notice inviting tender total quality management (tqm

53
1 NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM) STUDY AND ITS IMPLEMENTATION IN UREA PLANT AT NATIONAL FERTILIZERS LIMITED, PANIPAT UNIT INDEX OF CONTENTS Clause No. Particulars Page No. ATTACHMENT-I 3 A) SPECIAL TERMS AND CONDITIONS OF NIT: 1.0 Background 4 2.0 Scope of Work 4-5 3.0 Methodology 5-6 4.0 Submission of bids by the bidders 6-9 5.0 Prices to be firm 9 6.0 Deviations to NIT 9 7.0 Time schedule for execution of the assignment 9 8.0 Time schedule bar chart 9-10 9.0 Charges/fee for carrying out subject studies 10 10.0 Manpower deployment 10 11.0 Terms of payment for the CONSULTANT 10 12.0 Field testing equipment 11 13.0 OWNER’s decision final 11 ATTACHMENT – II 12 B) GENERAL TERMS & CONDITIONS 1.0 Definitions 13-15 2.0 General instructions and information 15-18 3.0 Clarifications 18 4.0 Suspension 18-19 5.0 Termination of CONTRACT 19-29 6.0 Consequences of Termination 20 7.0 Rights of OWNER 20-21 8.0 Work to be open to inspection 21

Upload: others

Post on 06-May-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

1

NOTICE INVITING TENDER

TOTAL QUALITY MANAGEMENT (TQM) STUDY AND ITS IMPLEMENTATION IN UREA PLANT AT

NATIONAL FERTILIZERS LIMITED, PANIPAT UNIT

INDEX OF CONTENTS

Clause No. Particulars Page No.

ATTACHMENT-I 3

A) SPECIAL TERMS AND CONDITIONS OF NIT:

1.0 Background 4

2.0 Scope of Work 4-5

3.0 Methodology 5-6

4.0 Submission of bids by the bidders 6-9

5.0 Prices to be firm 9

6.0 Deviations to NIT 9

7.0 Time schedule for execution of the assignment 9

8.0 Time schedule bar chart 9-10

9.0 Charges/fee for carrying out subject studies 10

10.0 Manpower deployment 10

11.0 Terms of payment for the CONSULTANT 10

12.0 Field testing equipment 11

13.0 OWNER’s decision final 11

ATTACHMENT – II 12

B) GENERAL TERMS & CONDITIONS

1.0 Definitions 13-15

2.0 General instructions and information 15-18

3.0 Clarifications 18

4.0 Suspension 18-19

5.0 Termination of CONTRACT 19-29

6.0 Consequences of Termination 20

7.0 Rights of OWNER 20-21

8.0 Work to be open to inspection 21

Page 2: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

2

9.0 Settlement of disputes 22

10.0 Observance and compliance of statutory rules/laws 22

11.0 Co-operation 22

12.0 Sub-letting of work 23

13.0 Measurement system 23

14.0 Indemnity of OWNER 23

15.0 Force Majeure 23-24

16.0 Arbitration 24

17.0 Notices and addresses 24

18.0 Jurisdiction of courts 24-25

19.0 Obligations of the OWNER 25-26

20.0 Obligations of the Consultant 26

21.0 Insurance 26-27

22.0 Compliance of labour laws 27

23.0 Title of documents 27

24.0 Authenticity of Data & Clarifications 28

25.0 Time Extension 28

26.0 Delay in Completion & Mutually Agreed Damages 28-29

27.0 Continued Performance 29

ATTACHMENT – III 30

C)ANNEXURES

I Proforma for Performance Guarantee 31-33

II CONTRACT /AGREEMENT 34-36

III Bidder’s Profile 37-39

IV Undertaking 39

V Brief process details of Urea plant 40-46

VI Typical Report Proforma 47

VII Eligibility Criteria 48

VIII Price Bid (Schedule Rate ) 49-51`

Page 3: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

3

ATTACHMENT -I

Page 4: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

4

NOTICE INVITING TENDER (NIT) FOR CARRYING OUTTOTAL QUALITY MANAGEMENT (TQM)

STUDY AND ITS IMPLEMENTATION IN UREA PLANT AT PANIPAT UNIT

A) SPECIAL TERMS & CONDITIONS

1.0 BACKGROUND:

National Fertilizers Limited (NFL) is operating and maintaining gas based Nitrogenous

Fertilizer Plants at Panipat Haryana as per following details:

S. No. Location Capacities in MT / annum Other Products

Ammonia Urea

(i) Panipat 2,97,000 5,11,500 NA

NFL intends to carry out Total Quality Management (TQM) Study and Itsimplementation

in Urea plant at it’s Panipat Unit as per scope of work enumerated below:

2.0 SCOPE OF WORK

The scope of work shall include but not be limited to the following:

Total Quality Management (TQM) study&Its implementation Urea Plant of 1550 MT/

day capacity, based on “Mitsui-Toatsu Total Recycle ‘C’ Improved Process” of M/s TEC

Japan, at NFL Panipat unit. Thebrief process details are annexed as Annexure –6.

A. Ground work for Effective Implementation.

2.1 Assessment of overall management system and understanding expectation

2.2 Top management orientation for TQM

2.3 Creating awareness among shop floor people.

B. Implement Priority initiatives based on Assessment.

2.4 Training on systematic problem solving (QC story).

2.5 Handholding and facilitation for implementation of Priority initiatives

5S, 3M,AM,PM, Goal mean deployment based on RRA. Role responsibility and

accountability, Safety).

2.5( a) 5S implementation.

2.5( b) Kaizen implementation.

2.5 (c) identification and elimination of 3MUs.

2.5 (d ) Implementation of Autonomous maintenance System in identified sections.

Page 5: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

5

2.5 (e) Invitation of planned maintenance in a structured way.

2.5 ( f) Initiation of statistical process control.

2.5 (g) Quality circles.

2.5 (h) Daily management.

C Aligning Organization for Higher Performance.

2.6 Identification of management control points based on RRA and imitation of

structured review.

2.7 Policy deployment for achievement of overall organizational objectives.

2.8 Submission of final Report and acceptance and also amendments

assessing there of for further improvement .

3.0 METHODOLOGY

3.0 AThe following is the tentative methodology, which may be adopted for carrying out the

job of conducting TQM study and its implementation in Urea Plant at NFL Panipat

unit.

The Consultant/ agency, must employ formally-trained TQM study team members for

conducting the said TQM study. The members should have in depth experience in

conducting TQM studies of Chemical and Fertilizers manufacturing units.

The Consultant shall inform the details along with experience of members of the team

before start of the TQM study.

The CONSULATANT shall furnish a list of questionnaire (If any) to NFL within a week of

Zero date (date of issue of LOI or Work Order or signing of CONTRACT, whichever is

earlier) seeking information on plants in connection with conduct and preparation of

TQM study report. NFL shall return the filled up questionnaire to the CONSULTANT in

about 10 days time.

After receiving the filled up questionnaire, the TQM team shall visit Panipat Unit within

30 days of zero date for conducting TQM study. The personnel employed shall be of

sound knowledge in the respective field. The CONSULTANT shall be bound to change

the personnel deployed if any of them is considered unsuitable by NFL and decision

on this account shall be final and binding on the CONSULTANT without any

questioning.

Page 6: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

6

During the visit to NFL units, the team shall have access to the relevant technical data,

drawings ,process details etc. or any other technical document required for

conducting such TQM study.

The assistance desired from NFL Panipat unit must be clearly mentioned while submitting

their quotation. The decision regarding providing such assistance shall on sole

discretion of NFL authorities.

Based on the data collected and TQM study conducted, the CONSULTANT help in

implementing TQM systems, monitor the progress and help in building up the

competency of the team.

The CONSULTANT shall submit final reports in four (4) copies along with soft copy.

The consultant shall Conduct periodical audits of TQM system and assist for further

improvement if required for one year after submission of final report on TQM

implementation

3.0 B Eligibility Criteria :As per Annexure VII, the required documents to be submitted by the

consultant along with Techno commercial bid for considering his tender.

4.0 Submission of bids by the bidder:

i) The Bidder shall submit his most competitive offer in triplicate for the scope of work as

detailed in para 2.0 above and as per terms and conditions contained in NIT at the

following address:

Dy. General Manager (Tech. Services and R&D)

National Fertilizers Ltd.

Panipat Unit

GohanaRoad, Panipat (Haryana) – 132106.

ii) Bids shall be submitted by _______ up to 3.00 PM. The bids submitted after the above

date and time shall not be entertained.

The offers shall be submitted in three separate sealed covers/envelopes as follows:

Cover-1: Earnest money

Cover-2: Techno-commercial bid

Cover-3: Price bid

iii) Techno-Commercial Bid (Cover-2):

The bidders shall furnish the following information also along with their bid in cover-2:

Page 7: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

7

a) One copy of this Tender Document duly signed on each page as token of acceptance

of scope of work and all Terms & Conditions.

b) Organizational chart of their organization & Bidder’s profile as per Annexure-III.

c) Power of Attorney in handing over authorised signatory of the bid.

d) The bidder shall submit affidavit on non judicial stamp paper of Rs. 10/- duly

notarized :

i) That my / our firm / sister concern has not been blacklisted or put on holiday by

any institutional agency / Government department / Public Sector undertaking

for participating in the tender in last two years.

ii) No other firm / sister concern/ associates belonging to the same group are

participating / submitting the Tender for the job.

iii) That the information furnished by me/ us in respect of above tender is true &

correct & nothing has been concealed. Incase of any of the information is found

to be false and incorrect at any stage, NFL shall be fully competent to take the

necessary action as deemed fit.

e) Undertaking that all terms and conditions of the NIT are acceptable. (refer Clause

2.1 of “General Terms & Conditions”). In case of deviations, the same shall be

mentioned by the Bidder separately and enclosed in the Cover-2 of Technical Bid.

f) Undertaking that Bidder has made himself fully acquainted with the NIT Documents

and the plants.

g) Time Schedule on a Bar Chart.

h) Confirmation on Methodology for carrying out TQM study & its implementation in

urea plant at NFL Panipat.

i) Earnest Money Deposit (EMD) of Rs. 10,000/- (Rupees ten thousand only) in the

form of Demand Draft drawn in favour of National Fertilizers Ltd., payable at

Panipat.

j) Confirmation on validity of price bid for a period of 120 days from the date of

opening of cover-2 of the offer.

k) Schedule & list of manpower to be deployed at site as well as for preparation of

report and total manpower required for the subject assignment.

l) List of field test equipment required, if any, for carrying out the TQM study and its

Implementation in Urea Plant.

m) Information on whether any blood relation is working in NFL or not on Affidavit.

n) Un-priced Price Bid Performa as per Annexure-V.

o) The bidder shall submit :

i) Copy of PAN card

ii) Service tax number

iii) PF registration no.

iv) ESI registration no.

