Section I) applies,
10%- Gas, vapour and liquid where ASME Pressure Vessel Code (Section VIII) applies,
16% - Gas, vapour and liquid where ASME Pressure Vessel Code (Section VIII) applies
and the system is protected by means of multiple valves, 21% - Fire exposure on unfired
pressure vessels.
23.4 Blow-down-4% - Maximum for steam service where ASME Power Boiler Code (Section
I) applies, 5-7% - For vapour, gas and steam service, 10-20% - For liquid service.
23.5 Safety and Relief Valves shall generally be flanged, direct spring-loaded types with high
lift, high-capacity and top-guided disc. Balanced bellow valves shall be furnished for
relief into closed flare and blow-down systems if the sum of variable superimposed
backpressure and the built-up back-pressure exceeds the allowable accumulation, or for
toxic substances.
23.6 Bellows shall also be specified for liquid relief valves in case of any variable back-
pressure. Materials for Construction shall be selected in accordance with API STD 526,
the process fluid characteristics and the Vessel and Piping Specifications.
23.7 End Connections shall normally be flanged with facing and rating in accordance with the
Piping Specification. However, where applicable API STD 526 sizes and ratings shall
always govern. Centreto-face dimensions shall be in accordance with API STD 526
where applicable.
24) Installation of Instruments shall generally comply with the principles outlined in
ANSI/API RP 551.
25) Instrument Air Users (Field). Field instruments shall have individual air-reducing
stations with filters and isolating valves. The reducing stations and associate
consumers shall be sized for normal 4 kg/cm2g air header pressure.
26) Field cables shall be shielded (Al. Mylar tape) Armoured, with parameters suitable for Exi
loops. Galvanised Steel Wire Armouring with PVC outer sheathing shall be used for all
cables.
27) Electronic Instrument Signal Cables shall be twisted cable pairs, 15 twists or more per
metre. Conductors shall be 1.5 mm2 for one, two pair and triad cables, 16 AWG for one
pair Kx type T/C cable and 0.5mm2 for multi-pair cables and shall be stranded, tinned
copper. Insulation shall have a minimum radial thickness of 0.25 mm. Insulation between
conductors shall withstand a test voltage of min. 2000V rms.
28) Multi-pair cables (6 or 12 pair) shall be shielded with a common aluminium mylar tape
with tinned copper drain wire. The temperature rating shall be min. 90 0C. Conductor
pairs shall be numbered from 1 to 12.

27 | P a g e
29) Power and Control Cables for Solenoids, Flame Detectors, etc. shall be three core with
a conductor size of minimum 1.5 mm2. However, conductor sizes for power cables shall
be co-ordinated with the design for the electrical installations in order to avoid many
different cable types.
30) Resistance Temperature Element Wiring shall be done with cables equivalent to
electronic instrument signal cables, but with 3 wires.
31) Junction Boxes & Cable Glands:
31.1 All Junction boxes of Aluminium alloy - LM 6, IP - 65 or better. JBs for EEx i loop with
hinged cover, SS bolting hardware, typically 300 x 300 x 150 mm size. Terminals DIN
rail mounted, single deck, WAGO / WEIDMULLER / PHOENIX
31.2 Cable Entries - All Cable entries at bottom, all cable glands shall be of double
compression type, SS. All cable entries shall be provided with the plug. At least 1 entry
shall be unused for 8 or less entry, 2 if 10 or 12 entries (spare for future modifications).
32) Complete erection of all the field instrument, fabrication of cable tray support and
commissioning is in party’s scope.
33) Before procurement the technical specification of all the instruments, drawing and its
bidders are to be approved by the party from RCF.
34) During erection, if some modification is required then party has to carry it as per the RCF
engineer instruction.
35) The local panel for electrical and instrument should be separate.
36) The dimensional drawing of the instrument panel should be approved by the RCF engineer
before fabrication.
37) The local control panel shall be epoxy coated suitable for area classification.
38) The make of the control panel enclosure should be of Rittal.
39) The SMPS used in the panel i.e. 110VAC to 24VDC should be of reputed make like
Phoenix contact / Digitronics / Weidmuller etc.
40) Internal cable used in the local control panel shall be multi strand 1.5 mm² copper cable.
41) The cables used in the panel should follow colour code for the phase, neutral and earth
also for + and – DC voltages.
42) Each and every cable in the panel should have ferruling. The ferruling should be yellow
with black lettering.
43) SMPS should be redundant with diode O ring circuit.
44) RCF will lay a control cable of 110VAC and it will be terminated as per the bidder’s
instruction in the local control panel.
45) In the control panel there should be 20% extra phoenix / connectwell / equivalent terminal
strips, MCB’s, holes on gland plate etc.
46) The earthing bus bar strip should be separate.
47) The Air distribution pot of 10 points with ¼” needle valves for all points is in bidder’s
scope. The MOC of air distribution pot and needle valve should be SS 304. This air
distribution pot should have 1” SS 304 main isolation needle valve with ½” SS 304 needle
drain valve.

