final nit dcme 20137

36
1 | Page  RASHTRIYA CHEMICALS & FERTILIZERS LIMITED (A Government of India Undertaking)  Administrative Building , Chembur, Mumbai 400 074. Maharashtra, INDIA Phone: 00 91 22 2552 2928 Fax: + 91 22 2552 2320  NOTICE INVITING TENDER FOR DESIGN SUPPLY INSTALLATION & COMMISSIONING OF SAFETY VALVE TEST BENCH WITH DATA AC AT RCF TENDER NO. : DCME-20137 DATED: 28 th  August 2014 Important Dates Last Date & Time for downloading of Tender documents : 18.09.2014 up to 2.00 p.m. Last Date & Time of Submission of Tender : 18.09.2014 up to 2.00 p.m. Date & Time of Opening of Tenders : 18.09.2014 at 3.00 p.m. Contacts: 1) RCF Helpline Number : 022-25522760 ( 10.00 a.m. to 5.00 p.m.) 2) Mrs. Pranjali Kulkarni (Tel:+91 22 2552 2928), e-mail: [email protected] 3) Mr. A. U. Awalkar (Tel:+91 22 2552 2478), e-mail: [email protected]

Upload: mahesh070

Post on 01-Jun-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 1/35

1 | P a g e

RASHTRIYA CHEMICALS & FERTILIZERS LIMITED(A Government of India Undertaking)

Administrative Building, Chembur, Mumbai 400 074. Maharashtra, INDIAPhone: 00 91 22 2552 2928 Fax: + 91 22 2552 2320

NOTICE INVITING TENDER

FOR

DESIGN SUPPLY INSTALLATION & COMMISSIONING OF SAFETY VALVE TEST BENCHWITH DATA AC AT RCF

TENDER NO. : DCME-20137 DATED: 28 th August 2014

Important Dates

Last Date & Time for downloading of Tender documents : 18.09.2014 up to 2.00 p.m.

Last Date & Time of Submission of Tender : 18.09.2014 up to 2.00 p.m.

Date & Time of Opening of Tenders : 18.09.2014 at 3.00 p.m.

Contacts:

1) RCF Helpline Number : 022-25522760 ( 10.00 a.m. to 5.00 p.m.)2) Mrs. Pranjali Kulkarni (Tel:+91 22 2552 2928), e-mail: [email protected]) Mr. A. U. Awalkar (Tel:+91 22 2552 2478), e-mail: [email protected]

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 2/35

2 | P a g e

THIS TENDER DOCUMENT CONTAINS:

Sr. No. Documents Item details Pages

1 NIT Instruction For Bidders 3-4

2 ANNEX-I Special notes on notice inviting tender For foreign bidders 5

2 ANNEX – II Pre-qualification Details 63 ANNEX – III Technical specifications 7-16

4 ANNEX – IV Commercial Terms & Conditions (Indian/foreign bidders) 16-19

5 ANNEX – V Format – Solvency Certificate 20

6 ANNEX – VI Format for Security Deposit cum Performance Bank Guarantee 21-23

7 ANNEX – VII Integrity Pact 24-27

9 ANNEX – VIII Modalities of e-reverse auction 28-31

10 ANNEX-IX Format- Process Compliance for e-reverse auction 32

11 ANNEX-X Bid bond proforma for foreign bidders 33

12 ANNEX-XI Price bid format for Indian bidders 34

13 ANNEX-XII Price bid format for Foreign bidders 35

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 3/35

3 | P a g e

Notice Inviting Tender No.: DCME-20137

INSTRUCTION FOR BIDDERS

This is a Notice Inviting Tender (NIT) for supplying safety valve Test Bench as per the terms & conditions stated hereinafter:

1.01 Item Description & Quantity for Supply:

Sr Short Text Qty Required

1 supplying safety valve Test Bench with data acquisition system AT RCF AS PER SPECIFICATION ATTACHED

AS PER ANNEXURE II

TECH SPECS

1.02 Award of Contract : Contract shall be awarded on overall lowest basis to the supplier ONOVERALL LOWEST BASIS.

1.01 Delivery: Delivery will be the essence of the contract, Vendor to quote delivery period from the date ofPurchase order/LOI. Expected delivery is 16 weeks from the date of purchase order.

1.02 EARNEST MONEY DEPOSIT (EMD) for Rs. 50,000/- is to be deposited as per following instructions,EMD other than below mentioned format shall not be considered:

RTGS/NEFT : EMD to be deposited in RCF’s account through RTGS/NEFT and details of this transaction withUTR number to be submitted along with technical bid for verification. Bank details for RTGS/NEFTpayment are as follows :

Beneficiary Name : Rashtriya Chemicals & Fertilizers Limited Name of Bank : State Bank Of IndiaBranch : Mahul Road, Chembur, Mumbai Branch Code : 00564IFSC Code : SBIN0000564 Current A/c No. : 32376445560

If exempted from submission of EMD, then upload a valid certificate issued by ‘National Small ScaleIndustries Corporation (NSIC)’. Please note that No other certificate is entitled for EMD exemptions .The earnest Money/ Security Deposit, required to be given by the BIDDER shall be valid up to a period of five yearsor the complete conclusion of contractual obligations to the complete satisfaction of both the BIDDER andthe RCF, including warranty period whichever is later.

A. Bids should be submitted as per following instructions only:Bidders are requested to submit the offer in two different sealed envelopes as explained below.

i) 1st envelope having full technical details and all commercial terms and conditions along withthe bid abstract sheet as per RCF requirement in the enquiry with clear listing ofdeviations and super scribe this envelope as “TECHNO-COMMERCIAL BID” for tendeNo .

This envelope should also contain the photocopy of price bid with actual prices blackened out.ii) 2nd 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

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 4/35

4 | P a g e

be in line with the commercial terms and conditions sheet filled in and signed in thetechnical bid. Kindly mark this envelope as “PRICE BID ”. for tender No

All these two envelopes should be put in a big cover duly sealed mentioning the Enquiry No. andthe submission date on it. All the individual envelopes should also have specific contents, EnquiryNo. and submission date on it along with the bidders name and contact details.

NOTE: 1) Quote the Lowest basic price exclusive of excise duty, sales tax and octroi.

2) All payments due to vendor shall be released only after submission of bank guaranteeand the receipt of confirmation of the same from your bank. RCF shall not be responsible for thedelay in making payment on account of any discrepancy in bank guarantee or late receipt ofconfirmation.NOTE:1) RCF Ltd. reserves the right to accept or reject any/all bids without assigning any reason.2) RCF Ltd. reserves the right to place order on one or more vendors.3) RCF Ltd. reserves the right to split the quantum of work/purchase and/or combine

works/purchases at its sole discretion.

1.03 Payment Term : 100% payment will be made on 30 th day of receipt of material at RCF stores subject toacceptance of material at RCF stores & submission of Security Deposit if applicable.

1.04 Bid Validity: The bid should be valid for a period of 120 days from the date of opening of the tender.Offers with less bid validity shall be rejected outright .

1.05 Taxes & Duties: Bidder should clearly mention all duties & taxes in price. Your offer should be ‘FOR RCFstores’ basis only. Packing & Forwarding, Excise duty, Sales tax, Freight, Insurance & Octroi charges to bepaid by RCF should be clearly mentioned in Price Bid. In case any taxes, duties are not clearly specified inprice bid then it will be presumed that no such tax/levy is applicable or payable by RCF.

1.06 Liquidated Damages (LD): LD shall be applicable for delayed supplies @ ½ % of total value of PO perweek or part thereof subject to maximum of 5 % of total order value.

1.07 Statutory Variation Clause: Any variation in statutory levies/taxes within the contractual delivery periodshall be to RCF’s account & beyond contractual delivery period, upward variation shall be to Supplier’saccount.

1.08 Security deposit cum performance guarantee clause: Security Deposit (SD) cum PerformanceBank Guarantee (PBG): Successful bidder will have to submit Security Deposit cum performance bank guarantee for10% of contract value either in the form of Bank Guarantee as per RCF's format or through RTGS/NEFT, this SD shallbe valid up to a period of five years or the complete conclusion of contractual obligations to the complete satisfactionof both the BIDDER and the RCF including warranty period whichever is later as per Integrity pact Clause No 4.1 Thisis to be submitted within 15 days of placement of order. The Bank Guarantee should be from the Bank out of RCFapproved Bankers as per the list attached .

In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled to forfeit the EMD/SDwithout assigning any reason.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 5/35

5 | P a g e

SPECIAL NOTES ON NOTICE INVITING TENDER ANNEXURE-I

FOR FOREIGN BIDDERS1. Earnest Money Deposit of Rs 50,000/- or equivalent amount in US$ is to be deposited in the nearest “Sta

Bank of India, A/c No.32376445560, M/s Rashtriya Chemicals & Fertilizers Limited A/c at Mahul Road Branch,Chembur, Mumbai, Branch Code 0564” as per the attached EMD paymentTriplicate Challan (AnnexureVIII).You will submit the ‘COMPANY COPY’ along with the EMD & UNPRICED COMMERCIAL BID. EMD any other form will not be acceptable.