Page 8: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

8

p) The bidders who accept conditions of the NIT unconditionally in their Techno-

Commercial offer under part-II and meets all qualifying requirements shall only be

considered for participation in the price bid

iv) Price Bid (Cover-3):

Cover-3 of the bid shall contain Price Bid on the prescribed Performa as per Annexure VIII

contained in the NIT. Each page of the price bid shall be signed and stamped by the

Tenderer/Bidder. All corrections must be initiated and stamped by the Bidder. Conditional

price bids are liable to be rejected.

The rates quoted by the bidder shall be lump sum inclusive of all labour, material, tools

& tackles necessary for executing the work and all other miscellaneous/incidental

expenditures like travelling ,lodging and boarding expenses.

v) Earnest Money Deposit (EMD):

The bidder shall submit Earnest Money Deposit (EMD) in the form of a Demand Draft for

Rs.10,000/- (Rupees ten thousand only) drawn in favour of National Fertilizers Ltd.,

payable at Panipat (Haryana). The Demand Draft shall be enclosed in the cover-1 of the

bid/offer. Bids not accompanied with EMD shall be out rightly rejected and their price

bid shall not be opened.

The EMD shall be refunded to the unsuccessful bidders as well as to the successful

Bidder after submission of PBG. The EMD of the Bidder, who fails to accept LOI/Work

Order or fails to enter into CONTRACT after acceptance of his bid by NFL or changes

prices or terms & conditions of the bid within the validity period, would be forfeited.

EMD would not carry any interest.

vi) Opening of Bids:

Cover-1 contains EMD and tender fees along with the Techno-commercial bid under

Cover (2) shall be opened first on the same day at 3.30P.M. in the presence of bidders who

wish to be present. After examining the above Techno-commercial bids, the price bids of

the bidders under Cover-3 shall be opened at a later date after acceptance of bids. Techno

commercially as per NIT . date for opening of bids shall be intimated to the technocommercial

accepted parties .

vii) Validity of Bids

Page 9: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

9

The bids shall be kept valid for a period of 120 days (One hundred Twenty ) from the

date of opening of Techno-Commercial (Part-II) of the offer/bid and shall be confirmed

in Cover-2 of the bid.

viii) Tender Fee : The bidder shall make a deposit of Rs. 250/- as tender fees by an account

payee Demand draft, drawn on any scheduled bank except rural or cooperative bank in

Favour of “ NATIONAL FERTILIZERS LIMITED , Panipat” payable at Panipat. In case

tender is asked by the party by post, the tender set shall be dispatched upon the receipt

of the Tender Fee as mentioned above & Rs. 50. As dispatch fee will be charged.

Tenders can also be downloaded from NFL’s web site www.nationalfertilizers.com ,

which shall be submitted along with the requisite tender fees & EMD otherwise tender

shall not be entertained.

5.0 Price to be Firm:

The fee/charges quoted by the CONSULTANT shall remain firm till the execution of the

CONTRACT. No escalation on the quoted rates shall be allowed till the completion of

work.

6.0 Deviation to NIT:

No deviation to scope of work, general terms & conditions & other requirements of NIT

shall be acceptable. Bidders shall confirm to all conditions of NIT to facilitate opening of

price bid immediately to avoid loss of time. However, if any, bidder desired to deviate

from the terms and conditions of NIT, the bidder shall enclose a separate list of

deviations in cover-2 of the offer.

7.0 Time schedule for execution of the assignment:

Draft Report shall be submitted within 2 (two) weeks after completion of Actiivity ’A’.

Activity ‘A’ has to be completed in 2 months from the zero date of CONTRACT viz. Date

of LOI or Work Order or Signing of CONTRACT, whichever is earliest. Similarly Draft

Report of activity ‘B’ and ‘C’ shall be submitted within 2 weeks after their completion

which has to be completed in 7 months from Zero date of contract. Draft report shall be

discussed at NFL Panipat unit as required and the comments/observations given by NFL

on the draft report shall be incorporated in the final report. The time period for this

activity shall not exceed one month from the date of submission of draft report. In total

expected time for submission of final report is 8 months.

Page 10: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

10

The final report in four copies along with a soft copy for the TQM Study with Annexures

and documents as applicable, shall be submitted to NFL within two (2) weeks after

discussions and obtaining comments from NFL on draft report.

8.0 Time Schedule Bar Chart:

Bidders shall enclose a time bar chart in cover-2 of bid showing various activities

starting from zero date like submission of Questionnaire and receipt of answers, site

mobilization and visits, schedule of testing if any, discussions and final reports for

submission to NFL. Total expected time schedule for final report submission is eight(8

months) from zero date.

9.0 Charges/Fee for carrying out subject studies:

The bidders shall furnish their charges/fee in cover-3 (Price Bid) for carrying out TQM

study and its implementation in Urea Plant at NFL, Panipat Haryana as per scope of work

mentioned in this NIT and preparation of reports for the same as per Annexure VI.

The charges for carrying out the subject study at NFL Panipat shall be indicated clearly

and these charges shall remain firm and fixed till execution and completion of the

assignment.

All taxes and duties including service tax shall be indicated separately by the bidders. All

expenses towards transport of their personnel to all sites of NFL, boarding and lodging

of the CONSULTANT’s engineers/workmen at site, insurance of personnel visiting the

site, the cost of the deploying testing equipment at site if any, their transportation etc.

shall be borne by the successful bidder (CONSULTANT). No other charges shall be

admissible/ reimbursable.

10.0 Manpower deployment

The bidder shall mention in cover-2, the estimated manpower required to be deployed

for site visits, testing if any and preparation of reports and the total man-hours required

for the assignment.

11.0 Terms of payment for the CONSULTANT (after acceptance of letter of intent by the

successful bidder):

NFL offers the following terms of payment to successful bidder and no deviation is

expected.

Page 11: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

11

a) 75% of agreed lump sum charges/fee of part - A on completion of part ‘A’ of scope of

work along with submission of Draft Report and submission of invoice in triplicate.

b) 75% of agreed lump sum charges/fee of part - B on completion of part B of scope of

work along with submission of Draft Report and submission of invoice in triplicate.

c) 75% of agreed lump sum charges/fee of part - C on completion of part - C of scope of

work along with submission of Draft Report and submission of invoice in triplicate.

d) (I) Balance of 15% of total charges will be paid on visit after the Job is over along with

submission of invoice and Report for any further improvement ,if any.

(ii) Balance of 10% of total charges will be paid after successful completion of jobs &

submission of all related document including final Report and invoice.

e) Service tax and any other taxes and duties shall be mentioned in the respective invoice

for payment. It shall be duty of CONSULTANT to deposit the statutory taxes and duties

to the Government of India under intimation to the OWNER.

f) Income tax shall be deducted at source from the payment as per Income Tax Act, 1961

unless Income Tax Exemption Certificate from the Income Tax Commissioner is

submitted along with the invoice.]

g) Payments shall be processed and released within 30 days from the date of receipt of

invoices and all other completed documents as required document as required after

making recoveries as per the contract clauses

12.0 Field testing equipment:

The bidder in his offer under cover-2 shall categorically mention and certify that they

have all the equipment required for various tests at site, if required only.

13.0 Owner’s decision final:

OWNER reserves the right to reject or accept any bid for. OWNER also reserves the

right to award orders in full or part to different bidders.

Page 12: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

12

ATTACHMENT – II

Page 13: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

13

(B) GENERAL TERMS & CONDITIONS

1.0 DEFINITIONS

In the NIT/CONTRACT, the following words and expressions are used in the following

senses, unless a contrary intention appears from the context:

1.1 ‘OWNER’ shall mean National Fertilizers Ltd. (NFL) incorporated in India, having its

registered office at Core-III, Scope Building, 7-Institutional area, Lodhi Road, New Delhi

110 003 and corporate office at A-11, Sector –24, Noida 201 301, Distt. GautamBudh

Nagar (UP).

1.2 ‘NOTICE INVITING TENDER’ (NIT) shall mean and include the present NIT document

together with such supplements and addendum which may be issued by the OWNER

from time to time, detailing therein the scope of job/tasks to be undertaken and

executed by the BIDDER/CONSULTANT for the proposed TQM study and Its

Implementation in Urea plant of NFL, Panipat .

1.3 BIDDER’ shall mean the firm/party to whom this NIT is issued and quotes in response to

the NIT issued by the OWNER.

1.4 ‘BID’ shall mean offer/proposal/document that the Bidder submits in the required and

specified form in accordance with the provisions of NIT duly signed by the Bidder’s

legally authorized signatory under seal of his firm/company.

1.5 ‘CONTRACT’ shall mean an indenture/agreement executed on non-judicial stamp paper

of appropriate value between OWNER and successful bidder and shall include Offer of

the Bidder/LOI/WORK ORDER/Formal Agreement/NIT document/ Accepted schedule of

rates, drawings and other Annexure hereto, General terms & conditions of CONTRACT,

Special conditions of CONTRACT, correspondence between OWNER and the Bidder etc.

All these documents taken together shall form one document and shall be deemed to

form one CONTRACT. The CONTRACT shall be signed by the authorized officers of both

CONSULTANT and the OWNER in the presence of witnesses as per format enclosed at

Annexure-II.

1.6 ‘CONSULTANT’ shall mean the firm or party on whom the Letter Of Intent/Work order is

issued for faithful execution of the work mentioned herein and a CONTRACT is signed

with the successful bidder and shall include his/her/their heirs, legal representatives,

successors and permitted assigns.

Page 14: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

14

‘ENGINEER-IN-CHARGE’ shall mean the person designated as such by the OWNER and

shall include those who are expressly authorized to act for and on his behalf for

operation of the ‘CONTRACT’.

‘SITE/UNIT’ shall mean the site/Unit of proposed work i.e. Panipat (located in the state

of Haryana), for which work is to be performed.

‘WORK’ or ‘WORKS’ shall mean all the services/tasks/jobs undertaken and to be

executed by the CONSULTANT pursuant to/under the CONTRACT from time to time.

‘AGREED FEE/CHARGES’ shall mean the lump sum amount as agreed between the

‘OWNER’ and the ‘CONSULTANT’ to be paid to the ‘CONSULTANT’ for carrying out the

work under the WORK ORDER/CONTRACT.

‘CONTRACT VALUE’ shall mean the sum total ‘AGREED FEE’ to be paid to the

CONSULTANT and duties and taxes as applicable including service tax.