28 | P a g e
48) All field electronic transmitters shall operate on two wire system with 24V DC power
supply from remote panel mounted receiver instruments.
49) All temperature elements shall be RTD as per DIN 43760. All RTD should be Duplex.
50) All temperature gauges and RTD should have SS304 thermowell. The process connection
of thermowell should be ¾” NPT (M) and that of the temperature gauges or RTD
connection should be ½” NPT (F).
51) Each instrument should be suitable for ½” NPT (F) SS304 double compression cable
gland.
52) Supply of SS304 double compression flameproof cable gland for hazardous area Zone-2,
Gas Group=IIC for each instruments side and J.B side is in party’s scope.
53) All control valves should have isolation valves on the upstream and downstream side with
the bypass valves.
54) Control valve positioner shall be pneumatic with built-in Position feedback & limit
switches.
55) Bidder shall supply license software, application programme and the programming
terminal 17” Laptop of M/s DELL/ HP make with communication cable. The original
software of PLC is to be loaded in it and also the application software. The programming
terminal should be the latest one of M/s DELL/ HP. Party has to furnish the detail technical
specifications of programming terminal.
56) Control system shall be implemented in a PLC for close loop control, open loop
monitoring and Interlocking & Trip system, having minimum 15” colour local HMI with
touch screen and built-in Alpha-numeric keypad for data feeding. The PLC shall have
RS485 modbus port for communicating with main DCS,
57) All the jobs related with control system installation, mounting etc. at site in the place &
location provided by RCF is in the scope of Bidder. Cabling from VAM machine to all
field instruments is in the scope of Bidder. All the hardware including cables required to
complete the job is in the scope of Bidder. All Digital Outputs shall be executed through
interposing relays (with LED indication, 24 V DC operated).
58) All transmitter bodies shall be with integral SS manifold, SS mounting brackets wherever
necessary and double compression type cable gland with IP-65 protection class.
59) Power supply to instruments, alarm and interlock shall be 24V, DC. The supply required
for solenoid valves shall be 110 V, AC.
60) Make of instruments shall be as per bidder list indicated. For any other make prior
approval must be taken from the RCF.
61) 30% built in spare terminals, lamps, annunciation etc. must be provided for future addition
or as a standby spares.
62) All the measurement shall be done using Transmitters. Inputs for alarm and tripping shall
be generated in the PLC by providing soft set points. No passive devices like pressure /
level switches shall be used.
63) Local Instruments like Pressure Gauges / Temperature Gauges / Level Gauges shall also
be provided at all the measuring point tapping in addition to Transmitters.
64) Supply of cooling water control valve, steam flow meter, steam control valve etc. are in
Bidder’s scope.