2. Bids and Bid Bonds should be valid for a period of 120 days from the date of opening of the tender.3. Any Bank Guarantee from a Foreign Bank, should be countersigned by their Indian counter part or by a

Nationalized Bank in India.4. Price basis: Party shall quote for all the three options 1. FOB nearest port 2. CIF Navasheva Mumbai 3.

CIP Mumbai Airport The Bidder has to indicate Country of Origin and port of loading.5. Payment Terms for supply: 100% Payment will be made through irrevocable Letter of Credit against

submission of complete dispatch documents & submission of performance Bank Guarantee.6. All Bank Charges outside India shall be to the Supplier’s Account including L/C Confirmation Charges, if any.7. Please mention name and address of your Bank with Account Number & SWIFT CODE .8. Please mention name and address of Beneficiary.9. Please confirm in percentage if there is any Indian agency commission to be paid by RCF in Indian Rupees in

India as well as any service tax applicable on this. Also mention the Name, Address, PAN and Bank Accountof the Indian Agent to whom such commission if any is to be paid.

10. L/C extension charge, if any, due to Supplier’s fault will be on account of Supplier.11. Price and delivery period should be firm.12. Part order acceptance clause shall be accepted by the party13. 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.14. Photo copy of the Price bid with actual prices blackened out is to be submitted with Unpriced

Commercial Bid.15. Liquidated damages for late delivery shall be levied for the delayed delivery @ ½ % of total order value per

week or part thereof subject to maximum of 5 % of total order value.16. All General Terms and Conditions of NIT as per Annexure – VI are to be accepted by the Bidder.

17. Any deviation is to be given in separate page marked “Deviations” with reference to item of General TerConditions in the Annexure-VI.18. Delivery period should be as per our enquiry. Delivery period is the essence of the contract. For deliveries

extending beyond preferred delivery period, an increase of 0.5% per week or part thereof shall be loaded onquoted price for evaluation purp ose. RCF’s decision in this regard shall be final & binding on the party.

19. The points in this Special Notes supersedes any point/points in NIT which is/are not in agreement with this.

I/we agree for all above points. (SIGNATURE AND STAMP)

Date:Place

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 6/35

6 | P a g e

Pre-qualification Details (to be submitted in Techno-commercial Bid) ANNEXURE – I

(NOTE : Incomplete form or non-submission of documents to verify details may results into rejection of youroffer, e-procurement system will not allow submission of documents after due date of tender and nocommunication shall be done for submission of documents)

NAME OF BIDDER: ……………………………………………………………………………………………………….

Sr Pre-qualification Criteria

i) The bidder should be an OEM or an authorized representative with letter of authorization to quote on OEM’s behalf forthis tender with after sales support for services as and when required. (OEM authorization letter shall be attached withthe quotation and offer by any dealer/agent without the authorization letter shall be rejected).

ii) Bidder should have supplied at least one safety valve Test Bench at one location in the last 3 years & same shall beworking satisfactorily. Bidder should submit purchase order executed by them for safety valve Test Bench in last threeyears with technical bid. The name of contact person of the buyer along with telephone No. & correspondence addressshould be furnished.

iii) The supplied safety valve test bench should be fully/semi automatic with all the required accessories for autoimaticdevelopment of the required hydraulic test pressure and interface to computerized data acquisition system./

iv) The safety valve test Jig should have universal flange with 2/3jaw hydraulic clamp to hold the safety valve under test onthe universal test flange for various sizes.

Fill details as per criteria mentioned above (any one) and submit PO copies & it’s performance certificate forverification

Sr PO No. & Date System Details Name of Customer

12

3

2

Turnover during last three financial years ( Required minimum Avg. turnover of Rs.35lakhs)(Please submit Turnover Certificate issued by your CA for following Financial years in Packet 3 for verification ORsubmit P&L statements of following years)

Sr Financial Year Amount ( Rs. )

1 2010-112 2011-123 2012-13

Average Turnover for 3 years =

3

Bank Solvency Certificate OrCredit limit from Bank (Minimum Rs. 34 lakhs ) issued by your

banker within last 1 yearPlease upload this certificate in packet 3

Name of Bank : ………………………………….. Certificate date: ………………………………….. Solvency Value: …………………………………. Or Credit limit from Bank

4

The bidder should have quoted for non-comprehensive AMC as details mentioned inTechnical Bid and quoted as per BOQ alongwith service tax

(Note: Non acceptance will results intorejection of offer )

□ AGREED

□ DISAGREED

5The OEM/Authorized representative shouldhave service/maintenance support facility inIndia. They must submit address of suchfacility.

□ SUBMITTED

□ NOT SUBMITTED

SIGNATURE WITH STAMP

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 7/35

7 | P a g e

TECHNICAL SPECIFICATIONS FOR SAFETY VALVE TEST BENCH ANNEXURE – II

1.00 IntroductionRASHTRIYA CHEMICALS & FERTILIZERS LIMITED, a company registered under the Companies Act, 1956

having its principal offices at Priyadarshani, Eastern Express Highway, Bombay 400 022, India (hereinafterreferred to as RCF), WHEREAS OWNER owns and operates two large Chemicals & Fertiliser Complex one atTrombay and another at Thal. RCF has a large residential township in the Chembur, RCF intends to procureand install safety valve Test Bench at the Centralised Instrument Workshop at Trombay, Mumbai.

1.01 Instrument Workshop is the centralised place where control and safety valves are received for repair & overhaul as andwhen required, as well as on periodic basis, especially during total annual turn around shutdown for testing as per thestatutory requirement.

1.02 In view of the above, it is proposed to procure and install fully / Semi-Automatic safety valve test bench with all therequired accessories for developing the required hydraulic test pressure to test the various sizes of the safety reliefvalves. The hydraulic test bench shall have all the required interface to the computerised data acquisition system forgenerating the test report in internationally accepted format, as well as it should generate a database which can beretrieved as and when required in order to know the past history of that particular safety valve.

2.0 Vendors Scope of Work / supply

The tentative scope of work and scope of supply shall include but not limited to the following2.01 DESIGN, SUPPLY, SUPERVISION OF INSTALLATION AND COMMISSIONING.THE TEST BENCH FOR TESTING

OF SAFETY VALVES AT INSTRUMENT WORKSHOP

2.01.1 At present all the safety valves received in the centralised Inst workshop are repaired / overhauled and thentested manually by fitting blind flanges on the valves under test and applying the required hydraulic testpressure generated through air driven hydro pump and visually observing the test pressure on the localpressure gauge, leakages and the lift during the test.

2.01.2 It is therefore proposed to install fully / semi-automatic testing facility for safety valves wherein the safetyvalve under test shall be placed on the test bench test port / zig with universal flange having 2/3 jaw clampingfacility to hold the test valve without any manual intervention or tightening of these flanges by nuts & bolts.

2.01.3 After holding the safety valve under test by 2/3 jaw clamping system, the required test pressure shall begenerated to test the safety valves on liquid services. The test pressure generating system shall have both thefacilities to generate hydraulic as well as pneumatic test pressure. For those safety valves used on gasservices, bubbler arrangement to detect the passing / lift of the safety valve under test to be provided.

2.01.4 The test bench under procurement shall have the capability to automatically detect the safety valve lift whenthe SV under test pops / blows and record the pop / blow off pressure as well as the reset pressure after blowoff. After the popup / blow of the SV the system should generate a test report in the internationally acceptableformat with the graphical plot clearly indicating the blow-up and reset pressure with numeric value.

2.01.5 The test bench shall have one common test port i) for SV on liquid service to be tested with water, ii) for SV ongaseous service to be tested with air / gas (Nitrogen etc.)

2.01.6 The test bench shall be capable of generating automatic test pressure upto the required test pressure for theSV under test and maximum upto 400 BAR for Hydraulic pressure and maximum up to 200 BAR for air / gas(Nitrogen etc.) pressure.

2.01.7 The test bench should have universal flange to facilitate testing the flanged safety valve from ½” to 6” sizeANSI. The test bench shall also have the facility to test screwed / threaded end safety valve from ½” to 2” sizeon the same test bench. All the required Male & female NPT screwed adaptors & necessary arrangement shallbe included in the scope of supply of this test bench.

2.01.8 The complete test bench should be mounted on skid so that it can installed easily at site.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 8/35

8 | P a g e

2.01.9 Party should provide all traceable calibration certificates & test report for the supplied system & itsaccessories where ever test cert ificate is applicable.

2.01.10 Installation: - The supervision of installation & commissioning of the offered Test Jig will be in vender’s scopeat designated place in coordination with RCF’s engineer in charge. Party should quote suitably for supervisionof installation, testing & commissioning & training charges in the un-priced techno commercial bid.