LETTER OF ACCEPTANCE OF BID, LETTER OF INTENT (LOI) and/or LETTER OF AWARD OF

WORK ORDER shall mean a letter in writing sent by the OWNER (unless delivered

personally or otherwise proved to have been received) by registered post and/or

confirmed by a concurrent telex or telecopy transmission, to the last known private or

business address or the registered office of the CONSULTANT informing/notifying the

CONSULTANT that his Bid/Offer has been accepted, subject to conditions as stated

therein.

‘FINAL ACCEPTANCE’ shall mean the OWNER’S written acceptance of the satisfactory

execution of the work by the CONSULTANT under WORK ORDER/CONTRACT.

‘COMPLETION PERIOD’ shall mean the period by/during which the WORK shall be

completed as agreed herein between the OWNER and the CONSULANT.

‘DATE OF CONTRACT’ shall mean the calendar date on which the OWNER and the

CONSULANT sign the ‘CONTRACT’.

‘ZERO DATE’ shall mean the date of issue of LETTER OF INTENT (LOI) or issue of WORK

ORDER or date of signing of CONTRACT whichever is earliest and shall be considered as

‘Effective date of the Contract’.

‘DRAWINGS’ ‘PLANS’ shall mean:

All drawings/sketches/single line diagram etc. furnished by the OWNER as a basis for

preparation of proposal/offer.

Page 15: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

15

Supplementary drawings furnished by the OWNER to clarify and to define in greater

detail the intent of the NIT and/or CONTRACT.

Drawings if any submitted by the CONSULANT with his proposal, provided such drawings

are acceptable to the OWNER.

Drawings furnished by the OWNER to the CONSULTANT during the progress of the

works and

Engineering data and drawings submitted by the CONSULTANT during the progress of

the work provided such drawings are acceptable to the OWNER.

DAY shall mean a calendar day.

2.0 GENRAL INSUTRUCTIONS AND INFORMATION:

2.1 Bidder to acquaint himself Fully:

The Bidder shall acquaint himself fully and thoroughly with the conditions and

limitations including scope, requirements and official/statutory regulations, under

which, confirming to which and subject to which, services/work are to be performed by

him (the CONSULTANT). The Bidders are advised to inspect and examine the Unit the

means of access to the Unit The Bidder shall be deemed to have full knowledge of sites

and NIT, whether he inspects it or not. Failure to comply with aforesaid requirements

will not relieve the BIDDER of his obligations in the event of his tender being accepted

nor will any claim whatsoever be entertained on the plea of ignorance of overlooking.

The Bidder shall give an undertaking in the Techno-Commercial (Cover-2) offer to the

effect that the terms and conditions of NIT and other aforesaid conditions are

acceptable to him without reservations and no deviations to NIT have been taken while

making the offer.

Bidder shall give and mention in his bid an express acknowledgement that he has

examined all documents forming part of the NIT and all addenda and other

communications, clarifications, etc. received from OWNER. Unless otherwise

specifically stated in his bid, it will be assumed that all terms and conditions of NIT are

accepted by the bidder without any reservations whatsoever.

2.2 CONTRACT TO BE TREATED AS CONFIDENTIAL:

2.2.1 NIT, Bidder’s Bid and subsequent correspondences, Minutes of Meetings (MOMs),

record notes of discussions, etc. shall be kept confidential. The reports prepared for

Page 16: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

16

the subject assignment under the CONTRACT shall be the property of OWNER and

the contents of these NIT/reports shall not be divulged to any outside party without

the prior written consents of OWNER.

2.2.2 Any information obtained in the course of the execution of the CONTRACT by the

CONSULTANT, his employees or agents or any person so employed by him, as to any

matter whatsoever, which would or might be directly or indirectly of use of the

party other than NFL must be treated as ‘secret’ and shall not at any time be

communicated to any person without prior approval/permission of the OWNER.

2.2.3 The terms and conditions of the CONTRACT shall not be disclosed by either party to

any third party without prior written consent of the other party. This provision is

however not applicable for disclosure to the Government and either party’s Bankers

& Members.

2.2.4 The Bidder/CONSULTANT shall have no objection to the OWNER disclosing

information referred to in Clause 2.2.1 at any time to NFL’s Management/Board and

Government of India.

2.3 CORRESPONDENCE ADDRESS

All requests for clarifications etc. on this NIT shall be submitted at the address given in

clause No.17.0 hereinafter.

2.4 INSERTIONS, POST-SCRIPTIONS ETC.

Insertions, post-scripts, additions & alterations made to the bid shall not be entertained

and recognized unless received prior to the closing date and time of the Bid and

confirmed by the Bidder’s signatures. All pages of the Bid/NIT document shall be

authenticated by the Bidder.

2.5 SIGNATURES TO BID

The bid/Offer shall be signed by the legally authorized principal officer(s) of the

Bidders. Power of attorney granted in favour of such officer(s) for the purpose shall

accompany the bid. Bidders may ensure that tender documents / offer has been signed

by their representative. Withdrawal of offer / non acceptance of order placed based on

offers submitted by bidders on their letter head , will not be allowed on the grounds

that the offer was not signed by authorized person.

Page 17: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

17

2.6 BOND/GUARANTEE

The successful Bidder shall furnish, immediately after issue of LOI and award of work to

him the following Bank Guarantees.

2.6.1 Performance bond of an amount equivalent to 10 (ten) % of the Agreed Basic Fee/

charges payable to the CONSULTANT on non-judicial stamp paper of appropriate value.

The performance bond shall be kept valid initially for a period of 6(six) months with a

claim period of 6 months, which shall be extended further as may be required & asked

for by the OWNER from time to time. The performance bond shall be in the form of a

Bank Guarantee, on prescribed proforma enclosed with the General Terms & Conditions

as Annexure-I, issued by the Nationalised Bank in India, in favour of the OWNER.

2.7 GUARANTEES

(i) Time Schedule Guarantee:

The CONSULTANT in his bid shall submit time schedule on a bar chart showing all

possible activities along with the start and finish dates and total time taken from the

date of placement of order by NFL upto the date of preparation and submission of final

report to NFL. The CONSULTANT shall guarantee the overall mutually agreed time

schedule from the date of start till the date of completion.

Failure to accomplish the Work as per agrees schedules shall invite liquidated damages

as per clause 26.0 hereunder (Mutually Agreed Damages).

(ii) Performance Guarantee:

The CONSULTANT shall guarantee that he will execute the job as per scope of work and

shall be of high quality as per standards laid down.

2.8 CONSULTANT TO EXECUTE WORK AS PER CONTRACT

CONSULTANT shall execute the Work in strict conformity with the terms and conditions

as stipulated and provided for in the LOI/Work Order/CONTRACT, placed on/ entered

into with the CONSULTANT. The CONSULTANT shall not vary or deviate from the said

plans and specifications without having first obtained the prior permission in writing

from the OWNER.

2.9 PRICES IN WORDS TO PREVAIL

All the prices in the bid shall be given both in words as well as in figures. In case of any

discrepancy between the two amounts, those given in words shall prevail.

Page 18: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

18

2.10 ACCEPTANCE OF BID

NFL may not consider any tender/bid which is incomplete and not prepared in

accordance with the provisions set forth in this NIT and may reject the same. Any

tender/bid received after the closing date is liable to be rejected without any further

consideration. Further the OWNER reserves the right in his sole and unfettered

discretion to reject any or all bids. The OWNER does not bind himself to accept the

lowest bid. The tenders/bids, which not fulfill all or any of the conditions are liable to be

rejected. The tenderer/bidder shall be bound to accept order in full or part thereof at

quoted prices. Failure to accept/full/part order shall lead to forfeiting of the EMD.

2.11 PAYMENT FOR PREPARATION OF BID DOCUMENT

The Bidder shall not be entitled to claim any cost, charges, expenses, losses incidental to

the preparation and submission of this tender even if the OWNER may decide to

withdraw the NIT or even otherwise.

2.12 BLOOD RELATIONS WORKING IN NFL

Should the Bidder or his partner or the director of company has any blood relation

working in NFL, the same should be declared by him while submitting the bid. NFL shall

have the option to reject the tender on this ground.

2.13 CONTRACT/AGREEMENT

The successful bidder shall be required to execute a CONTRACT/AGREEMENT with the

OWNER within 15 (Fifteen) days of the receipt by him of the letter of Intent (LOI) / Work

order for carrying out the works according to the NIT documents and / or as per

agreed scope of work and terms and conditions. The CONTRACT/AGREEMENT to be

executed will be in the prescribed format enclosed with this NIT at Annexure – II on a

non-judicial stamp paper of Rs. 100/- at his own cost.

3.0 CLARIFICATIONS

The OWNER shall furnish clarifications to the Bidders as and when required and

requested by the Bidders but not later than 10 days before the date mentioned above

for submission of Bid/Offer. The clarifications shall be furnished to the best of OWNER’s

knowledge and information and to the extent it is available with the OWNER. All

requests for interpretation or clarification shall be submitted to the address given in

clause 17.0. Any further data required by the Bidders shall be obtained by them from

other source and the source of such data shall be indicated by the Bidder. However, a

Page 19: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

19

failure to receive any such addendum or interpretation or clarifications shall not relieve

a bidder of any of the obligations under the bid as submitted.

4.0 SUSPENSION

OWNER shall have the right to direct the CONSULTANT to suspend any part of or whole

of the Work at any time after giving written notice to the CONSULTANT, provided that

any period of suspension exceeding 60 (sixty) days may be treated as termination under

clause 5.0 below.

5.0 TERMINATION OF CONTRACT

Notwithstanding anything elsewhere herein provided and in addition to any other right

or remedy of NFL under the CONTRACT or otherwise including right of NFL for

compensation for delay, the officer-in-charge may without prejudice to his right against

CONSULTANT in respect of any delay, bad workmanship or otherwise or to any claims

for damage in respect of any breach of the CONTRACT and without prejudice to any

rights or remedies under any of the provisions of this CONTRACT or otherwise and

whether the date of completion has or has not elapsed, by intimation in writing:

Default or failure to fulfill any of the obligations by the CONSULTANT under the

CONTRACT including but not limited to the following, the ‘CONTRACT’ is liable to be

terminated if the CONSULTANT

5.1 Becomes bankrupt or insolvent or goes into liquidation or is ordered to be wound up

or has a receiver appointed on its assets or execution or distress is levied upon all or

substantially all of its assets.

5.2 Abandons the work or fails to provide at any of the job sites, sufficient and proper

manpower, equipment or facilities required for the proper execution of the work or

any part thereof.