29 | P a g e
65) All the events as well as critical inputs and outputs shall be provided with Audio / Visual
Alarm Annunciator windows. First out tripping condition should be displayed on local
HMI. Alarm Annunciator is in the scope of Bidder.
66) List of Instrument provided in the system shall be enclosed in the offer giving all the
functionality of that measuring point.
67) 2 out of 3 philosophies shall be provided for critical process parameter control / Trip
circuits to avoid single point failure.
68) Two years spares to be included
SN EQUIPMENT SPARES QTY
1 Control valve TRIM (Plug, Seat, Stem, 1 set for each control valve
Balance/Seal Ring, Cage/Guide,
Bellow Seal)
Gasket Set 1 No for each control valve
Gland Packing 1 set for each control valve
Actuator Diaphragm / Seal Kit 1 set for each control valve
Actuator Spring 1 set for each control valve
Positioner 10% of installed quantity (Min 1
number
2 Safety Valve Nozzle 1 No of each Safety valve
Seat/Disc 1 No of each Safety valve
Spring 1 No of each Safety valve
Spindle 1 No of each Safety valve
Gakset Set 1 No of each Safety valve
3 PLC control CPU / Memeory Module 1 No
system Power supply module 1 No
Digital I/O 1 of each type
Analogue I/O 1 No of each type
Temp Inputs 1 No of each type
Communication Module 1 No
Ethernet Switch 1 No
System cables 1 Lot
4 Field Indicators PG/TG 10% of installed quantity (Min 1
number
5 Field PT/DPT/TT 10% of installed quantity (Min 1
Transmitters number
6 SMPS 1 NO
7 Solenoid Valves 10% of installed quantity (Min 1
number
69) All structural steel required for fabrication of support & cable tray laying will be in
vendor’s scope.
Technical requirement
70) Alarm system: - The alarm system shall be of solid state type and will operate on 115 V,
50 Hz AC supply. First trip alarm sequence shall be as per ISA-S 18.1 Sequence F-3A and
for normal alarm it shall be as per ISA-S18.1 sequence ‘A’. Fault contact shall open on
alarm condition. The Annunciator shall be equipped with auto reset feature.
71) Interlock System - This shall be implemented in the state of the art Programmable Logic
Controller with graphic interface for operation. Programming Software shall be provided
with supply of the system. Man Machine interface shall be minimum 17” size colour LCD

30 | P a g e
Operator Panel with provision for Alpha-numeric keypad for easy data entry. This
interlock system shall have standard direct connectivity to the plant DCS through serial
communication protocol using RS 485 RTU port.
72) Control valve: Shall be pneumatically operated. Control Valve will be sized for minimum
pressure drop and at the design maximum flow rate. Shut down valve shall be of the same
size as the line size.
73) Body material shall be as per piping material. But trim material shall be of 316 SS. Trim
with stellited facing shall be employed when the pressure drop across the valve is more
than 10 Kg/cm². Valve positioner shall be used with all control valves.
74) Pressure Gauge: Shall be sized provided with Bourdon sensing element 150 mm dial, SS
304 case, wetted part and bourdon material AISI-316 SS.
75) Solenoid valve: Body and trim material: 316 SS. SIL-3 certified with encapsulated “H”
class coils.
76) Dial thermometer: 150 mm dial Hg filled type. Thermowell made of bar stock to suit
length and material: AISI-316 SS.
77) Bidder shall supply 3 sets of documentation of PLC, field instruments, final drawings, O
and M manual of VAM etc.
Erection Material
78) Control Cable: 1.1 KV grade, steel armoured cable with 1.5 mm² annealed copper
conductors in twisted pairs aluminium shielding with drain wire armoured and PVC
sheathed. Manufacturing and testing as per IS-1554. Overall sheath shall have F.R.L.S.
properties. Test certificate shall be furnished.
79) Power Cable: 1.1 KV grade, steel armoured 2.5 mm² copper conductors PVC sheathed.
Overall sheath shall have FRLS properties, manufacture and testing as per IS-1554. Test
certificate shall be furnished.
80) Cable Tray: Anodised Aluminium (99% pure). Cable Gland: SS304 with double
compression type.
81) Tubing: All tubing should be SS 304. The size of the tubes should be 6 mm or ½” OD.
82) Fittings: All tube fitting should be SS304. The sizes are ½” NPT or ¼” NPT WITH ½”
O.D or 6 mm O.D. S.W. ANSI-3000 Ib class.
NOTE: All carbon steel fittings, valves, pipes coming on steam services must be supplied with
IBR certificate in form IIIC.
83) Supplier List - Instrument and accessories (Following list is for indigenous bidders.
Foreign bidders shall submit the list of suppliers item-wise along with their offers.)
SN Instrument details Supplier name
01 Pressure Gauge M/s. General Instrument / M/s. Waree / M/s. A.N. Instruments /
M/s Mass / M/s Manometer / M/s Ashcroft.
02 Dial Thermometer M/s. General Instrument/ M/s. Guru Marketing/ M/s. A.N. Inst./
M/s Temsens instruments
03 Electronic Pr. & D/P M/s. Emerson/ M/s. Honeywell (Capacitance type) / M/s Siemens
transmitter / M/s Chemtrols / M/s Invensys / M/s Yokogawa
04 PLC Rockwell / Siemen’s
05 RTD & T/G element M/s. General Inst./ M/s. Detriv/ M/s. Electric & Electronic
Corpn./ M/s Pyro electric / M/s Radix