2.01.11 Bidder should follow all safety regulations while executing the job with necessary safety gadgets (personalprotective equipment).

2.01.12 Boarding, lodging charges & loca l conveyance will be in vendor’s scope. Party should quote lump sumcharges for any incidental expenses if required.

2.01.13 Miscellaneous: - Vendors shall include supply of all required accessories which are not mentioned anywherebut are required for the safety valve test bench to be made fully functional.

2.01.14 Guarantee/Warranty: - Vendor shall provide guarantee / warranty for a period of 12 months/18 months from thedate of installation / supply.

2.01.15 Maintenance training: - Vendor shall provide required training to the maintenance Engineer & operatingtechnicians at site w.r.t. maintenance & operation of the supplied test bench.

2.01.16 Maintenance Service Support: - The vendor shall quote visit based rates (Non-Comprehensive) to attend anyemergency / breakdown/ preventive maintenance as and when required valid for next five years aftercompletion of warranty. Bidder can consider 4 such visits in a year.

Note: - Vendor may visit the site in-order to assess the exact requirement of fully / semi-automatic safety valve test benchat Inst. Workshop at RCF Trombay.

Confirmation: Compliance / Noncompliance.

Any deviations:

3.0 Compliance/Non-Compliance:

The bidder shall submit a detailed item-wise compliance/non-compliance statement to the requirements given in this

tender document for quick evaluation of the bid. The compliance statement shall be supported by original brochure(s) ofthe equipment. Technical specifications and other requirements contained in this document are essentially required byM/S RCF. If certain paras of the specifications are partially complied, these should be specifically addressed in thecompliance statement giving full details of the deviations from the given specifications and their likely impact on theoverall system. All non-compliance of specifications, even of small nature, should be clearly brought out.Silence on any part of the technical specification or failure/omission to provide any such details will be treatedas Non-compliance.

Party should sign the technical specifications each & every page with stamp as acceptance of thespecifications.

Confirmation: Compliance / Noncompliance.

Any deviations:

4.0 Scope for Non-comprehensive ARC:

The Non-comprehensive ARC includes, visits for preventive / Breakdown / emergency visits as and when required tomake the system fully functional by repairing / replacing the faulty component after warranty.

A) PREVENTIVE MAINTENANCE:

Bidder should visit 4 times in a year for preventive / breakdown maintenance visit of the supplied Test Bench fortesting of safety valves. However payment shall be made on visit basis for actual visits made.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 9/35

9 | P a g e

B) BREAKDOWN / EMERGENCY MAINTENANCE:

1. Bidder shall depute their Engineer for attending any break down /emergency problem of the Test Benchwithin 24 hours of receiving the call as and when required.

2. M/S RCF will provide any spare parts if any part found defective / not repairable.3. Bidder should quote unit rate per visit based for non-comprehensive ARC for next 5 years after warranty.4. One Visit will consist of 8 hours duration at site5. Other charges viz, Over-time, transportation, lodging and boarding, etc, will not be paid by RCF

6. Payment will be made on visit based after certified by RCF engineer in charge.

Confirmation: Compliance / Noncompliance.

Any deviations:

5.0 RCF’S SCOPE OF WORK:

The RCF’s scope of work for this tender shall be as below.

1. Compressed air at 6 kg/cm 2 will be provided at battery limit of the test bench inside the Instrument workshop.2. Compressed argon/Nitrogen gas cylinder at 110 Kg/cm2 will be provided at battery limit of test bench.3. Single phase or three phase power supply will be provided at battery limit of the test bench as required.4. Clean water supply of 2 kg/cm 2 will be provided for test bench by M/s RCF Ltd.

5. RCF will provide necessary man power & co-ordination to carry out the installation & commissioning job safely.6.0 Inspection of supplied system at vendor’s site before dispatch

M/S RCF Ltd. Chembur will inspect the system to be supplied before dispatch. After inspection and RCF’s cleathe system can be dispatched.

Confirmation: Compliance /Noncompliance.

Any deviations:

7.0 Documents/manuals to be supplied by successful bidder:

All products / brought out items being supplied by the bidder should include documentation in English language in theform of manuals that should cover:

• Product specifications.• Site requirements, preparation and installation.• Preventive maintenance.• Troubleshooting and corrective maintenance.• Replacement of defective modules.• Details of mechanical, electric and electronic circuit diagrams, principles of operation as well as

preventive and corrective maintenance procedures for technicians .

All manuals are required to be provided in bound notebook format and should include all necessary tables of contents,diagrams, schematics, glossaries, appendices and user reference sections.

Confirmation: Compliance / Noncompliance.

Any deviations:

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 10/35

10 | P a g e

Hydro-pneumatic Test Bench for testing Safety valves:

1) Test bench capacity:It should be able to test safety valve rangi ng from size ½” to 6” in diameter with a test pressure from bar to the maximum pressure of 400 Bar on hydro & 200 BAR on air. The following picture is representative of what weexpect from the proposed bidder

Confirmation: Compliance /Non-compliance. – 2/3 Jaws as requiredAny deviations:

2) Testing Medium :Liquid – Water

Gas – Air / ArgonConfirmation: Compliance /Non-compliance.Any deviations:

3) Clamping system:The test bench comprises of a Test Port coupled to an independent adjacent control console as detailed belowThe test port should be configured to enable testing hydraulic as well as pneumatic testing. Rated for flanged safetyvalves from ½” to 6” inlet & screwed valves from ½” to 2” inlet. This test port comprises of: -A rigid port structure with an assembly table.-A 2/3 jaw, EN-24 chrome-Moly steel hardened spring loaded, piston type, AUTO CLAMPING SYSTEM toaccommodate the entire range of valves from ½” to 6” inlet just by replacing the intermediate flange.

The Auto clamping system:

This system comprises of a thick mounting plate with a set of sliding clamps mounted on the table. This mounting plate iscoupled to a SS-304 Auto clamping unit comprising of a SS-Piston, pressure chamber and an SS spring.

The Piston pushes the Intermediate Flange against the test valve flange face, which in turn pulls the clamp arms tightagainst the opposite side of the flange. When the required Test Pressure is generated, the valve is firmly clamped applyingthe clamping force only to the valve flange and not the valve body.( The auto clamping system will be activated upto 4” size valve & above 4”, 3 nuts to be tightened manually.)

- Bullheads for interconnection with control console.

- Stainless steel circuit tubing.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 11/35

11 | P a g e

- A Buffed stainless steel exterior body.

Additionally manual clamping arrangement shall also be provided so that the operator can have the manual feel ofapplied clamping force to prevent over force and flange damage but clamping must be quick, simple and easy tooperate with low application of manual

rce.

A set of Male & female NPT screwedadaptors for testing screwed end safetyvalves of ½” to 2” as indicated in picture below should be provided.

Confirmation: Compliance /Noncompliance.Any deviations:

4) Control console : The Control console should beergonomically designed for optimum output &operating staff safety. It comprises of [1] A

Gas test system – From vacuum to 200 bar. [2] Ahydraulic test System – From vacuum to 400 bar

and houses the following: -

‘Sprague’ USAmake or HASKEor equivalent gas air booster withregulating accessories & Controlsfor fine pressure control.

‘Sprague’ USA make or HASKor equivalent air hydro pump with regulating accessories & Controls for fine pressure control.

A SS air accumulator with relief valve to prevent over pressure control. A SS hydro accumulator with relief valve to prevent over pressure control. Valves & Controls for Test Operation. Outlet & controls for external testing. An external N 2 Cylinder bulk-head. Safety screen from test bench to control console for operator safety. Electronic over-pressure protection system with maximum pressure presetting feature & safety alarm light. 6” analog Pressure gauges having an accuracy of ±0.5% of FSD or better to cover the entire test pressur

range on the gauge which is mounted on control console to see the pressure developed on test port withrequired overpressure protection.

Precision air control regulators with bleed option should be provided to control the drive air flow of hydro pump/ Gas air booster to achieve the required test pressure developed in fine step increments. So that desired testpressure is controlled.

The system shall have built in vent valves & drain valve wherever required for easy operation. Tapping points shall be provided in the test stand to read pressure inside the test body. Strainers & filters should be provided in air & water line. Control console, SS tubing & fitting should be reputed make rated for 400 BAR pressure rating with safety

margin. Control console instrumentation should be properly labeled & flow diagram.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 12/35

12 | P a g e

Testing with Nitrogen or Gas – The system should be provided with an adaptor for connecting an external Ncylinder. The testing procedure of the valves on the test bench remains the same as testing with the system air.The control console & test Port should be mounted & integrated on common Transportable Skid Frame.

Skid Frame – The skid of the unit shall be fabricated from carbon steel with continuous weld construction to forma rigid structure. Eyebolts should be provided to lift the system.