Manpower associated with the Total Quality Management (TQM) Study and Its

Implementation in Urea Plant. Job will remain the same whose complete bio-data has

been given at the time of submitting the bid. Any change in manpower requested by

the CONSULTANT should fulfil technical qualification and adequate experience. Also

such change in manpower is only permitted with the written approval of NFL, failing

which the CONTRACT is liable to be terminated and action shall be taken as per

provisions under Clause 6.0.

5.3 Persistently disregards the instructions of the OWNER or disobedience of any order in

contravention to any provision of the CONTRACT or.

Page 20: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

20

5.4 Persistently fails to adhere to the agreed program of work or

5.5 Failure to start the work in terms of Work Order placed by NFL within 10 days or

5.6 If the CONSULTANT miss-conducts with the OWNER in any manner or

5.7 If there is any change in constitution of the CONSULTANT (if a firm) or in the

circumstances or organization of the CONSULTANT which is detrimental to the interest

of NFL or

5.8 Death of a CONSULTANT (if an individual) or

5.9 If the CONSULTANT or any person employed by him shall make or offer any gift,

gratitude, royalty, commission, gratification or other inducement (whether money or

in any other form) to an employee or agent of NFL or

5.10 Sublets the work in whole or in part there of without OWNER’s consent in writing or

5.11 Performance is not satisfactory or work is abnormally delayed or

5.12 Defaults in the performance of any material undertaking under this CONTRACT and

fails to correct such default to the reasonable satisfaction of the OWNER within fifteen

days after written notice of such default is served on the CONSULTANT or

5.13 Work is suspended by OWNER due to any reason and the period of suspension

exceeds 60 days (as per clause 4.0 above) or

5.14 OWNER may terminate the CONTRACT due to any reason including reasons due to

Force Majeure and instructions, regulations or ordinance of any Government or any

other reason beyond control of OWNER.

The decision of the Officer(s) as to whether any of the events/contingencies

mentioned in the aforesaid clauses entitling NFL to terminate the CONTRACT has

occurred shall be final and binding upon the CONSULTANT. The reason for the

termination stated in the notice of the termination shall be final and binding upon the

CONSULTANT and shall be non-arbitrable. The jobs left incomplete by the

CONSULTANT shall be got done at his risk and cost from the other agencies and the

CONTRACT shall be determined accordingly.

Such termination will be by 15 (fifteen) days notice in writing and no

claims/compensation shall be payable by the OWNER as a result of such termination,

except the fees and costs for the meaningful services rendered by the CONSULTANT

and acceptable to OWNER, up to the date of termination.

Page 21: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

21

6.0 CONSEQUENCES OF TERMINATION If the CONTRACT is terminated by the OWNER for

reasons attributable to the CONSULTANT as detailed under clause 5.1 to 5.12:

The OWNER reserves the right to get the work completed at the risk and cost of the

CONSULTANT and to recover from him any amount by which the cost of completing the

work by any other agency exceeds the value of the CONTRACT, without prejudice to any

other remedies/rights/claims etc. that may be available with the OWNER.

Performance Guarantee Bond submitted by the CONSULTANT shall stand forfeited.

The CONSULTANT shall have no right to claim any compensation for any loss sustained

by him by reason of his having entered into any commitment or made any advances on

account of or with a view to the execution of the works, or on account of loss of

expected profits.

All the dues payable to the CONSULTANT for the work executed by him before and up to

termination shall only be released after making adjustments for the expenses, charges,

damages and expected losses etc. incurred by the OWNER as a consequence of the

termination of the CONTRACT.

If the CONTRACT is terminated by the OWNER due to reasons mentioned under clauses

5.13 and 5.14, the OWNER shall pay to the CONSULTANT, compensation for the

meaningful services rendered by the later on furnishing of documents and proof of the

services and expenditures incurred by the CONSULTANT. No other charges will be

admissible.

7.0 RIGHTS OF OWNER

7.1 A unilateral stoppage of work by the CONSULTANT shall be considered a breach of the

CONTRACT and OWNER reserves its right to take necessary and suitable action as it

may deem fit, to adequately protect his/its interest; at the risk and cost of the

CONSULTANT. Any aforesaid action shall be without prejudice to any other action,

rights and remedies etc. that may also be available.

7.2 In the event the CONSULTANT fails to fulfill his obligations under the CONTRACT, the

OWNER shall have the right to get the work done by any other agency, at the risk and

cost of the CONSULTANT.

8.0 WORK TO BE OPEN TO INSPECTION:

All WORK under or in course of execution or executed in pursuance of the CONTRACT

shall at all times be open to the inspection and supervision of the officer-in-charge and

Page 22: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

22

his authorized subordinates. The CONSULTANT shall at all times during the usual

working hours or on receipt of notice to visit the WORKS shall be present to receive

order and instructions, or appoint a responsible agent duly accredited in writing, for that

purpose. Orders given to the CONSULTANT’s agent shall be considered to have the

same force as if they had been given to the CONSULTANT.

9.0 SETTLEMENT OF DISPUTES:

All disputes or differences of any kind, whatsoever arising out of or in connection with

the CONTRACT, whether during the progress of the work or after its completion and

whether before or after termination of the CONTRACT,

shall be referred by the CONSULTANT to the OWNER and the OWNER shall within a

reasonable time after such representation, make and notify his decision(s), thereon, in

writing. Any disputes or differences including those considered as such by any of the

parties arising out of or in connection with the CONTRACT shall be tried to settle

amicably. The decision, directions and certificates with respect to any matter, as is

especially provided for by these conditions, given and made by the OWNER (which

matters are hereinafter referred to as Expected matters) shall be final and binding upon

the CONSULTANT. In case the decision of OWNER is not acceptable to the CONSULTANT,

he can resort to the remedies under Arbitration as specified in Clause 16.0 of General

Terms & Conditions hereunder. However, if the final bill is signed by the CONSULTANT

as ‘Accepted’ in full and final settlement thereof, no dispute raised thereafter shall be

valid.

10.0 OBSERVANCE & COMPLIANCE OF STATUTORY RULES/LAWS

10.1 The rights and obligations of the OWNER and the CONSULTANT and provisions of the

CONTRACT shall be governed and construed by and in accordance with the laws of

India.

10.2 The CONSULTANT shall be singularly responsible to secure strict compliance with all

Central and State laws as well as the rules, regulations, by-laws and orders of the

local authorities and statutory bodies as may be in force, from time to time.

11.0 CO-OPERATION

The CONSULTANT and the OWNER shall cooperate with each other and make best

efforts for smooth execution of the Work and co-operate with and assist all the others

who may be performing services for the OWNER in connection with the Work under the

CONTRACT.

Page 23: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

23

12.0 SUB-LETTING OF WORK

The CONSULTANT shall not assign or sublet the Work under the CONTRACT or any part

thereof or any share interest therein without prior written consent/permission of the

OWNER.

13.0 MEASUREMENT SYSTEM

Metric system will be adopted for the collection/reporting of data and in the

preparation of the reports.

14.0 INDEMNITY OF THE OWNER

14.1 The CONSULTANT shall at all times indemnify and legally protect the OWNER and/or

its employees against all claims, demands, causes of action or suits arising out of

and/or consequent to the services provided by the CONSULTANT under the

CONTRACT.

14.2 The CONSULTANT shall at all time indemnify the OWNER against any claim which may

be made under ESI Act 1948 or Workmen’s Compensation Act or any statutory

modifications thereof or otherwise for or in respect of any damage or compensation

payable in consequence of any accident or injury sustained by any workman or other

person whether in the employment of the CONSULTANT or not.

15.0 FORCE MAJEURE

The terms and conditions agreed upon under the CONTRACT shall be subject to Force

Majeure. Neither the CONSULTANT nor the OWNER shall be considered in default in

the performance of its obligations contained therein, if such performance is

prevented or delayed or restricted or interfered with by reasons of war, hostilities,

revolution, civil commotion, strike, epidemic, fire, flood, earthquake, regulation or

ordinance or requirement of Government or any sub-division thereof, or any other act

whatsoever, whether similar or dissimilar to those enumerated, beyond the reasonable

control of the parties hereto or because of any act of GOD. The party so affected, shall

give a notice of such occurrence to the other party in writing within 10 days from the

date of occurrence of the Force Majeure condition, furnishing therewith documentary

evidence supporting the invoking of the Force Majeure. On cessation of Force Majeure

the party invoking Force Majeure shall inform thr other party of the period for which

Force Majeure condition continued and shall also give documentary evidence thereof to

this effect. Should one or both parties be prevented from fulfilling their contractual

obligation by a state of Force Majeure lasting continuously for a period of three (3)

Page 24: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

24

months, both the parties shall meet and decide about the future course of action for

implementation of the CONTRACT.

16.0 ARBITRATION

Except where otherwise provided in the contract all matters, questions or differences

whatsoever, which shall at any time arise between the parties hereto, touching the

construction, meaning, operation or effect of the contract or out of the matters relating

to the contract or breach thereof or the respective rights or liabilities of the parties

whether during or after completion of the works or whether before or after

termination, shall after written notice by either party to the contract be referred to the

arbitration of the designated Unit Head/Executive Director, National Fertilizers Ltd. Or

his/her nominee.

The Arbitration & Conciliation Act, 1996 or any statutory modification or reenactment

thereof and the rules made there under shall govern the Arbitration proceedings.

The contractor hereby agrees that he shall have no objection if the arbitrator so

appointed is an employee of NFL and he had to deal with the matter to which the

contract relates and that in the course of his duties as such he has expressed his views

on all or any of the matter in dispute or differences.

If the arbitrator to whom matter is referred, vacates his/her office by any reason

whatsoever then the next arbitrator so appointed by the authority referred above may

start the proceedings from where his predecessor left or at any such stage he may deem

fit.

It is agreed by and between the parties that in case a reference is made to the arbitrator

or the arbitral tribunal for the purpose of resolving the disputes/differences arising out

of the contract by and between the parties hereto, the arbitrator or the arbitral tribunal

shall not award interest on the awarded amount more than the rate of SBI PLR / Base

Rate as applicable to NFL on the date of award of contract.

17.0 NOTICES AND ADDRESSES

Unless another form of notice is specified for a specific purpose under the CONTRACT,

any notice or order required or permitted under this CONTRACT shall be in writing and

shall be given either personally or by post or fax. In case of fax, the messages should

be confirmed by concurrent letters (Post Copy Confirmation) and shall be deemed to be

sufficiently given if received by the party in normal course at the address set forth

herein or if and when mailed by registered post, postage pre-paid addressed to such

party at the address set out below:

Page 25: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

25

In the case of OWNER at:

Dy. General Manager (TS and R&D)

National Fertilizers Limited

Panipat ,

Haryana - 132106

INDIA

And in the case of the CONSULTANT at:

_____________________________________

____________________________________

_____________________________________

Each party may change the address at which notice is to be received by duly notifying

the other party well in advance.

18.0 JURISDICTION OF COURTS

Notwithstanding the place where the work under the contract is to be executed, it is

mutually understood and agreed by and between the parties hereto that the contract

shall be deemed to have been entered into at Panipat and all suits in respect of the

contract shall be subject to the jurisdiction of the Courts at Panipat only.

19.0 OBLIGATION OF THE OWNER

The obligation of the OWNER for fulfillment of the work shall be as follows:

The OWNER shall nominate Officer/Officers to represent OWNER for the purpose of the

work and will notify the CONSULTANT accordingly.

The OWNER shall supply to CONSULTANT within reasonable time all necessary and

relevant data and information in possession of the OWNER as may be required in

furtherance of the CONTRACT.

During visit to the Panipat Unit for conducting TQM study and its implementation, the

CONSULTANT shall make his own arrangement for boarding and lodging. Whenever

Page 26: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

26

Guesthouse accommodation is available, the same shall be provided to the

CONSULTANT or his officers on chargeable basis as per company’s rules.

The OWNER shall review and approve all sketches, drawings, reports, recommendations

and other matters referred to him for decision by the CONSULTANT. The approval shall

be accorded within such reasonable time as not to delay or disrupt the performance of

the CONSULTANT of their services, without prejudice to the responsibility of the

CONSULTANT under the CONTRACT.

The OWNER shall pay to the CONSULTANT for the services under the CONTRACT as per

agreed terms of payment.

20.0 OBLIGATIONS OF CONSULTANT

The obligations of the CONSULTANT in fulfillment of the Work under the CONTRACT

shall be as follows:

20.1 The CONSULTANT shall nominate Officer/Officers to represent him for the

purpose of the WORK and will notify the OWNER accordingly.

20.2 The CONSULTANT shall exercise all skill, care and diligence in the discharge of

the services agreed to be performed by him, under the CONTRACT.

20.3 The CONSULTANT shall execute the “Work” provided for and entrusted to him as

per the CONTRACT in a thorough and workmanlike manner and with the best

resources available with him in a professional manner in accordance with the

plans, specification, terms and conditions contained herein. The CONSULTANT

warrants about the workmanship of the work executed by him and of the

soundness of the documentation etc. as required of him under the CONTRACT.

21.0 INSURANCE

21.1 The CONSULTANT shall be solely responsible for any loss, damage or injury etc.

caused to his personnel deputed by him at the units for the WORK under the

CONTRACT. Any compensation whatsoever payable on that account shall be borne

and paid by the CONSULTANT exclusively. The CONSULTANT may arrange for

necessary insurance coverage for the same at his own cost.

21.2 The CONSULTANT shall indemnify the OWNER and every officer and employee of

the OWNER against all actions, proceedings, claims, demands, costs and expenses

whatsoever arising out of or in connection with matters referred to in relevant

clauses and against all actions, proceedings, claims, demands, costs and expenses

Page 27: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

27

which may be made against the OWNER for or in respect of or arising out of any

failure by the CONSULTANT in the performance of his obligations under the

CONTRACT.

The CONSULTANT will indemnify the OWNER from all claims for injury caused to any

person, while at the site of the OWNER.

22.0 COMPLIANCE OF LABOUR LAWS

22.1 The CONSULTANT shall ensure compliance of all the applicable Labour Laws in respect

of employees deployed for performing the work under the contract.

22.2The employees deployed on behalf of CONSULTANT for working inside the Factory for

conducting TQM Study and its implementation shall have insurance coverage either

under The Employees State Insurance Act 1948 or the Employees/ Workmen

Compensation Act 1923.The proof of insurance coverage in respect of such employees

shall be submitted by the CONSULTANT to OWNER before start of Job.

23.0 TITLE OF DOCUMENTS

23.1TITLE OF TECHNICAL DATA FURNISHED BY OWNER

Title of all technical data and information furnished to the CONSULTANT by the

OWNER under the CONTRACT shall remain with the OWNER. Such data shall not be

used or divulged to others by the CONSULTANT without the prior written consent of

the OWNER, as the case may be except for the use in connection with the performance

of the CONTRACT.

23.2 TITLE TO TECHNICAL DOCUMENT FURNISHED BY THE CONSULTANT

Title to all the technical documents prepared and furnished by the CONSULTANT to the

OWNER under the CONTRACT shall remain with the CONSULTANT. However, it is

understood that only know-how incorporated in such documents shall remain with

such party who provides the know-how. Any of the said technical documents,

prepared and furnished by the CONSULTANT to the OWNER hereunder shall be kept by

the OWNER as secret and confidential and the OWNER shall not use them for any

purpose other than the intended purpose, nor disclose or divulge whole or part of

these to any third party without prior written consent of the CONSULTANT. The

secrecy and confidentiality of the documents mentioned herein shall not apply to the

following documents:

i) which at the time of disclosure, are in the public domain

Page 28: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

28

ii) which, after disclosure, become part of the public domain

iii) which the OWNER can show were in the OWNER’s possession at the time of the

disclosure and were not acquired directly or indirectly from CONSULTANT and

iv) which have been furnished or made known to the OWNER by third party as a matter

of right and without any restriction on disclosure.

23.3 EXPIRATION OF REGISTRATION

Notwithstanding the fact that the CONTRACT is terminated for any reason, whatsoever

and ceases to operate and bind the parties hereto, it is declared that this clause shall

remain operative until the aforesaid technical data, information or documents lose

their confidential character for any reason whatsoever.

24.0 AUTHENTICITY OF DATA & CLARIFICATIONS

The CONSULTANT shall ensure and declare the reliability and authenticity of the data

and their source of compilation in the report on Total Quality Management (TQM) Study

and Its Implementation in Urea Plant. submitted to the OWNER in pursuance of the

work and in furtherance of the CONTRACT The OWNER reserves its right to seek any

clarification on the aforesaid report and other documents in part or in whole even after

the completion of the work.

25.0 TIME EXTENSION

If the CONSULTANT requires any extension of time for completing the Work under the

CONTRACT he must apply to be OWNER within seven days from the date of the

occurrence of the event on account of which he desires such extension. OWNER shall

have sole and unfettered discretion while deciding the request of the CONSULTANT for

extension of time. The decision of NFL shall be final and binding to the CONSULTANT.

26.0 DELAY IN COMPLETION AND MUTUALLY AGREED DAMAGES

The time period for completion of the work as specified and stipulated in the

NIT/CONTRACT to be signed between the OWNER and the CONSULTANT is deemed to

be the essence of the CONTRACT/Work Order. In the event of delay by the

CONSULTANT in the completion of work beyond agreed time schedule of completion, or

within such extended time as may be permitted in accordance with Clause 25.0 above,

mutually agreed damages @ 0.5% of the “Basic Contract Value” per week (seven days)

of delay attributable to the CONSULTANT or part thereof will be levied on the

CONSULTANT subject to a maximum of 5% (five percent) of the Agreed Basic

Page 29: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

29

Fee/charges. The OWNER will deduct said damages from the final payment payable to

the CONSULTANT and/or any other money due to the CONSULTANT under these

presents or may recover it otherwise.

27.0 CONTINUED PERFORMANCE

The CONSULTANT shall not stop work in case of any dispute pending before

arbitration/court/Tribunal in relation to the CONTRACT or otherwise unless further

progress of works has been rendered impossible due to non-fulfillment of any reciprocal

promise. Unilateral stoppage of work by the CONSULTANT shall be considered a breach

of CONTRACT and the OWNER shall be within his rights authorized to take suitable and

necessary action as he may deem fit to adequately protect his own interests.

Xxxxxxxxxxxxxxxxxx

Page 30: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

30

ATTACHMENT – III

Page 31: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

31

Annexure - I

PROFORMA FOR PERFORMANCE GUARANTEE BY CONSULTANT

(To be executed on non-judicial stamp paper of appropriate value)

1. Whereas National Fertilizers Limited (hereinafter referred to as the “OWNER” which

expression shall unless repugnant to the context or meaning thereof include their legal

representatives, successors and permitted assigns of the one part) having their Registered

Office at Core-III, SCOPE Complex, Lodhi Road, New Delhi, have appointed vide LOI/Work

Order/entered into a CONTRACT dated __________ with M/s. ____________________

(hereinafter referred to as “CONSULTANT” which expression shall unless repugnant to the

context or meaning thereof include their legal representatives, successors and permitted

assigns of the other part) having their registered office at _________________________ for

carrying out TQM study and its implementation for it’s Urea plant at Panipat (Haryana) .

AND whereas one of the conditions of the said LOI/CONTRACT is that the CONSULTANT

shall furnish to the OWNER a Bank Guarantee from Nationalized Bank for 10% (ten percent) of

the agree fee as specified in Clause _____ of the said agreement against due and faithful

performance by the CONSULTANT of his obligations for services to be rendered under the said

LOI/CONTRACT.

AND whereas the CONSULTANT has approached _________________ (name of the Bank

with complete address), and at the request of the CONSULTANT and in consideration of

premises, we ____________________ (name of the Bank) do hereby agree to give such

guarantee as hereunder and undertake to pay to the OWNER an amount not exceeding rupees

_______________ (being 10% of the agreed fee/charges to be paid under the Contract) against

any loss or damage caused to or suffered or would be caused to or suffered by the OWNER by

reason of any breach by the said CONSULTANT of any of the terms and conditions and the

specific guarantees contained in the said LOI/Work Order/CONTRACT.

2. We _____________ (name of the Bank) hereby guarantee to the OWNER due

observance and fulfillment by the CONSULTANT of the terms and conditions of the said

LOI/Work Order/CONTRACT and of the performance and other guarantees which are a part of

the said CONTRACT and agree and undertake that if the CONSULTANT fails to observe and fulfill

the terms of the said CONTRACT, then the Bank shall immediately pay to the OWNER on

demand such sum or sums of money to the extent of Rs. _______ (Rupees

______________________only) being 10% of the agreed lump sum fee payable to the

CONSULTANT on account of losses and damages as may be claimed by the OWNER by

Page 32: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

32

reason of such non observance and non fulfillment by the CONSULTANT as aforesaid and shall

also indemnify the OWNER against all losses and damages which may be suffered by the

OWNER as aforesaid and against all costs, charges, expenses which may be incurred by the

OWNER in connection herewith not exceeding Rs.______ (Rupees_________only).

3. We ____________(name of the Bank with complete address) do hereby undertake to pay

the amounts due and payable under this guarantee without any demur, merely on a demand

from the OWNER stating that the amount claimed is due by way of loss or damage caused or

would to be caused to or suffered by the OWNER by reason of breach by the said CONTRACT of

any of the terms or conditions and the specific conditions/guarantees contained in the said

CONTRACT or by reason of the CONSULTANT’s failure to perform the said CONTRACT. Any such

demand made on the Bank shall be conclusive as regards the amount due and payable by the

Bank under this guarantee. However, our liability under this guarantee shall be restricted to an

amount not exceeding Rs._______________________.

4. We ____________(name of the Bank) undertake to pay to the OWNER money so demanded

notwithstanding any dispute or disputes raised by the said CONTRACT in any suit or proceeding

pending before any court or Tribunal relating thereto our liability under this present being

absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the CONTRACT shall have no claim against us for making such

payment.

5. This guarantee shall be in addition to and not in substitution of any other guarantee or

security to be furnished to the OWNER by the CONSULTANT in respect of the said CONTRACT.

6. We ______________(name of 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 performance

of the said CONTRACT and that it shall continue to be enforceable till all the dues of the OWNER

under or by virtue of the said CONTRACT have been fully paid and its claims satisfied or

discharged or till Chairman & Managing Director, of the OWNER certifies that the terms and

conditions and the specific guarantees of the said CONSULTANT have been fully and properly

carried out by the said CONSULTANT and accordingly discharges this guarantee. Unless a

demand or claim under this guarantee is made on us in writing on or before the____(six

months from the date of this guarantee)___, we shall be discharged from all liability under this

guarantee thereafter.

7, We,_____________ (name of the Bank) further agree with the OWNER that the OWNER

Page 33: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

33

shall have the fullest liberty without our consent and without affecting in any manner our

obligations hereunder to vary any of the terms and conditions of the said CONTRACT or to

extend time of performance by the said CONSULTANT from time to time or to postpone for any

time or from time to time any of the powers exercisable by the OWNER against the said

CONSULTANT and to forbear or enforce any of the terms and conditions relating to the said

CONTRACT and we shall not be relieved from our liability by reason of any such variation or

extension being granted to the said CONSULTANT or for any forbearance, act or omission on

the part of the OWNER or any indulgence by the OWNER to the said CONSULTANT or by any

such matter or thing whatsoever which under the law relating to sureties would, but for this

provision have effect of so relieving us.

8. This guarantee will not be discharged due to the change in the constitution of the Bank or

the OWNER or the said CONSULTANT.

9. We___________________(name of the Bank) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the OWNER in writing.

10. The Bank hereby declares that it has the power to issue this guarantee and the undersigned

have full power to do so.

Notwithstanding anything stated above, our liability under this guarantee is restricted to

Rs.___________(Rupees_______________only) and this guarantee shall expire on

____________.

Unless a written demand or claim under this guarantee is filed against us within six

months from the date of expiry of this guarantee, all rights of the OWNER under this guarantee

shall be forfeited and we shall be relieved and discharged from all liabilities hereunder.

Dated the______________day of_________

______________________________

(Signature of a person duly authorised

to sign on behalf of the Bank}

___________________

Page 34: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

34

Annexure-II

CONTRACT/AGREEMENT

(To be executed on non-judicial stamp paper of appropriate value)

THIS “CONTRACT/AGREEMENT” is made at Panipat on this _________ day of ______ in the

Christian Year Two Thousand ____ between M/s. _________________________ (hereinafter

referred to as the CONSULTANT), which expression shall unless excluded by or repugnant to the

context include its successors and permitted assigns of the one part and National Fertilizers

Ltd., a Government of India Undertaking incorporated under the Companies Act 1956, having

its registered office at Core-III, Scope Complex, 7 Institutional Area, Lodhi Road, New Delhi 110

002 and Corporate Office & Central Marketing Office at A-11, Sector-24, Noida (UP) (hereinafter

referred to as the OWNER) which expression shall unless repugnant to the context or contrary

to the meaning thereof, include its successors and permitted assigns of the other part.

WHERAS, the OWNER is operating gas based Ammonia/Urea plants at Panipat with dedicated

off site and utility facilities and desires to carry out TQM study and its Implementation in its

1550 MT/day capacity Urea plant at Panipat (Haryana).

AND WHERAS the OWNER had vide their letter no. NFL/PT/TS/PE/4.0 ____ dated ________

desired CONSULTANT to carry out TQM study for Urea Plant of 1550 MT / day capacity Urea

plant at NFL Panipat (Haryana).

AND WHEREAS in response to the above said letter, the CONSULTANT submitted his offer by

complying with the required formalities as stipulated on the letter no. _________ dated

__________.

AND WHEREAS, the OWNER has accepted the offer of the CONSULTANT for carrying out TQM

study and its implementation for Urea Plant of 1550 MT / day capacity Urea plant at NFL

Panipat (Haryana). (hereinafter referred to as the “WORKS’) on a Lump sum charges of

Rs. __________ (Rupee __________________) as indicated in Clause _____ of the WORK

ORDER titled “Lump-sum charges for carrying out subject studies and upon the terms and

subject to the conditions contained in the WORK ORDER issued vide Letter No.

NFL/PT/TS/PE/4.0 /_____ dated ________ in terms of Clause _____ of the NIT for performing

the “WORKS” as more particularly enumerated or referred in the WORK ORDER, CONSULTANT’s

offer, subsequent correspondence, special terms and conditions etc. All the said documents

are deemed to form part of this CONTRACT (hereinafter referred to as “CONTRACT”.

Page 35: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

35

AND WHEREAS on acceptance of the WORK ORDER on __________, the CONSULTANT has

agreed to perform their obligation under the WORK ORDER/CONTRACT.

AND WHEREAS the OWNER has agreed to make the payments to the CONSULTANT in

accordance with the terms and conditions of the WORK ORDER.

AND WHERAS now the parties hereto have agreed to enter into this CONTRACT in terms of

Clause _______ of the WORK ORDER.

NOW THIS CONTRACT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED BY AND

BETWEEN THE PARTIES HERETO AS UNDER.

1. In consideration of the amount as indicated in Clause ____ of the WORK ORDER, titled

“Lump-sum charges agreed to be paid to CONSULTANT, in the manner as specifically

provided in Clause ____ of WORK ORDER, the CONSULTANT has agreed to do perform all

works and things mentioned and described in the WORK ORDER or which are implied

therein or there from respectively or are reasonably necessary for the completion of the

WORKS, within the mutually agreed time schedule, in the manner and subject to terms,

conditions and stipulations contained in the WORK ORDER.

2. For due and faithful performance by the CONSULTANT of his obligation as specifically set

out in the WORK ORDER, the OWNER shall pay to be CONSULTANT a lump sum amount as

indicated in Clause ______ of the WORK ORDER and in the manner as provided in the

Clause ____ of the WORK ORDER.

3. It is hereby agreed and declared that NFL’s letter issued to the CONSULTANT, the

CONSULTANT’s offer, subsequent correspondence as mentioned in the WORK ORDER &

WORK ORDER forming part of CONTRACT shall be binding upon the CONSULTANT and the

OWNER as if the same have been incorporated herein and shall be read as part of these

presents. The parties under the CONTRACT further agreed and declared that they have

understood the terms and conditions of all the documents, forming part of this

CONTRACT and have agreed to honour all Clauses with all privilege, rights and agreements

between the parties are merged herein and are made part of this CONTRACT.

The list of documents, letters exchanged between the OWNER & the CONSULTANT are as

follows: -

- OWNER’s NIT No. NFL/PT/TS/PE/4.0 ______ dated________

- CONSULTANT’s Offer No. ___________

- Subsequent correspondence. LOI, Work Order etc.

Page 36: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

36

In witness whereof the parties hereto have set their hands and seals, this _______ day of

______ the year first above written.

Signed, sealed and delivered by Signed, sealed and delivered by:

_________________________ __________________________

_________________________ __________________________

For M/s. (CONSULTANT) For M/s. (OWNER)

In the presence of: In the presence of:

1._______________________ 1.________________________

2._______________________ 2.________________________

Page 37: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

37

Annexure-III

BIDDER’S PROFILE

(To be enclosed in Part-2 of the Offer/Bid)

S.No. PARTICULARS

1. Sole proprietorship with name & full

address of sole proprietor.

2. Partnership with names

& addresses of Directors.

3. Limited company with names

& address of Directors

4. Date of incorporation of firm

5. Previous experience:

please furnish full details of scope

of work and number of personnel

deputed. (please attach details

separately if necessary)

6. Please indicate whether a reference can

be made to those organizations

where you were/are rendering similar

services. If yes, furnish names of

contact offer along with address

and telephone numbers.

Page 38: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

38

7. Nos. of personnel with their experience

and qualification details you propose

to depute to complete the whole

work judiciously and satisfactorily.

SIGNATURE OF BIDDER

Page 39: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

39

Annexure IV

UNDERTAKING

Ref.No:NFL/PT/TS/PE/4.0 Dated:---------------

To

__________

National Fertilizers Ltd.

Panipat

Sub: Contract for TQM Study and its implementation of Urea Plant at NFL Panipat

Dear Sir,

I/We ________________________________________ have read

and understood all the terms and conditions of tender attached hereto and agree to

abide by

such conditions. I/We offer to do the job of __________________________________

work at the rates quoted in the attached schedule of rates and in accordance with the

scope of work, specifications, standards and instructions in writing of the Engineer-in-

charge o f

M/s National Fertilizers Limited.

I/We have made myself /ourself fully acquainted with the NIT Documents and the

plants and further agree to abide by the conditions of contact and to carry out all work

within the specified time in accordance with specifications of workmanship and

instructions referred to in the Notice Inviting Tenders.

In case of acceptance of the tender by National Fertilizers Limited, I/We bind

myself/ourselves to execute the contact as per the conditions mentioned in the tender

documents, failing which, I/We shall have no objection to the forfeiture of the Earnest

Money lodged with National Fertilizers Limited, Panipat.

Yours faithfully,

For M/s____________________________

(Signature of Bidder with SEAL)

Page 40: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

40

Address::

Page 41: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

41

P

Annexure - V

BRIEF PROCESS DETAILS OF UREA PLANT AT NFL PANIPAT

The process of urea manufacture consists of reacting CO2 and NH3 under high pressure and

temp.to form Ammonium Carbamate, a portion of which dehydrates to form urea and

water, according to the following two reactions:

2NH3 + CO2 NH2COONH4 + Exothermic H----(i)

Ammonia Carbon Di Oxide

NH2COONH4 NH2CONH2+H2O+Endothermic H------------ (2)

Ammonium Urea

Carbamate

1st

reaction is highly exothermic and rapidly to completion, whereas the 2nd

reaction is

endothermic and relatively slow. It proceeds towards an equilibrium state, which is

governed by the operating pressure and temp.of the synthesis mixture, molecular reaction

of NH3/CO2 and H2O/CO2 of feed reactants and the residence time. Different processes

employ different operating parameters and molar ratio of feed in order to achieve the

desired degree of conversion.