31 | P a g e
06 Level Gauge M/s. Technomatic / M/s. Chemtrol/M/s. Bliss Anand / M/s V
Automat
07 Safety Valves M/s. L&T/ M/s. Keystone/ M/s. FMC Sanmar / M/s Bliss anand/
M/s Fainger Laser/ M/s Sebim
08 Control valve with M/s. Fisher / M/s Metso / M/s Flow serve / M/s MIL / M/s IL,
positioner M/s Dresser
09 Air pressure filter M/s. Placka/ M/s. Shavo Norgren
regulator
10 Annunciator M/s Minilec
11 Control Panel Rittal
12 Solenoid Valve M/s Asco India / M/s Herion
13 Relay M/s Paramount
14 Push Button/Lamp M/s English Electric / M/s Siemens / M/s L&T
Selector switch
15 Local D/P Indicator M/s Switzer / M/s Toshniwal / M/s Ashcroft
16 I/P converters M/s Emerson Process Management, M/s Invensys (Foxboro)
17 SMPS used in the M/s Phoenix contact / M/s Weidmuller
panel i.e. 110VAC to
24VDC
18 Signal Cables & M/s General Instruments / M/s Associated Flexible / M/s
Control Cables Associated Cables / M/s Udey Pyrocables / M/s Tempsens
instruments / M/s Yogicab
19 Terminals M/s Phoenix / M/s Connectwell, M/s Weidmuller
20 Pipe Fittings M/s Eby / M/s Echjay / M/s Metal Forging
21 Tube Fittings M/s Wesmec / M/s Excelsior Engg, / M/s Swastik / M/s Wintech /
M/s Parker
22 Isolation Valve M/s Technomatic / M/s Excellicer Engg / M/s L&T / M/s Insaco
23 Aluminium Cable M/s Hopes Metal / M/s Sadhana Engg. /M/s Delta / M/s Indiana
Tray

32 | P a g e
Annexure-6
Guarantee Test run
No negative tolerance for guarantee parameters
1. Guarantee test run at Shop
1.1 Refrigeration Load (TR of VAM) at shop test.
1.2 Utility consumption for complete system; a) Steam, b) Power, c) cooling Water.
1.3 If bidder fails to prove the guaranteed performance parameters then, bidder shall carry out
all the necessary modifications to meet the performance parameters, at his own risk and
cost, within reasonable time. Even after modification, if the performance does not meet the
above criteria, then equipment will not be accepted.
2. Guarantee test run at Site
2.1 Outlet Air temperature from filter house: 15 0C
2.2 Sum of air pressure drop across pre-filters stage, cooling coil, mist eliminator cum filter
stage and fine filter stage of filter house: less than or equal to 30 mmWC at site test.
2.3 If bidder fails to prove the above guaranteed performance parameters then, bidder shall carry
out all the necessary modifications to meet the performance parameters, at his own risk and
cost, within reasonable time. Even after modification, if the performance does not meet the
above criteria, then equipment will not be accepted.
3. Note
3.1 Successful completion of Guarantee Test shall not relieve bidder from obligation and
responsibility in any manner with regard to modification / rectification/ replacement to meet
material and workmanship guarantee.

33 | P a g e
Annexure-7
Bid Evaluation Procedure at RCF
Price will be compared on the basis of “Evaluated cost” at plant site based on following
parameters, which are only illustrative but not exhaustive.
1. Offers without EMD and not accepting Security Deposit, Performance Bank Guarantee
clauses etc. shall be liable for rejection.
2. In case bidder quote price on Ex-works basis, they are required to quote packing &
forwarding charges in % or in Rs. In case these charges are not quoted then price of Bidders
will be loaded for packing and forwarding charges that of highest of other bidders if it is
mentioned simply “extra”. Excise Duty, Sales Tax / VAT, Freight, Insurance, Octroi,
Loading for Payment Terms (other than 30 days credit, loading will be @ 1% per month)
and any other charges will be considered for evaluation as applicable. Deduction on account
of Sales Tax / VAT Setoff and CENVAT benefit shall also be considered. Bidders are
requested to give cenvat amount in case they have given basic price inclusive of excise duty
and they are required to submit cenvatable excise gates pass to avail cenvat credit at the time
of delivery.
3. Bidders not accepting late Delivery clause shall be loaded @ 5% of order value for supply.
Bidders accepting late delivery penalty only on undelivered portion shall be loaded @ 2.5%
of total order value.
4. Bidders not accepting late Delivery clause for erection & commissioning shall be loaded @
10% of order value for erection & commissioning.
5. For inland transportation, wherever Freight is mentioned extra, but no specific % is given,
then the loading shall be as follows: (this is for the material, where weight is not known)
5.1 Upto 200 Kms : 1 % of ex-works
5.2 201 – 500 Kms : 2 % of ex-works.
5.3 501 – 1000 Kms : 3% of ex-works.
5.4 1001 - 1500 Kms : 4 % of ex-works.
5.5 1500 kms & above : 5% of ex-works.
6. Any conditional Discount given by Bidder such as Discount applicable for complete order
value, minimum order value on certain group of item, Discount for better Payment Terms,
etc, shall not be considered for evaluation.
7. Wherever the Bidder does not indicate any rate / % for any item/commercial term, but
specifies it to be extra, then the highest cost / amount / % quoted by any other Bidder shall
be loaded.
8. Evaluation will be done by loading for differential cost of utilities consumption over
estimated life of 15 years of operation by applying NPV (Net Present Value) methodology.
The rates and utilities for which loading will be done are as follows:
8.1 For any differential steam consumption above the lowest steam consumption of any
vendor will be loaded at Rs. 1998.01 per MT per hour.
8.2 For any differential power consumption above the lowest power consumption of any
vendor will be loaded at Rs. 4.33 per KWH (The power consumption is sum total of
power required for a) Solution Pump, b) Refrigerant Pump, c) De-super heater pump and
d) chilled water circulation pump) considering GT generated power cost.

34 | P a g e
8.3 For any differential cooling water flow requirement above the lowest cooling water flow
offered by any vendor will be loaded @ Rs.4.72 per m3
8.4 For every 05 mm WC increase in total average pressure drop across filtration stage along
with Cooling Coil at PAC compressor intake, the PAC net power output increases by
0.16%.
Loading factor
= Difference in Power Output (KWH) x (Power cost) x 8280 x 6.9146 x N
8.5 In case the consumption of utilities are different for different bidders, the net present value
of extra operating cost over the minimum one shall be calculated considering following
The loading criteria for reduction/increase in pressure drop shall be as follows:
 Difference in Operating cost = Delta U x C x H x A x 6.9146 x N
Where:
- Delta U = Difference in Utilities consumption
- C = Unit cost of utility
- H = Nos. of operating hours in a year (8280 Hrs)
- A = Availability factor of equipment (1 = 100%)
- 6.9146 is discount factor at an interest rate of 10% per annum for fifteen years
operational period
- N is the number of operating equipment
8.6 List of Mandatory Spares as per Annexure-10. (Item wise prices of mandatory spares are
to be given separately in price bid). These prices of mandatory spares shall be considered
during evaluation of price bid.
8.7 345 operational days shall be considered yearly.
9. AMC charges shall be considered for evaluation purpose.
The above guidelines are informative only and RCF reserves the right to modify them without
intimation.

35 | P a g e
Annexure-8
TECHNICAL PREQUALIFICATION CRITERIA FOR BIDDERS
SN Criterion Documents to be seen
01 a) The Bidder during the last TEN years must Bidder to submit self-attested copies of purchase
have supplied, installed & commissioned at order/ work order along with full technical details
least ONE number of Li- Br based VAM including scope of work, specifications, etc. of such
Unit, of at least 350 TR capacity for earlier supplied equipment along with the details of
industrial application along with complete application for which VAM is installed.
inlet air filtration & chilling system for
industrial process air compressor or industrial
gas turbine air chilling application, consisting
of multistage air filtration and mist eliminator
system.

b) It may be noted that comfort air cooling


application will not be considered.

c) This unit should have been operating As a documentary proof, the bidder shall submit
satisfactorily for at least ONE years in India. certificate or any correspondence from client
regarding satisfactory performance. If the bidder is
not able to submit performance certificate they shall
provide details of contact person along with address
and telephone number. RCF shall try to get the
performance certificate. If RCF does not get the same,
the bid shall not get qualified.

OR

02 a) If bidder is importing the VAM or any sub Bidder to submit self-attested copies of purchase
equipment, then the Bidder during the last order/ work order along with full technical details
TEN years must have supplied, installed & including scope of work, specifications, etc. of such
commissioned at least TWO number of Li- earlier supplied equipment along with the details of
Br based VAM Unit, of at least 350 TR application for which VAM is installed.
capacity for industrial application along with
complete inlet air filtration & chilling system
for industrial process air compressor or
industrial gas turbine air chilling application,
consisting of multistage air filtration and mist
eliminator system.

b) It may be noted that comfort air cooling


application will not be considered.

c) These unit should have been operating As a documentary proof, the bidder shall submit
satisfactorily for at least TWO years in India. certificate or any correspondence from client
regarding satisfactory performance. If the bidder is
not able to submit performance certificate they shall
provide details of contact person along with address
and telephone number. RCF shall try to get the
performance certificate. If RCF does not get the same,
the bid shall not get qualified.

The bidders will be pre-qualified based on above criteria and offer of only those bidders
who satisfy these criteria shall be considered.

36 | P a g e
Annexure-9
Tentative QAP
Quality stages and Inspection-
SR. DESCRIPTION CHECK ACCEPTANCE STANDARD REPORT FORMAT CHECKED CONTROLLED BY
CHARACTERISTIC METHOD EXTENT BY QC TPI RCF
1 Review of QAP, Indication of Scope Review 100% Drawing / Specifications QAP QA R R R
Hold and Witness points Purchase order
2 Review of WPS / PQR / WPQ Welding parameters Review 100% ASME IX WPS / PQR / WPQ WED H R R
3 Material identification Verification of TC with Visual 100% Material Specification & testing Mili TC / SHOP H R R
1) Shell Plates Material Specification - As per ASTM Inspection Report
2) Tube Plates Drawing, BOM
3) Tubes Correlation of TC with Visual 100% TC EN 10204 TYPE 3.1
4) Structural Plates material
5) Screens
6) Structural material Dimensions Measurement Random As per Drawing
7) Bought out Components
4 Inspection of Filter House Dimensions Measurement 100% As per Drawing Checklist / SHOP H R R
modules Inspection Report
1. Door openings
2. Filter spacing
5 Unit assembly, Inter Matching Visual 100% As per Drawing Checklist / SHOP H R R
connecting Piping & Heat Dimension Measurement 100% As per Drawing Inspection Report
Exchangers Assembly Orientation Visual 100% As per Drawing
Piping BOM Review 100% Completeness, As per Drawing
Piping specifications and
standards /WPS/PQR.
Heat exchangers := ASME Sec
VIII Div I and TEMA Class R
6 Full welding clearance Weld Sizes Measurement 100% As per Drawing/WPS/PQR Checklist / SHOP H R R
Visual inspection Visual 100% As per Drawing Inspection Report
Dimension Verification of Visual 100% As per Drawing
whole assembly
7 Pneumatic Test - Tube Side Surface cleaning Visual 100% No rust & extraneous material Checklist / SHOP H R R
As per approved Procedure Inspection Report
Pr. gauge Calibration 2 nos. Review 100% 1.5 - 4 times test Pressure
Cooling Waster Circuit Range in Pr. Gauge Visual 100%
Chilled Water Circuit Leakage Visual 100% No leakage
Test Pressure Review 100% 3.0 kg/cm2(g)
8 Hydraulic Test - Tube Side Surface cleaning Visual 100% No rust & extraneous material Checklist / SHOP H R R
As per approved Procedure Inspection Report
Generator Circuit Pr. gauge calibration 2 nos. Visual 100% 1.5 - 4 times test Pressure
Range in Pr. Gauge Review 100%

37 | P a g e
SR. DESCRIPTION CHECK ACCEPTANCE STANDARD REPORT FORMAT CHECKED CONTROLLED BY
CHARACTERISTIC METHOD EXTENT BY QC TPI RCF
Leakage Visual 100% No leakage
Test Pressure Review 100% As per Drawing / Design
9 Control Panel Inspection As per Drawing Visual / Review 100% As per Drawing Checklist / SHOP H R R
Inspection Report
10 Performance Test Capacity Measurement 100% As per approved Performance Checklist / H H H
Test Procedure Inspection Report
Note- With temporary Steam Consumption Measurement 100%
electrical wiring & without
insulation
11 Surface Preparation before Shot Blasting Visual 100% No Mill Scale Checklist / SHOP H R R
Painting Inspection Report
12 Painting Coating Thickness Measurement 100% As per approved Procedure Checklist / SHOP H R R
Visual Visual 100% Inspection Report
13 Electrical (Skid) Wiring Completeness Review 100% As per Drawing Checklist / SHOP H R R
Logic Checking Visual 100% As per Drawing Inspection Report
14 Final Visual Inspection Completeness Visual 100% As per Drawing Checklist / SHOP H R R
Overall Dimensions Measurement 100% Approved GA Drawing Inspection Report
Verification of All items with Review 100% BOM
BOM
15 Packing Inspection Blanking of openings Visual 100% As per approved Procedure Checklist / SHOP H R R
Packing Note Visual 100% Inspection Report
All parts property packed Visual 100%
Marking details on cases Visual 100% Release note by Client
Release Note Review 100% / TPIA

38 | P a g e
Annexure - 10

Mandatory Spares List

Sr.no Description Quantity

1 Solution Pump 1 No

2 Refrigerant Pump 1 No

3 Chilled water Pump (Back pull out assembly) 1 No

4 De-Super heater Pump (Back pull out assembly) 1 No

5 All type of Filters 1 Set each

6 Vacuum pump (complete) 1 No

39 | P a g e

Potrebbero piacerti anche