Confirmation: Compliance /Noncompliance.Any deviations:

5) Digital Bubble counter All safety & relief valves operating on gaseous fluids are to be tested for seat leakage on air in accordance with API -527 inorder to ascertain their functional characteristics in line with their leakage class rating.

In order to perform this test, an independent standalone system which is connected to the vent side of the safety valves bymeans of quick push type fitting & PU tube should be provided.

The bubble counter should be equipped with a start/stop button to start & stop the data logging. The result should bedisplayed in terms of total number of bubbles & duration in real time while test is in progress. Once the test is stopped, theend result is displayed in bubbles per minutes based on the total leakage spread over the duration of the test.

The bidder should provide lightweight leak off flange covers with spring loaded safety blow out retainers on valve outlet from½” to 6” flange. In the event of an advertent valve lift, the high volume gas is safely relieved through the flange seal, thusprotecting the operator should be provided.

Confirmation: Compliance /Noncompliance.Any deviations:

6) Hydro or Air pressure generation unit:The pressure generation unit should be capable of generating hydraulic pressure up to 400 bar with water &Pneumatic Pressure Up to 200 bar by means of Air Operated Hydro Pump & Gas Air BoosterConfirmation: Compliance /Noncompliance.Any deviations:

7) PC based Data acquisition system (DAS) for report generation:

The Data Acquisition system (DAS) should consist of a PC with compatible HW configuration with suitable OS, a dataacquisition, logger, and a pressure transducer. The DAS captures instantaneous hydrostatic test pressure & displays thepressure on the computer screen during the test. Pressure transducer should be provided in redundant configuration i.e. 1pressure transducer as spare. The output of the both pressure transducers should be connected to PC based dataacquisition card to show the pressure reading on PC monitor.

The typical pressure history of a PRV is a peak profile consisted of three parts 1. The pressure steadily climbs before thecracking pressure which is the peak pressure 2.Pressure sharply drops after the peak 3. Pressure plateaus after the drop.The peak profile will be captured by the computer.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 13/35

13 | P a g e

Specification for panel mount industrial computer:- Configuration – IP 65 Compliant Industrial Touch Panel PC Display – 15” or better Memory – 2GB or more DDR RAM Hard Disk Drive – 500 GB Keyboard - IP 65 Compliant Rack Mount Industrial Keyboard with Touch Pad Mouse. DVD ROM – 8X Operating System – Windows 8 Licensed. Antivirus – Quick heal Total Security with 3 Years License

(Picture shown for representation purpose only)

The software should have facility to Records Tests, create certificates containing Pressure x Time Graph of the testallowing the User to “Start” / “Stop” data logging at any point during the test.

The software installer package contains the basic software as well as other software to open and / or print the savedcertificates.

Displays a real time online Pressure Vs Time graph with option of Variable Pressure Units which can be selected with

a single click from a dropdown Menu.Configured to save and / or print the Test Certificates.

Capable of logging data from 1 up to 4 Channels (4 Test Objects) simultaneously. Contains a drop down menu for theuser to select 1 or all channels for data logging.

Configured with an option to ‘Add Pin points’ (up to a maximum of 4 points) on the line graph. Upon adding a pin-pointhe pressure value in the selected units & time duration at that particular point is indicated in the graph as shown in theStandard test certificate format. The users also have a provision to label the pin point with characters right below theindicated Pressure / time value.

The software should have option to enter valve details like ‘Job card No / SAP notification No.’, ‘Tested by ID’, ‘VModel’, ‘Valve Serial No’, ‘Done by.’, ‘Checked by’ ‘Service’ ‘Tag No.’ and ‘Set pressure ’,‘ Length of RecordingOther Fields such as ‘Test Date’, ‘Test Time’ can be filled automatically by computer.

Each test will be saved in a PDF format file by default on local hard disk, and can be opened with Adobe PDF. At theend of the test, the operator can either print the test result to a PDF file or printer. The Reports can also be exported inMS Word, Excel, and Notepad & PDF format at user level.

The DAS system captures and stores time & hydrostatic test pressure & displays the results on the monitor.

Trolley Mount arrangement for portability & easy storage.

REPORT

DATA TRANSMISSION OPTIONS

SAVE

EXPORT

PRINT

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 14/35

14 | P a g e

Equipped with latest IP65 compliant 15” or better Industrial Panel PCwith above specifications.

Rack mount IP 65 compliant Industrial Keyboard with touch pad mouse along with a Laser printer having Model No.HP LaserJet P1106.

Configured with IP 65 compliant Data Logger.

Intrinsically Safe Pressure Transducers.

All power & data cables lay out in accordance with global standards.

The PC based system should be suitably interfaced with test bench.Confirmation: Compliance /Noncompliance.Any deviations:

8) SPECIAL FEATURES required:

1. SS Spring Loaded, Piston type Auto clamping System on Test Table – to enable quick clamping of test valves.2. Safety Valve on Accumulator – to avoid overpressure in the system.3. Electronic Over-Pressure Protection – to preset the maximum pressure limit & avoid accidents due to over

pressure.4. Priming Bypass feature – to fill up the test valve & air bubble removal prior to testing.5. Safety Screen – to protect the operator from exposure.6. ‘Sprague’ USA make or equivalent Hydro Pump & Gas Air Boosters – to ensure that the unit is further

upgradeable for higher pressure if so desired.7. Air Gun for cleaning of valves & the Test Bench during & after testing.8. Pressure Gauge Adaptors – to enable directional control of test pressure gauges.9. External N2 Cylinder connection ports – to facilitate testing with Nitrogen as the test media in both test ports.10. Pressure Outlets – for testing of external assemblies like vessels, seals etc.11. Data Acquisition System - to store test results & print test reports.12. Digital Bubble Counter – To facilitate Seat Leak Test of Relief Valve on Air, in Accordance with API-527.

Confirmation: Compliance / Noncompliance. Any deviations:

9) Bill of material for test bench specifications :

Sr.No.Sub-Component/ Bought-Out Description Make / Material of Construction /Type

Bidder’s o ffered

1 Skid Base

Carbon Steel

2

Skid Base Flooring Aluminum Checkered Plate

3 Test Port Structure

Carbon Steel

4 Control Panel - Structure Carbon Steel Main Frame &Sheet Metal Cladding withStainless Steel Base Tray forOperative Controls

5

Control Panel – Base Plate for MountingControls

Stainless Steel

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 15/35

15 | P a g e

Sr.No.

Sub-Component/ Bought-Out Description

Make / Material of Construction /Type

Bidder’s o ffered

6 Auto Clamping Unit – Piston Stainless Steel

7

Auto Clamping Unit –Vessel

Stainless Steel

8 Auto Clamping Unit – Top Plate

Stainless Steel

9

Clamping Systems - Sliding Arm Clamps

EN-24 - Hardened & HardChrome Plated

10

Air Accumulator

Stainless Steel

11 Hydro Accumulator Stainless Steel

12 High Pressure InterconnectingInstrumentation fittings & Bulkheads

Stainless Steel / BrassSwagelok / Parker / Hoke /Equivalent

13 Needle, Ball, Toggle & Safety Valves

Stainless Steel / BrassSwagelok / Parker / Hoke /Equivalent

14 High Pressure Interconnecting Tubing

Stainless SteelSandvik / NSTM Ukraine /Parker/ Equivalent

15

Pressure Gauges Stainless Steel Baumer / Wika /Heise / Budenberg /Equivalent

16 Air Hydro Pump & Gas Air Booster

Single StageSprague / Haskel/ Equivalent

17

Pressure Transmitters - for Electronic OverPressure Protection System

Setra – USA/ AST/Equivalent

18

Solenoid Valves - for Electronic OverPressure Protection System

Normally ClosedRotex Automation / HydintControls/ Equivalent

19

Laser printer Make : HP/ EquivalentModel : Laserjet P1106/Equivalent

10) BILL OF MATERIALThe bidder shall submit the detailed price proposal for each and every deliverable item. Technical un-priced bid should contain an exactcopy of price proposal with priced blacked out.

Price Schedule

Sr. No List of Deliverable Item Qty Unit Price

1 Skid mounted safety valve test bench with control console with all requiredaccessory as per NIT specifications.

1 No.

2 Trolley mount PC for data acquisition, printer, keyboard, licensed copy of dataacquisition software, Operating system, Quick heal anti-virus software for 3years validity.