The various processes differ principally in the manner; the unconverted reactants are

recovered and recycled. The method of separating the unconverted reactants from urea

solution either by energizing the reactor effluent under successive stage of pressure

reduction and recycle back to the reactor (Conventional- Process) or by reducing the partial

pressure of synthesis mixture by injecting NH3 orCO2 followed by heating of the separated

mixture recycled to reactor (Stripping process).

Since the cost of utilities like steam, CW are the important factors in the production cost of

urea and in the stripping process, the heat recovery is more efficient and less utility

consumption. So latest plants are based on stripping process.

Synthesis Section:In this section urea is synthesized in urea reactor from carbon dioxide &

ammonia under higher temp.and pressure and recycled Carbamate solution. The

temp.pressure in the reactor and mole ratio of ammonia to carbon dioxide are so chosen as

to achieve the max.conversion of CO2 with minimum cost.

Page 42: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

42

Carbon dioxide is compressed by CO2 booster compressor(UGB-101) to 29.5 kg/cm2 and

further to 250 kg/cm2 by compressor(UGB-102)and is sent to reactor(UGC-101). Since about

1000 ppm of methanol is present in feed carbon dioxide.methanol is absorbed by cooled

condensate in methanol absorber(UDA-401)before being sent to CO2 compressor. Flow rate

of condensate is controlled by FIC-104 and the bottom liquid is sent to effluent treatment

plant through LICA-102. Air of the order of 2500 ppm is already injected in CO2 feed line to

UGB-101 through FCV-103 for the passivation of reactor liner. The CO2 rate to the reactor is

controlled with reference to CO2 flow recorder(FRS-101).

Make up ammonia from ammonia plant is fed through LCV-407 to recovery Ammonia

reservoir (FA-401)where it meets the recovered ammonia from ammonia condensers(UEA-

404 A-E) and purge ammonia condensers(UEA-403)Liquid ammonia is pumped by booster

pum(UGA-404)to section of ammonia feed pump(UGA-101) at a pressure o 22 kg/cm2 which

feeds to reactor through ammonia preheaters(UEA-101, 102) and excess ammonia returns

to ammonia reservoir(UFA-401)thourgh FCV-102.

Normally 3 ammonia feed pumps are requied for 100% load. In prheaters, ammonia is

preheated by hot water from hot water tank(UFA-202)in UEA-101 preheater. This hot water

picks up heat from higher pressure absorber cooler(EA-401). In the second preheater(UEA-

102), it is heated to 82oC by steam condensate from flash drum (UFA-102)in order to supply

additional heat to maintain synthesis temperature of 200oC inside the reactor.

The recycle Carbamate solution from higher pressure absorber cooler is pumped by

Carbamate booster pump to one of the centrifugal recycle feed pump(UGA-102)to urea

reactor.

The flow rate of CO2 is measured by FRS-101-1 at the suction of CO2 booster compressor.

Ammonia feed rate to reactor is measured by FCV-102 at the combined discharge line to

keep a proper molar ratio of ammonia to CO2 . The flow rate of Carbamate is regulated by

LCV-401 which maintains level in UEA-401.

Ammonia booster pump UGA-404 is required to provide NPSH to ammonia feed pump and

also to feed ammonia from reservoir to high pressure absorber UDA-401. Similarly

Carbamate boost up pump is required to provide suction head for recycle solution feed

pump and to maintain circulation from recycle solution pump suction line to higher pressure

absorber cooler through a recycle loop in order to prevent any solidification of Carbamate

solution.

The pressure inside the reactor is controlled by PCV-101 at 250 kg/cm2 G and temperature is

controlled at 200 oC by preheating liquid ammonia in preheaters and NH3/CO2 molar ratio.

The temp.of ammonia at NO.2 preheater outlet is controlled at 82oC by HCV-101.

Page 43: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

43

The lower temp.inside reactor decreases the conversion of Carbamate to urea, which results

in increase of Carbamate solution. This increase of Carbamate makes it necessary to have

more decomposition and absorption in the recovery section, which will further decrease the

conversion.

On the other hand, high temperature in the reactor (200oC)will increase the corrosion rate

of titanium lining. Moreover the equilibrium pressure may exceed the actual pressure in

the reactor, which will result in lowering of conversion of Carbamate to urea.

The reaction mixture containing urea, water, Carbamate and excess ammonia is in liquid

phase under reactor pressure and temperature conditions. They are flash through PCV-101

into high-pressure decomposer (UDA-201) which result in the flash vaporization of most of

excess liquid NH3 and CO2. The sensible heat of reactants is utilized in this vaporization.

The temperature of urea, water, excess ammonia and Carbamate entering the UDA-201 is

126oC. Most of the excess NH3 and Carbamate is separated from the solution, which flows

to gas separator (UDA-203).

Gas separator has two parts, upper part is operating at 106oC and 0.3 kg/cm2G and lower

part having a packed section is operating at 92oC and atmospheric pressure.

The remaining small amounts of ammonia and CO2 are removed by reduction in pressure

and the sensible heat of solution is enough to vapourize these gases. The pressure in upper

part is controlled by PIC-203 and level is maintained by overflow through U-seal.

In the lower part air containing small amount of ammonia and CO2 is fed from off gas

absorber by off gas blower(UGB-401)to remove the remaining small amount of ammonia

and CO2 present in solution. Off gases from lower and upper parts are mixed and fed to off

gas condenser (UEA-406). The urea solution concentrated to extent of 70-75% is fed to

crystallizer section through LICA-203. The temperature of urea solution is controlled at 92oC

by TIC-204 by means of lower pressure steam(SL3.5 kg/cm2G)obtained from flash

drum(UEA-102)and steam let down valve(PCV-504).

Decomposition Section: The gas liquid mixture from reactor flows into high pressure

decomposer (UDA-201), low pressure decomposer (UDA-202) and gas separator (UDA-203)

where excess ammonia and unconverted Carbamate are removed in the form of gaseous

ammonia and carbon-dioxide from liquid stream of urea and water.

Overhead gases from these decomposers are absorbed and or condensed in their respective

absorbers in recovery section, namely high pressure absorber cooler (UEA-401) high

pressure absorber (UDA-401), lower pressure absorber (UEA-402) off gas final cooler (UEA-

407) and cooler for off gas absorber (UEA-408).

Page 44: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

44

Higher-pressure decomposer consists of two parts, the upper part contains 4 No’s sieve

plates and the lower part is falling film heater. The mixture from reactor at about 126oc

enteres the upper part where that flashed gases are separated and liquid falls down the

sieve plate where it comes in contact with high temp.gas from reboiler for UDA-201 and

falling film heater. The sensible heat of gas and heat condensation of water vapour is

utilized in further evaporation of excess ammonia and decomposition of Carbamate. This

way the evaporation of water is minimized and this results in lower steam consumption and

lower water content in the recycle Carbamate solution. The same process takes place in

upper part of UDA-202 also. In reboiler for UDA-201(UEA-201), the liquid is heated to about

151oC by TCV-201 with medium pressure steam(SM 12 kg/cm2 G)and most of excess

ammonia and Carbamatere released as gases.

The, the solution is further heated to 165oC in falling form heater of UDA-201 by TCV-202

and level is controlled by LCV-201. The falling film type of heater is utilized to minimize

residence time and thereby reducing the biuret formation and hydrolysis of urea.

The pressure of this system is controlled at 17.5 kg/cm2G by PCV-405 on top of recovery

absorber (EA-405) through purge ammonia condenser (EA-403), ammonia condenser (EA-

404)and high pressure absorber(DA-401). Anti corrosion air is injected to bottom of the

reboiler (EA-201)and in the middle of high pressure decomposer at a rate of 2500 ppm each.

The overhead gases from (UDA-201) go to the high pressure absorber cooler (UEA-401)and

liquid flows to the top section of UDA-202 through LCV-201 after it has been cooled down in

heat exchanger for UDA-202(UEA-203)

Additional flashing of the solution takes place in the upper part of UDA-202(where solution

from off gas absorber is also fed)when the pressure falls down from 17.5 kg/cm2.low

pressure decomposer has 4 no sieve trays and packed bed. The similar to that taking place

in UDA-201.

In the packed bed, remaining amount of ammonia is stripped off by means of a stripping

action caused by CO2 gas fed from the discharge of UGB-101. The solution in UDA-202 is

heated in UEA-203 with solution from UDA-201 and by SU steam (7kg/cm2G) in reboiler for

UDA-202 (UEA-202).The temp.is controlled at 130oC by TIC-203 and level by LICA-202.

The overhead gases from UDA-202 to to low-pressure absorber UEA-402. The pressure is

controlled at 2.2 kg/cm2G by PICA-402. Temperature of UEA-402 is maintained by

controlling the cooling water with the help of HC-401.

Recovery Section: The gases from UDA-203 enters the off gas condenser (UEA-406)where

part of the gases are cooled down to 61oC by cooling water. The uncondensed gases then

Page 45: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

45

go to off gas absorber(UDA-402)and condensed gses are collected in off gas absorbent

tank(UFA-403). This solution is sent to off gas absorber top along with some make up steam

condensate after they are further cooled down to 36oC in off gas final cooler (UEA-407) and

act as absorbent in upper packed bed of UDA-402.

Off gas absorber consists of two packed columns. In the lower column, uncondensed gases

from UEA-406 are fed where they are absorbed and condensed by recycle solution, which is

cooled down in cooler for off gas absorber (UEA-408). The residual gases for lower column

then rise up the upper packed bed where they are absorbed and condensed completely by

absorbent from UFA-403 after cooled down in UEA-407. The level in UEA-403 is controlled

by LIC-403.

The air from to pf gas absorber(DA-402)is blown to gas separator(DA-203)by UGB-401 after

the fresh air is added at the suction and pressure is controlled at discharge by PIC-404. The

level is controlled by LICA-404 feeding a portion of the solution to low pressure

decomposer(UDA-202)and a constant flow amount of solution is sent to (EA-402)as

absorbent by FIC-404 with th help of UGA-401 pump the gases from DA-202 are completely

condensed in EA-402 bubbling through the sprayer pipe beneath the liquid surface.

The mother liquor recycled from M.L.Tank(UFA-203)for biuret removal, steam condensate

and diluted Carbamate solution from off gas absorber through FIC-404 are utilized as

absorbent in low pressure absorber. The amount of mother liquor is controlled by FIC-204.

The pressure is controlled by PICA-402 and temperature by HC-401, which regulates the CW

flow to keep the temperature at 40oC.

Control of pressure at 2.2kg/cm2G in low pressure absorber is very important as low

pressure will cause problems in transfer of solution from UDA-202 to UDA-203 and higher

pressure will lead to insufficient decomposition inside UDA-202. Thus requiring more

decomposition inside UDA-203.

The recycle solution from EA-102 is pumped by means of high pressure absorbent

pump(UGA-402)to the packed section of high pressure absorber(UDA-401)through mixing

cooler(double-tube cooler)where it meets fresh liquid ammonia which acts as a cooling

medium in absorber. The level in UEA-402 is controlled by LCV-402, which controls addition

of condensate.The concentration of CO2 should be analysed in the solution for about 16%

by wt.

In EA-401 and DA-401, all the carbon dioxide from UDA-201 is absorbed by low

concentrated Carbamate solution from UEA-402 and aqua ammonia from UEA-405. This

absorption is achieved in following 3 steps.

Page 46: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

46

(a) Initially the gas from UDA-201 is bubbled through sparge pipe in UEA-401 where 65% of

gas is absorbed.

(b) Then the remaining 35% gas goes to the UDA-401 through gas outlet pipe of UEA-401

and this is scrubbed by a mixture of liquid ammonia and weak Carbamate solution from

UEA-402(this mixture is made in the mixing cooler and heat of reaction is absorbed by

cooling water)in the packed section of UDA-401.

(c) Finally the ammonia gas from the packed column is scrubbed with weak aqual ammonia

solution with weak aqua ammonia solution in 5 nos.of bubble cap trays section of UDA-401

where any residual carbon dioxide is removed completely. The top temperature of UDA-

401 is controlled by evaporating liquid ammonia on bubble cap trays by the use of ammonia

as a reflux through FCV-403 the temperature of packed section of UDA-401 is controlled at

60oC by evaporation of liquid ammonia added to recycle Carbamate solution at mixing

cooler through FCV-402. The temperature of UEA-401 is controlled at 100oC by circulating

cooling water, urea slurry and hot water from hot water tank UFA-202.

The heat of reaction of Carbamate is absorbed by urea slurry and hot water circulation a

mentioned above. This heat is utilized in evaporation of water from urea water slurry in

crystallizer and also in preheating liquid ammonia in preheater UEA-101. The level in UEA-

401 is controlled by LCV-401 and concentration of CO2 in Carbamate solution is controlled

at around 30-35% by regulating amount of weak Carbamate solution.

The ammonia gas from UDA-401 flows to ammonia condenser(UEA-404)and purge

ammonia condenser(UEA-403)for condensation and collected. In recovery ammonia

reservoir(UFA-401). The gas from UDA-401 corresponds to the sum of excess ammonia sent

to reactor and the liquid ammonia fed to high pressure absorber UDA-401.

The non condensables, mostly the inert gases present in CO2 and air injected to urea

reactor and UDA-201 for minimizing corrosion are withdrawn from UEA-404 and flow to

UEA-405(Ammonia recovery absorber)via purge ammonia condenser(UEA-403).

Recovery ammonia absorber (UEA-405) consists of 4 Nos.horizontal absorbers in series. The

inert gases alongwith ammonia, pass to the bottom, most of these absorbers, through a

sparge pipe and are absorbed in aqueous ammonia. The heat of solution is removed by

cooling water flowing in the tube side. Uncondensed gases flow overhead to the next

absorber where a similar counter current washing process takes place. This way the

overhead gases from the second absorber pass to the next and then to the final absorber.

The pressure of the whole recovery and decomposition system (high pressure side) is

controlled at about 16.5 kg/cm2G by PCV-405, which is installed at the outlet vapour line of

top most absorber. The gas verited from here goes to off gas absorber UDA-402 for further

Page 47: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

47

recovery of ammonia. Cold condensate from condensate tank UFA-101 through condensate

cooler (UEA-103) is fed to the top of final absorber by water pump (UGA-406). This

condensate after dissolving ammonia in the absorber comes down to 3rd

absorber by an

overflow pipe and from 3rd

to 2nd

absorber after dissolving ammonia in 3rd

absorber and so

on and ultimately flows down to bottom absorber. The aqueous ammonia thus formed is

withdrawn from bottom absorber and is fed to UDA-401 by aqua ammonia pump (UGA-

405). The level in bottom absorber is controlled by LCV-408. The temperature in all the

absorbers is controlled at 35oC approx.by cooling water flow in all the absorber.

Crystallization and Prilling Section:

The urea solution from gas separator UDA-203 is pumped to the lower part of crystallizer.

The crystallizer consists of two parts-lower part is crystallizer fitted with a close clearance

from type agitation and operating under atmospheric pressure. The upper part is

concentrator operating under vacuum of 75 mm Hg abs.with the help of a 2 stage ejector

having a barometric condenser.

In the upper part which is operating at 60oC the urea solution gets concentrated and then

falls down through a down corner pipe to the crystallizer where crystals are allowed to grow

up when they come in contact of super saturated urea solution. The heat required to

evaporate water in concentrator comes from sensible heat of urea solution from UDA-203,

heat of crystallization and heat recovered by urea slurry from UEA-401. The Crystalizer is

operating at 60oC and atmospheric pressure and would be operated so that urea slurry

contains 30-35% by wt.of urea cry stats.

The level and pressure in concentrator is controlled by LRA-205 and PCV-204 respectively.

The level in crystallizer is controlled by the vacuum in concentrator and indicated by LRA-

206. Circulation pumps for crystallizer UGA-201 A, B are provided to circulate slurry. Water

vapour from concentrator are condensed in barometric condensates and condensate and

cooling water come down to a sump and from there it is sent to cooling tower III by water

pumps (GA 302 A/B).

Page 48: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

48

ANNEXURE –VI

Typical Report Performa

The TQM study and its implementation in Urea Plant report shall be submitted in standard

proforma covering the following details:

A Executive Summary

1.0 Introduction

2.0 Objectives and Scope

3.0 Team Composition

4.0 Study Approach

5.0 Results

B Typical Tables

C Typical Appendices

a. Process Description

b Study circle etc.

c Session Progress Reports

d TQM Methodology Description

e Technology-Specific TQM Worksheets

And any other detail required for completion of the report.

Page 49: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

49

ANNEXURE – VII

ELIGIBILITY CRITERIA OF PARTIES w.r.t. EXPERIENCE

Ref No. NFL/PT/TS.PE/4.0

Name of Contract CONDUCT Total Quality Management (TQM) study and Its

Implementation in UREA PLANT AT NFL PANIPAT

Estimated Cost Rs. 6.50 LACS + applicable service tax

A . Technical Criteria

The Consultant/ agency must employ formally-trained team members for conducting the

said TQM study. The members should have in depth experience in conducting TQM

study and its Implementation in Chemical/Fertilizers manufacturing units.

The team members must have carried out at least two such TQM studies in last five years

with one in the last three years.

The Consultant shall inform the details along with experience of members of the team

before start of the TQM study& its implementation.

NOTE:

1. Self-attested documentary evidences for Work Orders given at Sr. No. (ii) above to be

enclosed.

2. Self-attested documentary evidences for Performance/Completion Certificate issued by

the client of above given Work Orders to be enclosed.

Signature of the party/ consultant with seal

Page 50: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

50

ANNEXURE-VIII

PRICE=BID

Schedule rate for effective implementation of TQM in Urea Plant

S.No. Steps of effective

implementation

Duration

(days)

Required deliverables

Lump sum

Amount for

Activity Rs.

A Groundwork for effective implementation

1 TQM Assessment

(clarifying overall

management system &

expectation)

(Minimum)

3 days . Evaluating process wrt TQM

. Understanding expectation from

senior management team and

identifying current gaps

. Identification of key initiatives to

be started on priority under TQM

. Comprehensive report and score

on TQM maturity based on our

proprietary strength

. Organisation specific roadmap

proposal for effective

implementation of TQM

2 Top management

orientation for TQM

(Minimum)

2 days . TQM and its History

Basic Elements of TQM

. Various requirement under TQM

for managing

QCDSM(5S,Kaizens,Quality Circle,

daily management ,Policy

management etc )

.Maintaining current status

.Managing improvements

.PDCA

.Validation of TQM roadmap with

top management

3 Creating awareness

among shop floor

employees

(Minimum)

6days .Training delivered

. Action planning done for priority

initiatives

. Shop floor issues identified for

improvement

. Improvement project s

formulated

.Trainers identified

B Implementation priority initiatives based on Assessment

Page 51: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

51

4 Extensive Training on

Systematic problem

solving (QC story)

(Minimum)

02days

.Training delivered

. Hard Copy of Standardized

training Document very useful for

training ,projects and future

reference.

. on-line exam enabling individual

level feedback for constituting

effective teams.

Note-out training are standardized

based on extensive industry

research for enabling effectiveness

of deployment

5 Handling and facilitation

for implementation of

priority

initiatives(5S,3M,AM,PM,

Goal mean deployment

based on RRA-Role

Responsibility&

Accountability, Safety)

(Minimum)

12 days

. 5S implemented and audit system

introduced

.Muri, Mura, Muda identified and

some projects completed

successfully yielding tangible &

intangible savings

.Autonomous maintenance and

planned maintenance initiated in

identified areas

.Safety capability improved

.Structured review system put in

place

.Kaizen system implemented for

involvement of masses

C Aligning organisation for higher performance

6 Identification of

management control

points based on RRA and

initiation of structured

review system

(Minimum)

5 days .Developement of RRA matrix

covering all job positions

.Management metrics identified

based on Role Responsibility &

Accountability

.Establish tracking of MPCP and

identification of gaps

.Develop system of daily review

7 Policy Deployment for

achievement of overall

organizational objectives.

(Minimum)

3 days .Clarity of Vision,Mission and

Objectives

.Identifying short term and long

term objectives and measures

.Using suitable method of objective

deployment(X-matrix,balance score

card etc.)

.Establish execution & review

systems

Page 52: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

52

Rates are inclusive of all Taxes , except Service Tax

Total period of contract shall be 08 months Item wise payment will be restricted by the amount given

in the Work Order. However in case lesser man days consume, payment will be made on pro-rata

bases.

Signature of the party/ consultant with seal

Page 53: NOTICE INVITING TENDER TOTAL QUALITY MANAGEMENT (TQM

53