1 No.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 16/35

16 | P a g e

Sr. No List of Deliverable Item Qty Unit Price

3 Digital bubble counter with leak off flange 1 No

4 Adapters to test threaded safety valve from ½” to 2” 1 set

5 Supervision, installation, commissioning, training charges for offered safetyvalve test bench.

Lumsum

6 Visit based rate for -1 st year –Non comprehensive ARC for safety valve testbench

Per visit

7 Visit based rate for -2 nd year- Non comprehensive ARC for safety valve testbench.

Per visit

8 Visit based rate for -3 rd year-Non comprehensive ARC for safety valve testbench.

Per visit

9 Visit based rate for -4 th year-Non comprehensive ARC for safety valve testbench.

Per visit

10 Visit based rate for -5 th year-Non comprehensive ARC for safety valve testbench.

Per visit

Confirmation: Compliance /Noncompliance.Any deviations:

11) Price evaluation :

The L1 bidder will be decided by evaluating the quoted price for Sr. No.1 to 5 & Sr. No.6 to 10 visit based rate/ year. 4 No visits willbe considered per year for next 5 years after warranty. Based on above criteria, L1 bidder will be awarded the purchase order forsupply & ARC.

Confirmation: Compliance /Noncompliance.Any deviations:

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 17/35

17 | P a g e

ANNEXURE-IVTERMS & CONDITIONS FOR INDIAN BIDDERS

( KINDLY FILL THIS SHEET AND SUBMIT IN techno-commercial bid )

BIDDER’S NAME: …………………………………………………………………………

NOTE: Please note that any blank field (un- marked) in the preceding confirmation box will be treated as ‘Agreed’

only.

NO. DESCRIPTIONBIDDER CONFIRMATION

(Please put √ in front ofyour confirmation)

1EARNEST MONEY DEPOPSIT BIDDER HAS TO SUBMIT THE EMD FORRS.50000/- or Equivalent USD as per Annexure -I OR VALID NSIC CERT. Withoutwhich offer will not be considered.

Submitted /Not Submitted

2 PRICE BASIS : FOR RCF CHEMBUR AGREED / NOT AGREED 3 Packing & forwarding: % / rs. Extra / inclusive in basic price

4 EXCISE DUTY : % EXTRA / INCLUSIVE in basic price / NOT APPLICABLE. ALSOCONFIRM THAT EXCISE INVOICE OF RS. SHOULD ACCOMPANY THE SUPPLY

5 VAT : TAX % OF VAT APPLICABLE EXTRA / INCLUSIVE in basic pr% OF CST APPLICABLE EXTRA / INCLUSIVE in basic price

6 Transportation : % / rs. As extra / inclusive in basic priceService tax on transport extra %/invclsive

7 INSURANCE : % EXTRA / INCLUSIVE in basic price

8OCTROI %. EXTRA / INCLUSIVE / NOT APPLICABLE. IF IT IS BORNE BY BIDDER,PROOF OF OCTROI RECEIPT IS REQUIRED. (Incase OCTROI is not applicable, thename of supply point shall be mentioned)

9 Quantity offered as per enquiry AGREED / NOT AGREED

10

Payment for supply will be made with in 30 days from the receipt subject toacceptance of the material (in case of not acceptance of above paymentterm kindly mention your payment term. Loading for the payment @ 12 % perannum will be made for adjusting to 30 days credit.)

AGREED / NOT AGREED

11Payment for installation and commissioning : payment will be made within 30days after successful commissioning only AGREED / NOT AGREED

12 Guarantee/ warranty for a period of 12 months from the date of installation /commissioning or 18 months from the date of supply whichever is earlier.

AGREED / NOT AGREED

13Liquidated damages clause for late delivery @ 0.5% per week or part thereofsubject to maximum of 5% of total p.o./contract value.

AGREED / NOT AGREED

14

Liquidated damages for late delivery for installation and commissioning etc.:Late delivery clause is applicable for the delayed delivery @ 1 % per week ofdelay to maximum 10 % of po value. (non acceptance of ld clause will lead toloading your basic price by 10 %)

AGREED / NOT AGREED

15

Security Deposit (SD) cum Performance Bank Guarantee (PBG): Successful bidder willhave to submit Security Deposit cum performance bank guarantee for 10% of contract valueeither in the form of Bank Guarantee as per RCF's format or through RTGS/NEFT, this SD shallbe valid up to a period of five years or the complete conclusion of contractual obligations to thecomplete satisfaction of both the BIDDER and the RCF including warranty period whichever islater as per Integrity pact Clause No 4.1 This is to be submitted within 15 days of placement oforder. The Bank Guarantee should be from the Bank out of RCF approved Bankers as per the listattached .

AGREED / NOT AGREED

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 18/35

18 | P a g e

16 Firm price: price shall remain firm through out contract period AGREED / NOT AGREED

17Statutory variations: all statutory variations during contract period shall be toRCF’Saccount and beyond contract period to your account

AGREED / NOT AGREED

18delivery period: minimum delivery period for supply (in no. of days) afterreceipt of order. RCF prefers 16 weeks from the date of PO. ……………….DAYS

19Period for installation & commissioning from the date of site readinessincluding the mobilization period. ………………..DAYS

20 Whether the party is registered under micro/small/medium enterprises act2006 (please furnish the proof)

□ YES

□ NO

21 Whether the proprietary of “MSME” enterprise is from sc/st category (please attach cast certificate issued by competent authority)

□ YES

□ NO

SIGNATURE WITH STAMP

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 19/35

19 | P a g e

BID ABSTRACT SHEET (For Foreign bidders) ANNEXURE-IVTERMS & CONDITIONS

SRNO DESCRIPTION COMMENTS

1 Emd for RS. 50,000/- or equivalent amount in us dollars to be submitted or will submitthe bid bond for the same Yes/no

2 Bid valid for 120 days from the date of opening Yes/no

3

Security deposit cum performance guarantee clause: Security Deposit (SD) cumPerformance Bank Guarantee (PBG): Successful bidder will have to submit Security Depositcum performance bank guarantee for 10% of contract value either in the form of Bank Guaranteeas per RCF's format or through RTGS/NEFT, this SD shall be valid up to a period of five years orthe complete conclusion of contractual obligations to the complete satisfaction of both theBIDDER and the RCF including warranty period whichever is later as per Integrity pact Clause No4.1 This is to be submitted within 15 days of placement of order. The Bank Guarantee should befrom the Bank out of RCF approved Bankers as per the list attached .

Agreed/disagreed

4 Late delivery and penalty clause, 0.5% per week or part thereof subject to maximum of5% of total po value. Agreed/disagreed

5 Rcf's payment terms agreed (our standard payment term is 100% by L/C with 60 dayscredit) Agreed/disagreed

6 Whether price shall remain firm through out contract period. Yes/no

7 Price basis: Party shall quote for all the three options 1. FOB nearest port2. CIF Navasheva Mumbai 3. CIP Mumbai Airport

Quoted /not quoted

8Whether Indian agency commission involved . If yes, give the % . The agencycommission is payable in Indian rupees only. Yes/no

9 Name and address of Indian agent and pan no.10 Acceptance of part order. Agreed/disagreed

11 All the bank charges including L/C confirmation charges outside India is insupplier’s/beneficiary’s account Agreed/disagreed

12 L/C extension charges due to supplier’s fault shall be to supplier’s account. Agreed/disagreed13 Net weight and gross weight of the total consignment.14 Country of origin16 Whether commercial bid submitted Yes/no

17 Confirmed that the offer is in total conformity with the terms & conditions as specified inthe enquiry. If not agreed, then a list of all deviations is given with proper justification. Yes/no

18 Whether test certificate shall be provided Yes/no

19 Particulars (name & address) of your bank and your bank account number for openingletter of credit.

20 Name and address of beneficiary.21 Name of loading port/ airport.

22 One photocopy of price bid with blanked prices to be submitted with the un-pricedcommercial bid

Submitted/notsubmitted

23

Any payment due shall be released only after the submission of bank guarantee andreceipt of confirmation of bank guarantee from your bank.rcf shall not be responsible fordelay in payment due to of any discrepancy in bank guarantee or late receipt ofconfirmation.

Agreed/disagreed

24 Whether all the documents mentioned in the special notes as per annexure submitted Yes/no26 In case any deviation from nit terms please attached separate deviation sheet Yes/no

27Installation and commissioning charges to be quoted as lump sum and separate frommaterial charges.

Yes/no

28 Service tax in % if applicable for installation & commissioning portion Yes/no29 For the work order income tax will be deducted at source as per prevailing rates. Yes/no

30 delivery period: minimum delivery period for supply (in no. of days) after receipt oforder. RCF prefers 16 weeks from the date of PO. ……………….DAYS

31Period for installation & commissioning from the date of site readiness including themobilization period. ………………..DAYS

NOTES:Please give separate list for deviations, if any.Please fill up this sheet and confirm all the above points.Incase you not quoting against this tender, please send regret letter accordingly.(Authorised Signatory.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 20/35

20 | P a g e

ANNEXURE- V

(FORMAT FOR SOLVENCY CERTIFICATE)(on Bank’s Letter Head )

______________________________________________________________________REF NO:………………… DATE:……………,,,,,,,,,

To Whomsoever Concerned

This is to certify that to the best of our knowledge and information, M/s ___________________________

(Bidders name with complete address), a customer of our Bank, is respectable, and is capable of executing

orders to the extent of Rs_________ (Rupees________________________). M/s _________________

have been our customer since ______ to date and has been granted the following limits, at present, againstvarious facilities granted by the Bank:

……………………… ……………..

……………………… ……………...

This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its

officials.

This certificate is issued at the specific request of the customer.

Yours faithfully,(Bank Official’s signature & stamp

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 21/35

21 | P a g e

BANK GUARANTEE FORMAT ANNEXURE – VI

FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCEGUARANTEE

(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’, whichexpression unless repugnant to the context and meaning thereof shall include its successors and assigns],having agreed to exempt, M/s __________________________________having its registered/principal officeat ______________________________________________ [hereinafter referred t o as ‘Supplier /Contractor ’ which expression unless repugnant to the context and meaning thereof shall include itssuccessors 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 irrevocablebank 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 ’ whichexpression shall include its successors and assigns] do hereby undertake to pay RCF an amount notexceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to abreach 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 anydemur merely on a demand received in writing from RCF stating that the Supplier / Contractor hascommitted breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with theterms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bankby RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amountdue and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by thesaid Supplier / Contractor regarding the validity of such breach and we agree to pay the amount sodemanded by RCF forthwith and without any demur. However, our liability under this guarantee shall berestricted to an amount not exceeding Rs. ______________ [Rupees _________________ ].

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

3. We ________________ the Bank , undertake to pay to RCF any money so demanded notwithstandingany dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending beforeany court or tribunal relating thereto as our liability under this present being absolute and unequivocal. Thepayment so made by us under this Guarantee shall be valid discharge of our liability for payment there underand the said Supplier / Contractor shall have no claim against us for making such payment.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 22/35

22 | P a g e

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent andwithout affecting in any manner our obligation hereunder to vary any of the terms and conditions of theOrder or to extend time of performance by the said Supplier / Contractor from time to time or topostpone, for any time or from time to time, any of the powers exercisable by the RCF against the saidSupplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order andshall not be relieved from our liability by reason of any such variation or extension being granted to the saidSupplier / 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 relatingto 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 principaldebtor and the BANK hereby waives all rights of surety ship.

6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] andshall 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 timefrom the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from allliabilities 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 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 ofdispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence inregard 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 theBank.

11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency exceptwith 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 bankName of the Official:

Designation of the Official:Name of Bank:Branch:

Address of Branch:Telephone / Mobile No :Fax No:Email Id

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 23/35

23 | P a g e

LIST OF RCF APPROVED BANKERS FOR BANK GUARANTEES

A) STATE BANK OF INDIA AND IT’S ASSOCIATEBANKS:

1. State Bank of India,2. State Bank of Bikanar & Jaipur,3. State Bank of Hyderabad,4. State Bank of Mysore,5. State Bank of Patiala,6. State Bank of Travancore.

B) NATIONALISED BANKS:

1. Allahabad Bank,2. Andhra Bank,3. Bank of Baroda,4. Bank of India,5. Bank of Maharashtra,6. Canara Bank,7. Central Bank of India,8. Corporation Bank,9. Dena Bank,10. Indian Bank,11. Indian Overseas Bank,12. Oriental Bank of Commerce,13. Punjab & Sind Bank,

14. Punjab National Bank,15. Syndicate Bank,16. UCO Bank,17. Union Bank of India,18. United Bank of India,19. Vijaya Bank.

C) OTHER BANKS:

1. Catholic Syrian Bank Ltd2. City Union Bank Ltd3. Kotak Mahindra bank Ltd.,4. South Indian Bank Ltd.,5. Tamilnad Merchantile Bank Ltd.,6. The Federal Bank Ltd.,7. The Jammu & Kashmir bank Ltd,8. The Karnataka Bank Ltd,9. The Karur Vyaya Bank Ltd,

D) FOREIGN BANKS:1. American Express Bank Ltd,2. Bank of American National Trust & Saving

Association,3. Bank of Tokyo – Mitsubishi UFJ Ltd,4. Barclays Bank PLC5. BNP Paribas6. Calyon Bank7. Citibank N.A.,8. Deutsche Bank,9. Development Bank of Singapore (DBS)10. Hong Kong & Shanghai Banking CorporationLtd,

11. JP Morgan Chase Bank,12. Royal Bank of Scotland13. Standard Chartered Bank,

E) PRIVATE SECTOR BANKS :1. Axis bank Ltd2. HDFC Bank Ltd3. ICICI Bank Ltd4. IDBI Bank Ltd5. ING Vysya Bank Ltd6. Yes Bank Ltd.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 24/35

24 | P a g e

Integrity Pact Annexure VII

RCF is committed to ensure that it carries its business with integrity and transparency. The Company has framed rulesto avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiceddealings 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 distortinary impact of corruption onpublic procurement, and

Enabling BIDDER to abstain from bribing or indulging in any corrupt practices in order to secure the contract byproviding assurance to them that their competitors will also abstain from bribing and other corrupt practices and RCFwill 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 ’IntegrityPact’) 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 anymaterial 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 sameinformation and will not provide any such information to any particular BIDDER which could afford an advantage tothat 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 andverifiable facts, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedingsmay be initiated by RCF and such a person shall be debarred from further dealings related to contract process. In sucha 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 andillegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure thecontract 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 ofthe RCF, connected directly or indirectly with the bidding process, or to any person, organization or third party relatedto the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of thecontract.

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 other advantage, commission, fees,brokerage or inducement to any official of RCF or otherwise in procuring the Contract or forbearing to do or havingdone any act in relation to the obtaining or execution of the contract or any other contract with RCF for showing orforbearing 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, inconnection with this bid/ contract.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 25/35

25 | P a g e

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, promisedor intended to be paid to any such individual, firm or Company in respect of any such intercession, facilitation orrecommendation.

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 ortheir family members, agents, brokers or any other intermediaries in connection with the contract and the details ofservices agreed upon for such payments.2.8 The BIDDER will not collude with other parties, interested in the contract, to impair the transparency, fairnessand 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 illegalactivities.

2.10 The BIDDER shall not use improperly, for purposes of completion or personal gain, or pass on to others, anyinformation provided by RCF as part of the business relationship, such as plans, technical proposals and businessdetails 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 throughany 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 orindirectly, is a relative of any of the employees of RCF, or, if any relative of an employee of RCF has financialinterest/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.

Previous Transgression

The BIDDER declares that no previous transgression occurred in the last three years, in respect of any corruptpractices envisaged hereunder, and/or with any Public Sector Enterprises/ Government department that could justifyBIDDERs exclusion from the tender process.

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

4. Earnest Money (Security Deposit)

4.1 The earnest Money/ Security Deposit, required to be given by the BIDDER shall be valid up to a period of fiveyears or the complete conclusion of contractual obligations to the complete satisfaction of both theBIDDER and the RCF, including warranty period whichever is later.

4.2 In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled to forfeit the EMD/SDwithout assigning any reason.5 Sanctions for violations

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 26/35

26 | P a g e

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 (whetherwith or without the knowledge of the BIDDER) shall entitle RCF to take all or any one of the following actions,wherever required:-

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

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

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

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

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.

To terminate all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any lossor damage to RCF resulting from such termination and RCF shall be entitled to deduct the amount so payable from themoney(s) due to the BIDDER.

To debar/blacklist the BIDDER from participating in future bidding processes of RCF for a minimum period of fiveyears, which may be further extended at the discretion of RCF.

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

In case where irrevocable Letters of Credit have been opened in respect of any contract signed by RCF with theBIDDER, the same shall not be opened.

Forfeiture of Performance Bond in case of a decision by RCF to forfeit the same without assigning any reason forimposing 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 bythe 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 anyother 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 theBIDDER shall be final and conclusive on the BIDDER. However, the Bidder can approach the Independent Monitor

appointed for the purposes of this Pact.

Fall Clause:

The BIDDER undertakes that it has not supplied/ is not undertaking Project/Work of similar Capacity at aprice lower than that offered in the present bid and if it is found at any stage that similar Project/Work of similarCapacity was offered by the BIDDER to any other Ministry/ Department of the Government of India or a PSU at alower price, then such lower price, with due allowance for elapsed time, will be applicable to the present NIT/Contractand the difference in the cost would be refunded by the BIDDER to the RCF, if the contract has already beenconcluded.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 27/35

27 | P a g e

7. Facilitation of Investigation

In case of any allegation of violation of any provisions of these terms or payment of commission, RCF shall beentitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall providenecessary information and documents in English and shall extend all possible help for the purpose of suchexamination .

Law and Place of JurisdictionIndian Law shall be applicable to the NIT and Courts in Mumbai shall have Jurisdiction.

Other Legal Actions

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

Validity

10.1 The validity of this Integrity Pact shall be from date the NIT is issued and extend upto 5 years or the completeexecution of the contract to the satisfaction of RCF and the BIDDER/ Seller, including warranty period, whichever islater. 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.

Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. Inthis case, the parties will strive to come to an agreement to their original intentions.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 28/35

28 | P a g e

MODALITIES FOR PROCUREMENT THROUGH e-REVERSE AUCTION ANNEXURE-VIII

The following steps noted below shall be the general methodology for carrying out the process of procurement throughthe route of Reverse auction. Please note that some of the steps enumerated may vary or be replaced / deleted in orderto accommodate for certain systemic or procedural compliance.

1. The offers shall be called in 2 Bid System. The bidders shall be required to submit their offers in 2

separate envelope parts- (a) ‘Technical & Un-pr iced Commercial Bid’ and (b) ‘Price Bid’. The Technical & Un-priced Commercial Bid shall contain along with the duly filled-in requisite Annexures, the “Format A- Process Compliance Form” (as per attached format) on bidder’s letterheaconfirming acceptance of all the terms for participating in the Reverse Auction. Non-acceptance / Non-submission of the “Process Compliance Form” shall be a basis for rejection of the offer.

2. The first part of the offer, Technical & Un-priced Commercial Bid, shall be opened on the due date andtime as per the NIT, in the presence of the representatives of those bidders who choose to remainpresent.

3. The Technical & Un-priced Commercial bids opened shall be scrutinized for technical and commercialacceptability including the pre-qualification criteria (the existing pre-qualified suppliers shall be exemptfrom this criteria). The offers not fulfilling the technical criteria as per the NIT shall be rejected outright.

4. The offers will be evaluated as per the evaluation procedure mentioned in the NIT. The offer whichmeets the NIT requirements, technically (including pre-qualification criteria) and commercially, shall beeligible for further consideration. Before opening of the Price Bids, offers of all techno-commerciallyacceptable tenderers shall be at par. The tenderers whose offers qualify shall be intimated regardingthe due date and time of opening of price bid. The bidders have the option of attending the opening ofthe Price Bids at the due date and time.

5. After opening the price bids and arriving at evaluated cost to RCF, the tenderers whose price bids havebeen opened shall be required to participate in the Reverse Auction event conducted by the RCFService Provider.

6. It shall be RCF’s discretion to use the Lowest Evaluated Cost (Unit Rate) obtained amongst the PriceBids opened or any other price as decided by RCF as the Opening Bid Price for the Reverse Auction.

BUSINESS RULES FOR REVERSE AUCTION

A. GENERAL TERMS AND CONDITIONS OF REVERSE AUCTION (ON-LINE BIDDING ON INTERNET)

1. For the reverse auction, technically and commercially acceptable tenderers only shall be eligible toparticipate.

2. RCF through authorized service provider will provide all necessary training and assistance beforecommencement of on line bidding on Internet.

3. RCF will inform the tenderer in writing the details of service provider including contact details to enablethem to contact and get trained.

4. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be communicatedthrough service provider for compliance.

5. Tenderers have to enclose the duly signed & filled-in compliance form in the prescribed Format A –Process Compliance Form along with the un-priced commercial bid. Without this said form, the tendererwill not be eligible to participate in the tender.

6. It is mandatory for tenderer to have a valid digital signature certificate issued by any of the valid CertifyingAuthority approved by Government of India for participation in the Reverse Auction event at the time ofsubmission of offer. The cost of digital signature will be borne by respective tenderer.

7. RCF will provide the evaluation sheet (e.g.: EXCEL sheet) to each tenderer, if any, the start of reverseauction which will help to arrive at “Evaluated Cost to RCF” as detailed in NIT.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 29/35

29 | P a g e

8. Reverse auction will be conducted on schedule date & time.9. At the end of reverse auction event, the evaluated lowest tenderer cost will be displayed on the auction

website.10. The lowest tenderer has to fax / e-mail the duly signed filled-in prescribed Format B – Price Confirmation

as provided to RCF immediately after closing of reverse auction event .11. The reverse auction will be treated as closed only when the bidding process gets closed in all respects for

the item listed in the Reverse Auction (RA) event.

B. Business Rule for finalization of the procurement

Please go through the guidelines carefully given below and submit your acceptance to the same in theattached prescribed Format A – Process Compliance Form along with the un-priced commercial bid.1. Reverse Auction ON-LINE BIDDING ON INTERNET) shall be conducted by RCF, on pre-specified time &

date, the tenderers shall be quoting from their own offices/ place of their choice. Internet connectivity andother paraphernalia requirements shall have to be ensured by tenderers themselves.. In order to ward-offsuch contingent situation like internet connectivity failure, power failure etc., tenderers are requested tomake all the necessary arrangements / alternatives whatever required so that they are able to circumventsuch situation and still be able to participate in the reverse auction successfully. However, the tenderersare requested to not to wait till the last moment to quote their bids to avoid any such complex situations. Itis to be noted that either RCF or RCF’S SERVICE PROVIDERshall not be responsible for theseunforeseen circumstances

2. RCF’S SERVICE PROVIDERshall arrange to train the nominated person(s) of the tenderer, without anycost. Service provider shall also explain all the Rules related to the Reverse Auction mentioned in theBusiness Rules Document to be adopted, as per NIT.

3. OPENING PRICE / BID DECREMENT: The opening bid price of the Reverse Auction and the biddecrement value shall be available to the tenderers on their respective bidding screen.

4. BID PRICE: The tenderer has to quote the Evaluated Cost to RCF for the items specified. Any techno-commercial loading, to arrive at the Evaluated Cost to RCF, shall be intimated to tenderers prior toReverse Auction event in the form of Evaluation sheet.

5. Procedure for Reverse Auctioning

a. Reverse Auction : RCF will declare its Opening Price (OP ), which shall be displayed to all tenderersduring the start of the Reverse Auction. The tenderer will be required to start bidding afterannouncement of Opening Price and decrement amount. Opening Price displayed on screen isevaluated price to RCF. The first online bid and the subsequent bids, received in the system during theevent shall be less than the Auction's opening bid price by one decrement or multiples of decrement.

b. The Purchase order shall be placed on overall lowest tender basis.c. Reverse Auction shall be for a period of 60 minutes or as per RCF’s requirement. If a tenderer places

a bid in the last 5 minutes of closing of the Reverse Auction and if that bid gets accepted, then theauction’s duration shall get extended automatically for another5 minutes , for the entire auction (i.e.for all the items in the auction), from the time that bid comes in. The auto-extension will take place onlyif a bid is received & accepted in those last 5 minutes . If the bid does not get accepted, the auto-extension will not take place. In case, there is no bid in the last 5 minutes of closing of Reverse

Auction, the auction shall get closed automatically without any extension. However, tenderers areadvised not to wait till the last minute or last few seconds to enter their bid during the auto-extension period to avoid complications related with internet connectivity, network problems,system crash down, power failure, etc.

d. After the completion of Reverse Auction, the Closing / Final Price (CP ) shall be available on auctionscreen.

e. At the end of the reverse auction, L1 tenderer (i.e. tenderer who has quoted lowest final closing price)has to provide price confirmation giving a detail break up through email or fax on tenderer’s letter-headimmediately as per attached prescribed FORMAT B – Price Confirmation.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 30/35

30 | P a g e

6. During Reverse Auction, if no bid is received within the specified time, RCF, at its sole discretion, maydecide to reschedule / scrap the Reverse Auction process / proceed with conventional mode of tendering /or finalize the tender based on Prices Bid submitted in the envelope

7. Placement of order on the conclusion of Reverse Auction shall be at the discretion of RCF. Bids oncemade by tenderer, cannot be cancelled or withdrawn.

8. It shall be the prerogative of RCF to offer the Final / Closing Price of Reverse Auction to the other biddersfor matching in case RCF decides to have more than one supplier. The bidders shall be offered to confirmFINAL / Closing Price in Reverse Auction in sequence of their ranking in Final Price offered duringReverse Auction event.

9. The tenderer shall be assigned a Unique User Name & Password by RCF’S SERVICE PROVIDER. Ttenderer are advised to change the Password and edit the information in the Registration Page after thereceipt of initial Password from RCF’S SERVICE PROVIDER to ensure confidentiality. All bids made fromthe Login ID given to tenderer will be deemed to have been made by them.

10. The tenderer will be able to view the following on screen along with the necessary fields in the Reverse Auction:

Leading Bid in the Auction (Current Lowest Rate) Bid placed during the event Opening Price & Decrement Value.

11. RCF’s decisionfor award of Contract shall be final and binding on all the Tenderers.12. RCF shall not have any liability to tenderers for any interruption or delay in access to the site irrespective

of the cause.

13. The tenderer will be required to submit their acceptance to the terms / conditions / modality given abovebefore participating in the reverse auction.

C. Other terms & conditions

The Tendered shall not indulge either by himself or through any of his representatives in Pricemanipulation of any kind ether directly or indirectly and shall not divulge, in any manner, the details ofrates and other information connected with the tender to other suppliers / tenderness.

The Tendered shall not divulge particulars of his Bids or any other exclusive details of RCF to any otherparty.

RCF and/or RCF’S SERVICE PROVIDER shall not have any liability to Tenderers for any interruption ordelay in access to the site irrespective of the cause.

RCF and/or RCF’S SERVICE PROVIDER is not responsible for any damages, including damages thatresult from, but are not limited to negligence.

RCF and/or RCF’S SERVICE PROVIDER will not be held responsible for consequential damages,including but not limited to systems problems, inability to use the system, loss of electronic information etc.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 31/35

31 | P a g e

FORMAT – A ANNEXURE-IX

Process Compliance Form – E-reverse auction

(Tenderers are required to print this on their company’s letter head and sign, stamp beforeputting it into un-priced commercial bid) To

M/s. RCF Ltd.

Attention :

Sub: Acceptance to the Process related Terms and Conditions for the Reverse Auction

Dear Sir,

This has reference to the Terms & Conditions for the Reverse Auction mentioned in the NIT NO

We hereby confirm the following -1) The undersigned is authorized representative of the company.2) We have carefully gone through the NIT, Tender Documents and the Business Rules governing the Reverse

Auction as well as this document.3) We also confirm that we will undergo the training by RCF’s SERVICE PROVIDER on the auction tool and

functionality of the same..4) We confirm that RCF and RCF’S SERVICE PROVIDER shall not be liable & responsible in any manner

whatsoever for my/our failure to access & bid on the e-auction platform due to loss of internet connectivity,electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or duringthe auction event.

5) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority and self attestedcopy enclosed

6) We also confirm that we will fax / e-mail the price confirmation & price break up of our quoted price as perFORMAT B – Price Confirmation after the closing of reverse auction event

We, hereby confirm that we will honor the Bids placed by us during the auction process.

With regards

Signature with company sealName – Company / Organization – Designation within Company / Organization –

Address of Company / Organization – E-mail Id:Tel no:.Mobile no. :

Sign this document and Fax at + 91 - 022 – 25522320

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 32/35

32 | P a g e

FORMAT – BPrice Confirmation

(Tenderers are required to print this on their company’s letter head and sign, stamp beforefaxing)

ToM/s. RCF Ltd.Trombay UnitAttention -Sub: Final price quoted during Reverse Auction and price break up

Ref : 1 . RCF NIT no,2. Reverse Auction dt. ……………

Dear Sir,We confirm that we have quoted the final price1. ---------------------------------------------------- (in words & figures)

(Price quoted on Evaluated cost to RCF basis)

as our final lump sum prices during the Reverse Auction conducted on _________ (date)(Price Breakup attached as per RCF evaluation sheet (excel) format )With regardsSignature with company sealName – Company / Organization – Designation within Company / Organization –

Address of Company / Organization – E-mail IdTel no.:Mobile no:.

Sign this document and Fax at + 91 - 022 – 25522320

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 33/35

33 | P a g e

BID BOND PROFORMA FOR FOREIGN BIDDERS ANNEXURE-X

(BID BOND TO BE EXECUTED ON RS.200/- NON JUDICIAL LATESTSTAMP PAPER FROM ANY INDIAN NATIONALSED RANK)

M/s Rashtriya Chemicals & Fertilizers Limited,Trombay Unit, Chembur, MUMBAI - 400 074.

Dear Sir,WHEREAS M/s._____________________________________________________________(offerer) has offered to supply ______________________________________to RCF and the offerer is required to submit a Bid Bond for US$ ._______ along with the offer as aguarantee for fulfillment of all the Terms and Conditions for subsequent sale, we (bank with full address) dohereby guarantee and undertake to pay _______________ immediately on demand by RCF, Mumbai theamount of US$ ______________ in case the offerer fails to perform any or all the obligations undertakenby him as per RCF’s acceptance without any reservation, protest, demur and recourse to said offerer. Anysuch demand in writing made by RCF shall be conclusive and binding on us irrespective of any dispute ordifference raised by the offerer. This guarantee shall be irrevocable and shall remain valid till 90 days fromthe date of tender opening.

Not withstanding anything mentioned herein before, our liability under this guarantee is restricted to US$ ______________ (US Dollars ______________________ only) and it will remain in force upto ________________ unless a claim under the guarantee is filed against us on or before ______________ allyour rights under the said guarantee shall be forfeited and we shall be released and discharged from allliabilities there under.

We _________________________ bank, further agree that the guarantee hereunder contain shall not beeffected by any change in the terms of purchase originally offered by the offerer.Date ________________For ________________

Place ________________Bank ________________

Authorised Signatories

Note: Bidders bank while authorizing Indian Bank to execute this Bid Bond against their counter guarantee, shouldalso intimate the reimbursement instructions. In case Bid Bond is given by Foreign Bank, it should be counter signedby an Indian Nationalised Bank.

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 34/35

34 | P a g e

ANNEXURE – XI

PRICE BID FORMAT FOR INDIAN BIDDER

Tender NO:Commercial name of the Product (Excise Heading/Sub-Heading) To be filled by Vendor1. Skid mounted safety valve test bench with control console with all requiredaccessory as per NIT specifications.

1 No.

2. Trolley mount PC for data acquisition, printer, keyboard, licensed copy of dataacquisition software, Operating system, Quick heal anti-virus software for 3years validity.

1 No.

3. Digital bubble counter with leak off flange 1 No

4. Adapters to test threaded safety valve from ½” to 2” 1 set

1.Packing forwarding i)% ii)Amount: Rs.

2. Excise dutyExtra on basic price / Inclusive in basic price

i)% ii)Amount: Rs.

3. Sales Tax (CST/VAT) Extra/ Inclusive i)% ii)Amount: Rs.4. Freight up to RCF Stores Extra/ Inclusive i)% ii)Amount: Rs.

5. Insurance Extra/ Inclusive i)% ii)Amount: Rs.6. Octroi Extra/ Inclusive i)% ii)Amount: Rs.

7.Unloading at RCF plant i)% ii)Amount: Rs.Total Price for supply part Rs.__________Services items as per Annexure IIITaxes applicable on service partTotal Price for service part Rs.__________

TOTAL LANDEDUP TO RCF STORES INCLUSIVE OF UNLOADING CHARGES : Rs. Per Unit

Services items as per scope of supply Annexure IIISupervision, installation, commissioning, training charges for offered safety valvetest bench.

Lump sum

Visit based rate for -1st year –Non comprehensive ARC for safety valve test bench Per visitVisit based rate for -2nd year- Non comprehensive ARC for safety valve test bench. Per visitVisit based rate for -3rd year-Non comprehensive ARC for safety valve test bench. Per visitVisit based rate for -4th year-Non comprehensive ARC for safety valve test bench. Per visitVisit based rate for -5th year-Non comprehensive ARC for safety valve test bench. Per visitTotal Price for supply part Rs.__________Services items as per Annexure III

Taxes applicable on service partTotal Price for service part Rs.__________

Remarks, if anyName & Address of Tenderer : (Authorised Signatory)

Name :Designation:Company Seal:Place & Date:

8/9/2019 Final Nit Dcme 20137

http://slidepdf.com/reader/full/final-nit-dcme-20137 35/35

ANNEXURE – XII

PRICE BID FORMAT FOR FOREIGN BIDDER

Tender No. TO BE FILLED BY FOREIGN BIDDER

1. Skid mounted safety valve test bench with control console with all requiredaccessory as per NIT specifications.

1 No.

5. Trolley mount PC for data acquisition, printer, keyboard, licensed copy of dataacquisition software, Operating system, Quick heal anti-virus software for 3years validity.

1 No.

6. Digital bubble counter with leak off flange 1 No

7. Adapters to test threaded safety valve from ½” to 2” 1 set

TOTAL PRICE

OPTION 1: FOB NEAREST PORTOPTION 2: CIF NAVASHEVA PORTOPTION 3: CIP MUMBAI AIRPORT

Services items as per scope of supply Annexure III

Supervision, installation, commissioning, training charges for offered safety valvetest bench.

Lump sum

Visit based rate for -1st year –Non comprehensive ARC for safety valve test bench Per visitVisit based rate for -2nd year- Non comprehensive ARC for safety valve test bench. Per visitVisit based rate for -3rd year-Non comprehensive ARC for safety valve test bench. Per visitVisit based rate for -4th year-Non comprehensive ARC for safety valve test bench. Per visitVisit based rate for -5th year-Non comprehensive ARC for safety valve test bench. Per visitTotal Price for supply part Rs.__________Services items as per Annexure IIITaxes applicable on service partTotal Price for service part Rs.__________

Currency:Remarks, if anyName & Address of Bidder: (Authorised Signatory)

Name :Designation:Company Seal:Place & Date: