tdr no 121-co tech upkeep annual - ninl >...

29
Tender No.121, Date: 12.09.2013, Page 1 of 29 SIGNATURE OF THE TENDERER TDR No. NINL/CC/13-14/CO/TDR-121 Date: 12.09.2013 OPEN TENDER M/s. _________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL JOB CONTRACT FOR TECHNOLOGICAL UPKEEP OF COKE OVEN BATTERY & BY-PRODUCT PLANT, INSIDE NINL PREMISES. Dear Sir, Please find herewith a set of tender document for the subject work consisting of following: 1 Bill of Quantities - Annexure - I 2 General Instructions to Tenders - Annexure – II 3 General Conditions of Contract (GCC) - Annexure – III 4 Special Conditions of Contract (SCC) - Annexure – IV 5 Scope of Work - Annexure - V 6 Eligibility Criteria - Annexure - VI 7 Declaration to be submitted by the contractors - Annexure – VII 8 Declaration to be submitted by the tenderer - Annexure – VIII for Reverse Auction You are requested to submit your completed tender so as to reach undersigned at following Address: Asst. General Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: JAJPUR, Odisha, PIN - 755 026. Ph. No.- 9238190140 E-mail: [email protected] Please acknowledge the receipt of the tender documents. Thanking you, Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. Biswas) AGM(WCC) NEELACHAL ISPAT NIGAM LIMITED KALINGA NAGAR INDUSTRIAL COMPLEX, DUBURI – 755 026, ODISHA, INDIA PHONE - (06726) 264001, 264003, 264007, 264008, FAX-(06726) 264009,264010 Web Site : www.ninl.in

Upload: ngodat

Post on 23-Apr-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Tender No.121, Date: 12.09.2013, Page 1 of 29 SIGNATURE OF THE TENDERER

TDR No. NINL/CC/13-14/CO/TDR-121 Date: 12.09.2013

OPEN TENDER

M/s. _________________________ _____________________________ Sub: INVITATION TO TENDER (ITT) FOR ANNUAL JOB CONTRACT FOR

TECHNOLOGICAL UPKEEP OF COKE OVEN BATTERY & BY-PRODUCT PLANT, INSIDE NINL PREMISES.

Dear Sir,

Please find herewith a set of tender document for the subject work consisting of following:

1 Bill of Quantities - Annexure - I 2 General Instructions to Tenders - Annexure – II 3 General Conditions of Contract (GCC) - Annexure – III 4 Special Conditions of Contract (SCC) - Annexure – IV 5 Scope of Work - Annexure - V 6 Eligibility Criteria - Annexure - VI 7 Declaration to be submitted by the contractors - Annexure – VII

8 Declaration to be submitted by the tenderer - Annexure – VIII for Reverse Auction

You are requested to submit your completed tender so as to reach undersigned at following Address:

Asst. General Manager (WCC) Neelachal Ispat Nigam Limited, Kalinga Nagar Industrial Complex, At/PO: Duburi, Dist: JAJPUR, Odisha, PIN - 755 026. Ph. No.- 9238190140 E-mail: [email protected]

Please acknowledge the receipt of the tender documents.

Thanking you,

Yours faithfully, For Neelachal Ispat Nigam Ltd. (S. Biswas) AGM(WCC)

NEELACHAL ISPAT NIGAM LIMITED

KALINGA NAGAR INDUSTRIAL COMPLEX, DUBURI – 755 026, ODISHA, INDIA PHONE - (06726) 264001, 264003, 264007, 264008, FAX-(06726) 264009,264010

Web Site : www.ninl.in

Tender No.121, Date: 12.09.2013, Page 2 of 29 SIGNATURE OF THE TENDERER

Annexure - I

BILL OF QUANTITIES

Sl. No.

Scope of Works Unit Qty. Rate (Rs.)

Amount (Rs.)

BATTERY PROPER

1 Gas passage Cleaning in 'G' shift Shift 365

2 Cleaning of Valve Box in 'G' shift Shift 365

3 AP cap regulation & Maint. of HPLA systems in 'G' shift

Shift 365

4 Oven Top Cleaning in A,B,C shifts & Hatch ring cleaning and Luting.

Shift 1095

5 a Attending charging car jobs in A,B,C shift Shift 1095

5 b Upkeep of Pneumatic Blowdown Shift 365

6 Cleaning of pusher track, coke car track & Oven Machine Operator Cabin in 'G' shift

Shift 365

7 a Cleaning of doors leveling window (P/S+C/S) oven side, top bottom portion of door & door frame in A.B.C shifts

Shift 1095

7 b Cleaning of Slope Plate Pusher Side & Coke Side along with Platform Cleaning in "G" Shift

Shift 365

8 Oven door regulation in 'A,B,C.' shift and manual frame cleaning in 'G' shift.

Shift 1460

9 Tar chasing in hydraulic main & suction main in 'G' shift

Shift 315

10 Anchorage adjustment (in 'G' shift) Shift 315

11 Cellar jobs in 'G' shift Shift 315

12 Cleaning of nozzles for Co gas burners 'G' shift

Shift 315

13 Cleaning of Charging Hole Graphite & Refractory washing in 'G' shift

Shift 365

14 Sealing of various joints (refractory jobs) in 'G' shift

Shift 365

15 Attending to other critical & hot jobs like Nozzle grouting, Gunniting in in 'G' shift

Shift 365

16 Cleaning & Operational of Skip Hoist in A,B,C shifts

Shift 1095

COKE SORTING & CDCP AREA

17 Cleaning of coke spillage from CSP equipments in 'A,B,C' shift

Shift 1095

18 Cleaning of coke conveyor galleries in 'G' shift

Shift 315

19 Cleaning of All the equipments buildings in A & B Shift

Shift 730

Tender No.121, Date: 12.09.2013, Page 3 of 29 SIGNATURE OF THE TENDERER

Sl. No.

Scope of Works Unit Qty. Rate (Rs.)

Amount (Rs.)

20 Cleaning of CDCP equipments & Dust free discharge system in A,B,C shifts.

Shift 1095

UPKEEP OT COAL HANDLING PLANT

21 Cleaning of equipment in CHP A, B, C shifts Shift 1095

22 Cleaning of Coal conveyor galleries 'G' shift Shift 365

23 Up-keep of Conveyors of Wagon Tippler in A, B, C shifts.

Shift 1095

UPKEEP OF BY-PRODUCT PLANT

24 Loading of Tar, unloading of Sulphuric Acid & Caustic lye, loading & unloading of Solar oil in 'G' shift

Shift 315

25 Cleaning of Spillage Tar, Sludge, removal of Decanter sludge in GCP & Acid Tar sludge in ASP 'G' shift.

Shift 365

GENERAL MECHANICAL MAINTENANCE AT BATTERY.

26 Operation related work in oven machines, handling & shifting of material 'G' shift welding, cutting, etc.

Shift 365

GENERAL CLEANING OF CO&BPP COMPLEX

27 General cleaning of CO complex in 'G' shift

Shift 365

28-a)

Deployment of Truck (one) No. (inclusive of fuel charges, Drivers, maintenance etc.).

Day 365

28-b)

Tractor trailer (one) No. (Inclusive of fuel, Driver & maint. Charges).

Day 365

TOTAL

(Rupees ………………………………………………………………………………… only)

Note: Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads

and the like but excluding Service Tax prevailing as on the date of submission of Bids.

Tender No.121, Date: 12.09.2013, Page 4 of 29 SIGNATURE OF THE TENDERER

Annexure - II GENERAL INSTRUCTIONS TO TENDERERS

(TWO PART BID) 1. Tender No. & Date NINL/CC/13-14/CO/TDR-121, Date: 12.09.2013

2. Name of Work Annual job contract for Technological Upkeep of Coke Oven Battery & By Product Plant, inside NINL premises.

3. Completion Period 01 (One) year from the Letter of Award / Work Order. However, NINL management reserves right to extend the contract for a further period of one year, at the same rate, terms & conditions, if performance of the contractor is found satisfactory.

4. Last date & time of issue of Tender documents

Tender documents (hard copy) can be obtained from the Works Contract Cell, NINL by submitting the required tender fee up to 03.10.2013 at 16.00 Hrs. (4.00PM). It can also be downloaded from Website - www.ninl.in

5. Last date & time of closing & receipt of tender

04.10.2013 at 15.00 Hrs.(3.00PM)

6. Date, Time and Place of Opening the Tender (Techno-commercial Bids)

04.10.2013 at 15.00 Hrs. (3.00PM) at Works Contract Cell, NINL, Kalinga Nagar Industrial Complex, At-Duburi, Dist-JAJPUR, Odisha.

7. Validity of Tender The validity of the tender must be for a period of 60 (sixty) days from the due date of opening of tender

8. Earnest Money Deposit (EMD) particulars

`̀̀̀ 2,00,000/- (Rupees two lakh only) shall be submitted

in the form of DD/BC from any scheduled commercial bank except Co-operative & Gramin Banks in favour of M/s. Neelachal Ispat Nigam Ltd payable at Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date

9. Tender Fee `̀̀̀ 5,000/-(Rupees five thousand only)+ VAT @ 5% shall

be submitted in the form of DD/BC from any scheduled commercial bank except Co-operative & Gramin Banks in favour of M/s. Neelachal Ispat Nigam Ltd payable at Bhubaneswar having validity of minimum period of two months from the Tender (Techno-commercial Bids) opening date.

Offer shall be prepared and submitted in 2 (two) separate sealed envelopes which shall be super scribed as stated under: (Note: These two parts shall be kept in one envelope duly sealed super scribing “Name of the tenderer, Tender no & Opening date. “) PART-I (Techno- Commercial Bid) : Envelope – 1 super scribed as PART-I (Techno- Commercial Bid) with Name of the work written on the envelope, Tender No., shall contain (a) the tender fee (in case the tender is downloaded from the website), (b) Earnest Money Deposit (EMD) separately in the form of DD / BC as above, (c) Pre-qualification documents (eligibility criteria / experience duly signed / attested by the authorized representative of the company and (d) Techno-commercial Bid along with details of experience with supporting documents and terms and conditions duly signed by authorized signatory with attested copies of authorization.

Tender No.121, Date: 12.09.2013, Page 5 of 29 SIGNATURE OF THE TENDERER

Govt. Departments, Public Sector Units, SSI Units (only permanently registered) etc. are exempted from submitting EMD and tender fee. SSI Units who request for exemption from submission of EMD shall submit a notarized copy of their permanent registration in a separate sealed cover stapled or attached with their sealed tender. Only such SSI units registered for the same Trade / Item for which the tender is relevant will be exempted from submission of EMD. The EMD submitted by unsuccessful tenderers shall be returned within 30 days from the date of opening of price bid or placement of work order in favor of successful tenderer or signing of job contract, which ever is earlier. If the successful tenderer fails to do the job, their EMD will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement. It shall also contain valid contractor's license, financial status, Service Tax details and Income Tax Return, PF & ESI particulars etc. registration certificates with NINL/SAIL, other Govt. Departments as well as with Public Sector and reputed Private Sector organizations.

PART-II (Price Bid) : Envelope – 2 super-scribed as PART-II (Price Bid), Name of the Work, Tender No. and shall contain Price Bid part of the Tender Document as per Annexure - I. The above two sealed envelops shall be kept in one envelope duly sealed super scribing “Name of the party, Tender no & Opening date”.

However, techno commercially acceptable tenderers will be required to participate in on-line reverse auction over Internet on-line for price bidding and evaluation at M/s M-Junction Services Limited. The tenderers have to confirm their last bid price in by fax to the Service Provider i.e M/s Mjunction Services Ltd immediately, on the same day, on closure of Reverse Auction event. The schedule & details of the Reverse Auction event shall be communicated by the Service Provider (M/s Mjunction Services Ltd) to the Techno-commercially acceptable tenderers only.

The Tenderer must sign the declaration in Annexure- VII & VIII.

The price part of the tender shall also remain valid initially for two months (60 days) from the due date tender opening. Any suo-moto reduction offered by the tenderer after price reverse auction/ after opening of the price bids may render the whole tender liable for rejection. Incase the tenderer backs out at any stage of tendering process, the EMD shall be forfeited. NINL shall not be responsible for postal delay or any other delay whatsoever. The Tender received after due date and time of submission of tender shall be rejected. The contractor has to sign with date in each page of Tender Documents as a token of acceptance to the Terms & Condition of Tender If the date of receipt and opening of the bids happens to be a holiday, then the process of receipt and opening of the bids may be shifted to the next working day. The price bid shall be opened in the presence of the tenderers who may be present. The time date and venue for opening of the priced bids shall be intimated to the techno-commercially accepted tenderers. Please note that any deviation, in-complete, late tender, without proper supporting documents and EMD or not complying with the provisions of the invitations to tender shall be rejected without notice.

N.B. 1. The Part – I (Envelope-1) will be opened initially and only on satisfying the eligibility criteria, EMD, Techno-commercially accepted parties are to participate in reverse auction on-line. After this, if required, the Part – II (Envelope – 2) containing Price Bid shall be opened.

Tender No.121, Date: 12.09.2013, Page 6 of 29 SIGNATURE OF THE TENDERER

2. The tenderer shall mention the offered rates in words also. However in case of any discrepancy, the rates mentioned in words shall supersede the figures.

3. All the Labour related payments i.e. PF, ESI, Bonus etc. and any other statutory payments including taxes and duties shall be borne by the agency except service tax and the tenderers are requested to quote accordingly.

NINL reserves the right of rejecting any or all tenders in whole or part, increase or decrease the quantity without assigning any reason thereof and can impose such other conditions as deemed proper at any stage before finalization of tender.

Order on one party will be placed on the basis of L-1 quotation and if required, negotiations will be held with L-1 tenderer only. However, all the tenderers may be required to explain / justify the basis of their quoted price as and when asked for. In case, any tenderers fails to justify his quoted price or refuses to co-operate in this regard, may not be considered for next tender.

The Contract shall be treated as having been entered into from the date of issue of the Letter of Acceptance/Work Order to the successful Tenderer, unless otherwise specified.

Total Amount quoted shall be inclusive of all Taxes, Levies, Duties, Royalties, Overheads and the like but excluding Service Tax prevailing as on the date of submission of Bids.

NINL reserves the right to accept or reject the lowest or any other Tender without assigning any reason.

DEFAULT BY TENDERERS: The Successful Tenderer may be debarred at the discretion of the Company, from issue of further Tender Documents, Work Orders etc., for a specified period to be decided by the Employer in case of: “Undue delay in starting and execution of work awarded, poor performance, backing out from the Tender, non accepting Work Order/LOA during the validity of Tender or non-observance of Safety Rules and Regulations, misappropriation of Company’s materials/property, non- payment of due wages to labour or such similar defaults”.

Tenderer quoting unworkable rates, will be asked to justify the rates quoted and will have to give guarantee for timely execution of the job. EMD of the tenderers who refuse to give guarantee will be

forfeited and will not be considered in re-tendering.

Successful Tenderer should be in a position to produce the Original Certificates in support of the attested copies of relevant documents enclosed along with techno-commercial documents or afterwards, after opening of the Price Bids.

Failure to produce the original documents on requirement for verification in support of the attested copies of PF Regn / Experience, any other documents etc., submitted in the tender would result in disqualification and forfeiture of EMD and also liable for debarring from participation in NINL Tenders.

Before quoting, the tenderer must visit NINL premises and shall necessarily contact the “Engineer” and fully understand the job, scope of work, unit of measurement, mode of measurement, scope of supply of materials by NINL if any, working conditions, shutdown arrangement, labour deployment requirements, risk contingencies and such other factors which may affect their tender. In case of any dispute, the decision of MD, NINL will be treated as final and binding on the contractors / bidders. The contract is governed by the laws of India and shall be subject to the exclusive jurisdiction of the courts in Bhubaneswar.

Thanking you,

Yours faithfully, For Neelachal Ispat Nigam Limited.

(S. Biswas) AGM (WCC)

Tender No.121, Date: 12.09.2013, Page 7 of 29 SIGNATURE OF THE TENDERER

ANNEXURE-III GENERAL CONDITIONS OF CONTRACT (GCC)

SCHEDULE – I

1.1.0 DEFINITION

The following words and expressions as used hereinafter/defined, shall have the meaning hereof assigned to them except where the contract otherwise requires:

1.1.1 ‘NINL’ shall mean Neelachal Ispat Nigam Limited and its different functionaries entrusted with the responsibilities in relation to the contract in respect of the area of responsibilities of such functionaries.

1.1.2 “Contractor” shall mean the Tenderer whose tender has been accepted by the Company (NINL) and on whom the contract /work order is placed by NINL and shall include his heirs, legal representatives, successors and permitted assignees.

1.1.3 “Contract” shall mean and include the contract/Work order between NINL and the contractor duly signed by the parties thereto, for the execution of the works together with all documents annexed/attached therewith.

SCHEDULE – 2

2.1.0 SCOPE OF WORK :

2.1.1 The work shall be executed strictly in accordance with the specifications, Bill of items/ quantities/ rates/sketches/drawings and written and oral instruction (to be subsequently confirmed in writing) of NINL

2.1.2 In the event of any discrepancy between drawings and specifications, drawings will supersede the specifications. Description of relevant items of the schedule of quantities and rates will supersede the drawings, specifications and any other details.

2.2.0 FACILITIES TO BE PROVIDED BY NINL

2.2.1 Required free issue materials if any will be supplied free of cost by NINL at his store within the plant premises. However the transportation of the same shall be arranged by agency at their cost.

2.2.2 No specific arrangement shall be made by NINL for supply of electricity for this work. However, contractor can tap electricity from any nearby available supply source with due permission of NINL.

2.2.3 No specific arrangement shall be made by NINL for supply of water for this work. However, contractor can tap water from any nearby available supply source with due permission of NINL.

2.2.4 Only layout / design drawings as applicable shall be issued by NINL. Contractor shall develop total working drawings as applicable for execution of the contract.

2.3.0 OBLIGATION OF THE CONTRACTOR:

2.3.1 The contractor will supply all materials except free issue material required if any for execution of this work.

2.3.2 The contractor shall make arrangements for all the equipments, machineries, batching/mixing plants, welding machines, gas cutting sets, and all other tools and tackles, cranes etc. required for satisfactory completion of the work.

2.3.3 The contractor shall prepare material indents, working drawings, as built drawings etc as per NINL’s requirements.

Tender No.121, Date: 12.09.2013, Page 8 of 29 SIGNATURE OF THE TENDERER

2.3.4 The contractor shall make own arrangements for transportation of free issue materials from NINL’s store to the place of work.

2.3.5 The contractor shall be fully responsible for custody of all free issue materials & shall use the materials economically, return the excess /scrap materials at NINL’s store & maintain stock register for the same.

2.3.6 The contractor shall depute experienced personnel for supervising the work.

2.3.7 The contractor shall take utmost care in protecting / safe-guarding the existing facilities of NINL.

2.3.8 The contractor shall follow all the statutory obligations and safety rules as applicable. A certificate regarding compliance of safety rules to be forwarded by the contractor along with RA bills.

2.3.9 The contractor shall defend / indemnity / keep NINL harmless of /from all claims of liabilities caused due to negligence of contractor during work.

2.3.10 The executing agency shall make necessary arrangements to test the materials & submit the test reports to NINL, as per NINL’s requirements without any extra cost to NINL.

2.3.11 The contractor shall execute the work strictly as per specification, drawings, IS CODES, other standards issued by NINL.

2.3.12 The contractor shall make own arrangements for approach roads / access etc. to the fabrication / erection sites.

2.3.13 The contractor shall handover the site in a neat and tidy condition as acceptable to NINL.

2.4.0 TECHNICAL SPECIFICATION:

2.4.1 Technical specification for this works prepared by NINL shall be followed and binding by the contractor.

2.4.2 Executing agency shall carry out all the works strictly as per the specification & instruction of the site Engineer.

SCHEDULE – 3

3.0 CONTRACT PRICE

3.1 BASIS OF CONTRACT PRICE

The contract price to be paid in consideration of the work and services to be executed/made/performed by the CONTRACTOR as per Bill of quantities and in accordance with all terms, conditions, stipulations, specifications and any other obligations to be met by the CONTRACTOR under the Contract will be arrived at based on the estimated quantities and rate as stated in Bill of Quantities and rates of this contract.

3.2 FIRM RATES

Unit rate of all the items shall remain firm, fixed and binding on the CONTRACTOR till the completion of entire scope of work and shall not be subjected to any variation except for the statutory variations in the taxes and duties as specified in schedules. Unit rates shall also remain firm irrespective of any variation in quantities stated therein.

Quantity variation in particular item of BOQ shall be allowed upto +/-5% with firm rate as above. However, total contract price shall be remain same.

3.3 RATES FOR EXTRA ITEMS

Tender No.121, Date: 12.09.2013, Page 9 of 29 SIGNATURE OF THE TENDERER

Should it be found necessary to execute any item of work which is not included in the schedule of items and as such no contract rate is available, the rates for such items of work shall be fixed as per the following procedure.

i) Where the extra works are of similar nature as to any item of work appearing in “Bill of Quantities and Rates” then the rates for such extra items shall be derived from contract rates of similar / closest item of work.

ii) Where the nature of extra item is such that the rate for the same cannot be derived as per (i) above, then the rates for extra item of work shall be derived by rate analysis based on the market rates.

iii) Where rates for extra item of work can not be established by methods (i) or (ii) above, then the rate for such item shall be estimated and fixed by the ENGINEER based on the market rates & assessment for labour, materials & other factors.

SCHEDULE – 4

4.0 TIME SCHEDULE

4.1 TIME SCHEDULE / COMPLETION MILESTONE

4.1.1. The work shall be completed in all respects and handed over to NINL according to the stipulated time schedule.

4.2. EXTENSION OF TIME

4.2.1. The CONTRACTOR shall not be allowed any extension, of time for completion except in the following cases :

i) Force majeure – As per details stated in the clause 6.2.

ii) Major changes or substantial addition to work ordered by NINL adversely affecting the completion time.

iii) Any other circumstance of kind whatsoever which may occur making the CONTRACTOR entitled to an extension of time which, however, shall be in the absolute discretion of NINL.

4.2.2. The CONTRACTOR upon happening of any such event as stated above shall immediately give notice but nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of NINL to proceed with the work.

4.2.3. Request for extension of time shall be submitted by the CONTRACTOR in writing and NINL, based on the merit, shall consider the request and convey his decision to the CONTRACTOR in writing within a reasonable time.

4.2.4. The CONTRACTOR shall not be eligible for any extension of time on account of any delay in procurement of materials/equipments stipulated in scope of the contractor

4.2 COMPLETION.

The work shall be deemed to be completed when upon notice by the CONTRACTOR, NINL has inspected the works and satisfied himself that the works have been fully completed in accordance with the contract and necessary completion certificate have been issued to the CONTRACTOR subject to the provision made in clause 6.4.

4.2 PART OCCUPATION

NINL shall have the right to take possession of or use any completed or partially completed part of the work at any time. Such possession or use shall not be deemed to be completion or acceptance of any work not done in accordance with the contract subject to the provision made in clause 6.4.

Tender No.121, Date: 12.09.2013, Page 10 of 29 SIGNATURE OF THE TENDERER

SCHEDULE – 5

5.0 TAXES AND DUTIES

All taxes including Work Contract tax, duties, levies, fees or other charges legally leviable on the CONTRACTOR in connection with the contract shall be borne and paid by the CONTRACTOR.

5.1 NINL shall bear no liability in respect of any taxes, duties and levies, whatsoever.

5.2 INCOME TAX / Works contract Tax (sales tax) which NINL may be required to deduct by law/statute, shall be deducted at source and shall be paid to the Income Tax / Sales Tax / Statutory authorities on account of the contractor. NINL shall provide the contractor a certificate for such deduction and deposit thereof.

5.3 ROYALTIES

Royalties for construction materials wherever applicable may be deducted by NINL from Contractor’s bills for depositing with the concerned State Government authorities unless receipt in support of payment made to the concerned state Government authorities is provided by the CONTRACTOR.

5.4 The contractor shall produce necessary documentary evidence as may be called for by NINL in respect of the taxes, duties and levies paid by the CONTRACTOR.

SCHEDULE – 6

6.0 OTHER TERMS AND CONDITIONS OF CONTRACT

6.1 TERMINATION AND SUSPENSION AND FORECLOSURE

6.1.1 NINL may at any time on breach of this Contract by the CONTRACTOR give him, a written notice of such breach. If the CONTRACTOR does not remedy this breach within a period of 7 days after receiving the notice, then NINL may terminate the contract at any time thereafter. The CONTRACTOR shall be liable to refund any money which he is obliged to do so under the Contract.

6.1.2 The CONTRACTOR shall stop the performance of the Contract from the effective date of termination and hand over all the drawings, documents, plant, equipments, supplied materials etc. including transfer of all the rights of work to NINL. No consequential damages shall be payable by NINL to the CONTRACTOR in the event of termination.

6.1.3 NINL may suspend the work in whole or in part at any time by giving CONTRACTOR a notice in writing of such effect stating the nature, the date and the anticipated duration of such suspension.

6.1.4 On receiving the notice of suspension as per Clause 6.1.3 from NINL, the contractor will suspend the work desired to be suspended, with immediate effect. The CONTRACTOR shall

continue to perform other work in terms of the Contract, which NINL has not suspended. CONTRACTOR shall protect and secure the suspended work as considered necessary in the opinion of the ENGINEER.

6.1.5 NINL may at any time cancel the suspension notice for all or any of suspended work by giving written notice to the CONTRACTOR specifying the part of work to be resumed and the effective date of withdrawal of suspension. The CONTRACTOR shall resume the suspended work as expeditiously as possible after receipt of such notice of suspension-withdrawal.

6.1.6 In the event of suspension of work, NINL will not be liable to pay to the CONTRACTOR for any damage or loss for idle labour caused by such period of suspension of work. NINL shall not be liable to Contractor for any payment towards watch and ward and other expenditures.

Tender No.121, Date: 12.09.2013, Page 11 of 29 SIGNATURE OF THE TENDERER

6.1.7 The contract shall be terminated if due to any unforeseen circumstances which may lead to the foreclosure of the works for reasons such as resource crunch, non-availability of funds, and for other administrative reasons etc.

6.1.8 Contractor will be compensated only for the quantum of work/services he has rendered till effective date of foreclosure. Any other claims like compensation for loss in profit, compensation for loss of reputation etc. or any other consequential damages claimed by the Contractor will not be given by NINL.

6.2 FORCE MAJEURE

6.2.1. Time being essence of the contract, if at any time during the continuance of the Contract, the performance in whole or in part by either party, or any obligations under the contract shall be prevented or delayed by reason of any war, hostilities, acts of public, enemy, civil commotion, sabotages, fire, floods, explosions, epidemics, quarantine restrictions, or other Acts of God, strikes and legal lockouts (hereinafter referred to as “Eventualities”) then provided notice to the happening of any such eventualities is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reason of such eventualities be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such performance or delay in performance and deliveries under this contract shall be resumed as soon as practicable after such eventualities has come to an end or ceased to exist and the decision of NINL as to whether the deliveries / services have been so resumed shall be final and conclusive. Contractor shall himself handle all labour unrest situations and illegal strikes but lockouts arising from such situations shall not come under the purview of this clause.

6.2.2. Should one or both the parties be prevented from fulfilling their contractual obligations by a state of force majeure lasting continuously for a period of at least three months, the two parties should consult each other provided always that if no mutually satisfactory arrangement is arrived at within a period of a month, from the expiry of three months referred above, the above mentioned expiry of the contract will imply that both the parties have obligation to reach an agreement regarding the winding up and final settlement of the Contract.

6.3 ARBITRATION

6.3.1 All disputes or differences, whatsoever, arising between the parties out of or in relation to the construction, meaning and operation or effect of this contract or breach there of shall be settled amicably. If, however, the parties are not able to resolve them amicably, the decision of MD, NINL will be treated as final and binding on the contractors.

6.4 COMPLETION CERTIFICATE

6.4.1. After completion of the total work duly certified by NINL Engineer Within 10 days (ten) of the completion of the work, the CONTRACTOR shall give notice of such completion to NINL and NINL shall inspect the work and after satisfying himself with tests that may be prescribed in the contract, if there is no defect, imperfection or short fall in the work, shall issue a completion certificate to the CONTRACTOR.

6.4.2. No completion certificate or provisional completion certificate shall be issued nor shall the work be considered to be complete until the CONTRACTOR shall have removed from the site all scaffolding, surplus materials, rubbish, etc. and all temporary works and cleaned off the dirt from wood work, doors, windows, walls, floors, or other parts of the work.

6.5 RIGHTS OF NINL TO VARY OR CANCEL THE CONTRACT.

6.5.1 NINL shall have the right, during the performance of the contract, to make any addition to, alteration in and omission from the works or any alterations in the kind or quality of the materials to be used therein or change the levels, lines, position and dimension of any part of the work and shall give notice thereof in writing to the CONTRACTOR. The CONTRACTOR on receipt of such instruction in writing shall carry out the changes as desired. Such variations shall in no way vitiate or invalidate the contract.

Tender No.121, Date: 12.09.2013, Page 12 of 29 SIGNATURE OF THE TENDERER

6.5.2 The CONTRACTOR shall not change any works to be made pursuant to the contract except as may become obligations under the contract, provided however that such changes shall be subject to prior written approval of NINL.

6.5.3 The CONTRACTOR shall proceed with the changes as requested, as per Clause 6.5.1 pending settlement of rates for extra items, if such changes require execution of any items of work not included in the schedule of items.

6.5.4 NINL shall have further power to cancel the Contract if the CONTRACTOR fails to duly perform and complete the contract and if it appears for valid reasons that he will fail to fulfill his obligations under the Contract for reasons other than those reliving of his responsibility under any other provision of the Contract.

6.6 COMPLIANCE WITH STATUTORY LAWS AND OTHER REGULATIONS.

6.6.1 The CONTRACTOR shall throughout the performance of the Contract comply with all the laws, rules, regulations and statutory requirements/obligations of Government of India / State Government of Odisha and other statutory bodies applicable at site for the contract work and NINL shall not be liable for any action of the statute applicable due to non-fulfillment of the statutory obligations by the CONTRACTOR.

6.6.2 All contracts or terms thereof entered between NINL and the Contractor shall be governed and regulated by the relevant laws in force in the territory of India relating to contracts.

6.6.3 Explosives shall not be used on the work by the CONTRACTOR without the permission in writing of NINL. Where explosives are used, the same shall be stored in a special magazine to be provided by and at the cost of the CONTRACTOR, who shall be liable for all damages, loss or injury to any person or property and shall be responsible for complying with all statutory obligations in these respects.

6.6.4 The CONTRACTOR shall give all notices and pay all fee required to be given or paid under any Central or State statue, ordinance or other law or any regulation or bylaw of any local or other duly constituted authority in relation to the execution of the Contract work.

6.6.5 The CONTRACTOR shall conform in all respects with the provisions of any statute, ordinance or laws as aforesaid and the rules, regulations or by-laws of any local or other duly constituted authority which may be applicable to the works or to any temporary works and with such rules and works or to any temporary works and with such rules and regulations of Public bodies as aforesaid and shall keep NINL indemnified against all penalties and liabilities of every kind for breach of any such statute, ordinance, law, rule, regulation or by-law.

6.6.6 All operations necessary for the execution of the works and for construction of any temporary works shall be undertaken in such a way that same do not interfere unnecessarily or improperly with the public convenience or the access to use and occupation of public or private roads and footpaths or properties whether in the possession of NINL or any other person and the CONTRACTOR shall save harmless and indemnify NINL in respect of all claims, demands, proceedings, damages, costs, charges and expenses, whatsoever arising out of or in relation to any such matters.

6.6.7 The CONTRACTOR shall use every reasonable means to prevent any of the roads and bridges communicating with or on the routes to the SITE from being damaged or injured by any traffic of the CONTRACTOR or any of his Sub-Contractor. For any damage caused by the breach hereof, the CONTRACTOR shall be solely responsible.

6.6.8 The CONTRACTOR must take sufficient care in moving his construction plants and equipments from one place to another so that those may not cause any damage to the property of NINL, particularly to the overhead and underground services and in the event of his failure to do so, the cost of such damages including eventual loss of working hours in any plant/site as estimated by NINL is to be born by the CONTRACTOR.

6.6.9 The CONTRACTOR shall get himself registered with the concerned authorities as provided under various applicable Acts and shall be directly responsible to such authorities for compliance with the provisions thereof.

Tender No.121, Date: 12.09.2013, Page 13 of 29 SIGNATURE OF THE TENDERER

6.6.10 By way of illustration of various Acts as stated in the contract, the following Acts or any amendment therof shall be complied with by the CONTRACTOR.

i) Employee Provident Fund Act. 1952

ii) Contract Labour Act (Regulation and abolition Act., 1970)

iii) Minimum wages Act, 1948

iv) Payment of wages Act, 1936

v) Payment of Bonus Act., 1965

vi) ESI Act, 1948

vii) Factories Act., 1948

viii) Apprenticeship Act., 1961.

ix) Employees Provident Fund and family pension Act., 1952.

x) All other statutory provisions related to contract labour.

6.6.11 The CONTRACTOR’s establishment shall be subjected to inspection, investigation etc., by NINL for ensuring proper and faithful compliance of the provisions of this contract by the CONTRACTOR with regard to labour laws and matters stated in the contract.

6.6.12 The CONTRACTOR shall provide at his cost to all staff and workers directly or indirectly employed in the works, all amenities for securing proper working and living conditions at the site and at the labour camp. The CONTRACTOR shall also provide medical facilities at the site as per rules in force in relation to strength of their staff and workmen deployed at site.

6.7 SAFETY AND SECURITY:

6.7.1 The contractors shall take all safety precautions and provide adequate supervision in order to do the job safely and without damage to equipment.

6.7.2 The contractor is not permitted to start the job without reporting to the Safety Engineering & obtaining safety clearance.

6.7.3 The execution department would take necessary shut-downs wherever there are hazards of gases, electricity, moving machinery etc. The contractor shall ensure that the shut-down I clearance are taken before sending workers to such locations.

6.7.4 In case of accidents occurred and injury to the persons, the contractor shall first take the injured person to Plant Medical Unit with the I.O.W Forms and the contractor should inform it to the Engineer-in-charge of the shop immediately.

6.7.5 The contractor shall abide by the provisions of Factories Act, Odisha Factories Rules.

6.7.6 Whenever work at height is involved, contractor must obtain height passes from Safety Engineering Dept. for those persons required to do work at height.

6.7.7 The concerned officer of the department awarding the contract or the Safety Engg. Department upon his satisfaction that the stoppage of work and require the contractor to remedy the defects or supply the commissions as the case may be. The contractor shall not proceed with the work until he has complied with such directions to the satisfactions of such head of the department.

6.7.8 The contractor shall be fully responsible for accidents caused due to his or his agent's or workmen1s negligence or carelessness In regard to the observance of the safety requirements and shall be liable to pay compensation for Injuries.

6.7.9 Without prejudice to the right conferred by the clause 6.7.7 above for stoppages of work for violating of. safety requirements, the contractor shall be liable for a penalty up to Rs. 500/-(Rupees five hundred only) for the first. violation up to Rs.10,000/-(Rupees ten thousand only) for the second violation. For the 3rd violation, he shall be liable to be debarred from further contracts. The penalty amount shall be recoverable from any bill and/ or EMD I SD or the contractor without any further reference to him. The CONTRACTOR shall adopt adequate safety measures and ensure use of protective clothing by all the workmen at site whether or not engaged in actual execution of work or supervision thereof as per requirement.

Tender No.121, Date: 12.09.2013, Page 14 of 29 SIGNATURE OF THE TENDERER

6.7.10 The CONTRACTOR shall ensure that the workmen at work use safety belts, gloves, helmets, masks, etc. necessary for their safety. The CONTRACTOR shall be responsible for safety arrangements of all equipments used in connection with execution of the work and shall ensure employment of only trained operators to man the equipments. Only tested equipments, tools, wires, ropes, etc. shall be used and shall periodically be tested to the satisfaction of the Company. All test certificate shall be made available to the Company at site as and when required by him.

6.7.11 The CONTRACTOR shall, in connection with the execution of the work, ensure provision and maintenance at his own cost all lights, guards, fencing with gates and watching when and where necessary or required by the client or by any duly constituted authority for the protection of work and/or for the safety and convenience of the public or others.

6.7.12 The CONTRACTOR shall take adequate safety precautions for prevention of accidents at site. The CONTRACTOR shall also ensure that their employees / workmen observe the statutory safety rules and regulations as also those laid down by the Company from time to time.

6.7.13 The CONTRACTOR shall provide at his cost necessary watch and ward force as may be approved by the company to ensure security and safety of all buildings, structures, equipments and materials under their custody at the site of work.

6.7.14 The CONTRACTOR shall abide by all security regulations at site promulgated by the Company from time to time. If required the CONTRACTOR shall provide identity badges to their personnel and workmen which must be properly displayed by them at site.

6.7.15 In order to facilitate issue of gate passes by NINL for materials and equipments either during execution or the maintenance period, the CONTRACTOR shall submit to the Company list of construction / erection equipments etc. and / or other materials that shall be taken inside the site from time to time. Such movement of materials, equipment, tools, tackles, etc. shall be subject to permission of the company.

6.7.16 The CONTRACTOR and his personnel and workmen shall be subjected to security check by Company’s own security force for the over-all protection of the site.

6.7.17 If the contractor fails to provide necessary safety items to their workmen, NINL may provide the safety items to the workmen and deduct the actual expenses from the contractor’s bill.

6.8 If offloading is required, the same shall be done on request of the contractor provided that NINL approves the suggested agency.

Tender No.121, Date: 12.09.2013, Page 15 of 29 SIGNATURE OF THE TENDERER

ANNEXURE-IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

1 GENERAL :

1.1 The Special Conditions of the Contract (SCC) are complementary to and shall be read in conjunction with General Conditions of Contract (GCC) of NINL for Works Contracts for which please refer to our website www.ninl.in or can be availed from NINL, Works Contract Cell. Scope of work, Bill of Quantities and other Documents forming part of the Tender Document. In case of any conflict of meaning between SCC & GCC, Provisions of SCC shall over ride the Provisions of GCC.

1.2 During the operation of the Contract if any new Taxes/Duties/Levies etc are imposed or rates undergo changes, as notified by the Government and become applicable to the subject works (in this case, only service tax shall be applicable), the same shall be reimbursed by NINL on production of documentary evidence in respect of the payment of the same. Similarly benefits accruing to Agency on account of withdrawal / reduction in any existing Taxes and Duties shall be passed on to NINL.

2 SCOPE OF WORK: As given in the annexure.

2.1 The agency will contact DGM(CO & BPP) I/c. of NINL for all works in respect to execution of this contract / work order & payment recommendations.

3 MEASUREMENTS; The Tenderer shall take measurements jointly with the Engineer or his Representative and keep joint records for the same. Bills shall be prepared and submitted by the Tenderer basing on agreed measurements.

4 ADVANCE: No advance of any sort will be given by NINL.

5. SECURITY DEPOSIT (SD):

5.1 10% of contract price shall be deposited by the successful tenderer towards security deposit within 10 days after acceptance of work order in the form of Bank Guarantee (in NINL’s format) for time bound, due and faithful performance of the contract.

5.2 NINL will not be liable for payment of any interest on Security Deposit.

5.3 The Security Deposit shall be released on application by the tenderer, supported by COMPLETION CERTIFICATE, after completion and acceptance of the contract works.

6. PAYMENT TERMS:

6.1 100% of Certified Price shall be released on monthly basis against submission of Running Account (RA) Bills duly certified by authorized Engineer / Manager of NINL.

6.2 The agency has to submit bills in two copies. Prior to certification by Site Engineer the bill must be enclosed with safety clearance by the safety officer, statutory compliances by Zonal Personnel Executive.

7. Recovery of Income Tax at source will be made from Contractor’s bill and deposited with Income Tax Department as per Rules. Recovery of Sales Tax applicable shall be made from the Contractor’s Bills.

8. PENALTY

8.1 If the CONTRACTOR fails to execute the works within the time period, penalty will be

imposed @ `̀̀̀ 25, 000/- (Rupees twenty five thousand only) per day on the contractor. The penalty charges shall be maximum 10% of the contract price.

Tender No.121, Date: 12.09.2013, Page 16 of 29 SIGNATURE OF THE TENDERER

8.2 If the contractor fails to carry out the works as per NINL’s requirement, NINL will get the job done through some other agency at contractor’s risk and cost and the amount spent will be deducted from contractor’s bills.

8.3 The purchaser may without prejudice to any other method of recovery deduct the amount of penalty from any money due in his hands or will become due to the CONTRACTOR.

8.4 The payment or deduction of such penalty shall not relieve the CONTRACTOR from his obligation to complete the works or from any other obligations and liabilities under the contract.

9. LABOUR DEPLOYMENT:

9.1 The Tenderer shall deploy his Labour as per requirement and as instructed by the Engineer. It may be necessary to carry out the work round the clock based on requirement and shutdown provided. The Tenderers rate shall cover such eventualities.

9.2 Only trained, experienced, safety inducted workers acceptable to the Engineer shall be engaged on this work. Work shall be executed as per specifications to the satisfaction of the Engineer.

10. If the successful tenderer fails to do the job, their EMD (if any) will be forfeited and NINL reserves the right to do the job at his risk and cost by alternative arrangement.

11. SECURITY REGULATIONS: The Tenderer shall abide by and also observe all Security Regulations promulgated from time to time by the Employer.

12. STORING/STACKING OF MATERIALS: Storing / Stacking / Placing of materials shall be only at the places designated by the Engineer.

13. The Tenderer, his Supervisors and Workmen shall observe entry and exit timings strictly.

14. After completion of work activity, the site has to be cleared of all debris, construction material and the like.

15. The tenderer shall start the work immediately after obtaining gate passes and safety induction training and clearance from the Employer.

16. NOTICES: Any notice to be given to the Tenderer under Terms of the Contract shall be considered duly served, if the same has been delivered to, left for or posted by Registered Post to the Tenderers principal place of business (or in the event of the Tenderer being a Company, its Registered Office), at the site or to their last known address.

17. If it comes to the notice of NINL at any stage right from request for Registration / Tender Document that any of the Certificates / Documents submitted by the Applicant for Registration or by Bidders are found to be false / fake / doctored, the Party will be debarred from participation in all NINL Tenders for a period of 02 (Two) years including Termination of Contract, if awarded. EMD / Security Deposit etc., if any, will be forfeited. The Contracting Agency in such cases shall make good to NINL any loss or damage resulting from such termination. Contracts in operation any where in NINL will also be terminated with attendant fall outs like forfeiture of EMD / Security Deposit, if any, and recovery of risk and cost charges etc. Decision of NINL Management will be final and binding.

18. Failure to execute the work after LOA/WORK ORDER is given will make the party liable for debarring for a period of 2 (TWO) YEARS.

19. In case it is found before / after award of work to the person / agency through Limited Tender Enquiry (L.T.E.), that the same person / agency is proprietor / proprietress / partner of two or more separate agencies and quoted for the same work, then punitive action to the extent of

debarring up to 02 (TWO) years from participating in NINL Tenders will be taken.

20. All the payments (Labour related) i.e. PF, ESI, Bonus and any other statutory payments shall

be borne by the agency.

21. The unit rates are firm through out the contract period. Any escalations arise out of any variations (except statutory variation) is attributable to the agency. These rates will be changed if there is any change in the rates arrived by way of bipartite / tripartite settlement

Tender No.121, Date: 12.09.2013, Page 17 of 29 SIGNATURE OF THE TENDERER

and having the concurrence of the management of NINL.

22. In case of any statutory revision in the minimum wages payable to contract workmen, by the Government of Odisha, Escalation shall be paid as per the following Formula:

V = L x W x (X-Xo) / Xo WHERE:

V = Escalation Payable

L = Labour component as Percentage of the Work is: 80%

W = Gross value of work done on the basis of Contract Rates for the period for which variation is applicable.

X = Revised Average Wages for Unskilled, Semi-skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Odisha, published in the Odisha Gazette for the period under consideration.

Xo = Average Wage of Un-skilled, Semi Skilled and Skilled Categories of Workers as notified by Commissioner of Labour, Government of Odisha, Published in the Odisha Gazette as on the date of opening of (Single Bid)/Technical Bid (Two Bid System) Envelope-1 in both cases.

23. PAYMENT OF MINIMUM WAGES: Wages paid to the Workmen by the Tenderer should not be less than the rates notified by the Commissioner of Labour, Odisha published in the Odisha Gazette from time to time with regard to the minimum wages applicable to the respective category of workmen.

24. MODE OF PAYMENT :

The tenderer has to submit their bank account details in NINL format duly certified by concerned bank manager for the purpose of making electronic payment, before submission of first running account bill, failing which the bill will not be processed.

The tenderer is required to give an undertaking to the Finance Dept of NINL that the payment made by NINL of any sum due to him by directly remitting the same in his Bank, the address and the number of which is to be furnished, shall be in full discharge of the particular bill raised by him, and that he shall not have any claim in respect of the same.

In respect of payment made through Electronic Fund Transfer mechanism or Direct Credit to the Supplier’s / Tenderer’s Bank Account, the Supplier / Tenderer / receiver should intimate discrepancies, if any, within 10 days from the date of despatch of intimation letter of payment to them to Finance Dept of NINL failing which it shall be presumed that the funds have reached their Bank Account and no claims will be entertained after the said 10 days.

Tender No.121, Date: 12.09.2013, Page 18 of 29 SIGNATURE OF THE TENDERER

Annexure-V

SCOPE OF WORK

The technological upkeep of Battery is a very important and continuous function for operating coke ovens. This is required to ensure

i) Health of oven brick work & equipment for maximum service life of Battery.

ii) Minimum consumption of energy for maximum possible techno-economic benefits.

iii) High yield of CO gas and other recoveries.

iv) Favorable service condition for safe & healthy work environment.

In the battery area the jobs are carried out in hot condition with dust and gas around. Other areas also have dust, moving machines and gas. It is desired, for good quality of jobs in the relatively difficult area, as they are; the contractor should employ experienced persons with full supervision and ensure the compliance up to the full satisfaction of NINL personnel.

Some jobs will be carried out in A/B/C shifts & some in general shift. The shift timings to the contractor personnel will be same as of NINL shifts.

In order to give a fair idea to the tenderer, the various jobs normally carried out in coke oven complex operation are described below.

Item No Job

1 Gas Passage Cleaning in ‘G’ shift

(Gas passage includes ascension pipe, gooseneck & valve box)

The job involves isolation of oven from gas collecting main & opening of A.P. cap, manually cleaning A.P. base & inner surface of gooseneck. All deposits are to be removed by chiseling & whole gas passage to be kept clean. No. of AP and gooseneck is 67x2 =134 nos. Normally cleaning of all the AP / gooseneck of the ovens pushed in A & B shift is to be ensured. Operation of swab mechanism for cleaning A.P base & bore will be done first & then manual cleaning of the same. It will be the responsibility of supervisor to ensure quality of job & safety of personnel deployed. The job will be carried out in ‘G’ shift.

Item No Job

2 Valve Box cleaning in ‘G’ shift

The job involves checking of isolation valves for free movement & cleaning of jamming, if any, and to ensure soundness of valve plate while operating. The plugs of valve boxes are to be opened & cleaned. Deposits inside & outside of valve box are to be cleaned thoroughly. Cleaning of valve boxes for all ovens to be pushed in G shift are to be done. In case of necessity oiling of lever handle is to be done. Minimum 30 Valve boxes to be cleaned in a day. It will be the responsibility of supervisor to ensure quality of job & safety of personnel deployed.

Item No Job

3 A.P. Cap Regulation in ‘G’ shift

AP Cap regulation & cleaning of water seal canal & maintenance of High pressure liquor aspiration system. (HPALA system). The scope of work consist of

a) Sealing of A.P. cap in case of gassing b) Cleaning of Water seal canal c) Cleaning of nozzles of LPT & HP liquor d) Maintenance of valves & pipelines.

Tender No.121, Date: 12.09.2013, Page 19 of 29 SIGNATURE OF THE TENDERER

These jobs are to be done to maintain the normal functioning of the respective systems of all 67 ovens / day.

Item No Job

4 Oven Top Upkeep and Hatch. Cleaning in ‘A’, ‘B’ & ‘C’ shift

a) Oven top cleaning:- The job involves complete cleaning of oven top area including Coal Tower & End benches,

space between / behind stand pipes & platforms of G.C. Main, removal of scrap debris bricks, coal etc. dump the same at end benches & brushing / sweeping the oven top area to make it completely neat & clean. The coal spillage should be removed & put into skip. Foreign materials if any are to be removed from coal spillage collection. The brushing of above areas is to be done at the beginning and end of General shift.

b) Hatch Cleaning and Luting The job involves isolation of the ovens, manually opening lids, checking hatches for any

jamming & subsequently cleaning with the help of hatch cleaning rods. After hatches are cleaned, the oven should be connected back to the gas collecting main and lids are to be sealed / luted with Luting material. In case of any damage of lid, the same is to be replaced. There are 67 ovens and 67x3 =201 hatches and lids. The cleaning of all the hatches to be done for ovens pushed A, B, C shifts

Item No Job

5 a Attending jobs at charging car in ‘A’, ‘B’ & ‘C’ shift

The job involves are:-

• Checking coal charge in all the 3 hoppers of charging car during coal taking from coal Tower and during coal charging into ovens.

• Operating the compressed air at coal tower.

• Poking of coal tower pockets in case of jamming.

• House keeping of charging car

• Manual operation of bin gate if required.

• Cleaning the jamming of bin gate of coal tower.

Item No Job

5 b Upkeep of Pneumatic Blow-down in “G” Shift

The job involves are:-

• Checking of the complete blow-down system for smooth operation at all the levels of Coal Tower.

• Operation of Pneumatic Blow down to Clear the jammed Coal tower Row.

• Co-ordinate with cleaning crew during cleaning of Coal tower rows.

• Other jobs in Coal Tower as required.

Item No Job

6 Cleaning of pusher track, coke car track & Oven Machine Operator Cabin in 'G' shift

All the coke and coal spillage on pusher car and coke car track are to be thoroughly cleaned and brushed. At no point of time, the movement of the car or the radio operator at C/S to be obstructed due to spillage. Additionally coke spillage from pusher car being dumped at end bench is to be removed to maintain the normal functioning of battery. The coke spillage dumped at Coal Tower end is to be manually lifted & transported to coke yard / by means of Truck / Tractor. Regular cleaning of Oven machine’s Operator cabin along with standby.

Tender No.121, Date: 12.09.2013, Page 20 of 29 SIGNATURE OF THE TENDERER

Item No Job

7 a Cleaning of doors, leveler window, oven sole & top & bottom portion of door frame In A, B, C shifts (Fire men).

After cleaning of door & door frame (67x2 nos.) by cleaning mechanism both top & bottom portion of doors & frames, oven sole, oven top corner portion & any hard deposit in door & door frame are to be manually cleaned with cleaning rods, round the clock either for 100 ovens per day or as per the pushing schedule of the day. They have also to clear the spillage hot coke on the platform in front of oven faces immediately after pushing.

Item No Job

7 b Cleaning of Slope plate of Pusher Side & Coke Side along with Platform cleaning in “G” Shift

The slope plate of Oven which accumulates Tarry mass during carbonization process is to be removed by using scrapper / chisel for All Ovens (Pusher Side & Coke Side) on daily basis. The removed mass is to be cleared from Platform and is to be dumped in designated area in Battery.

Item No Job

8 Oven Door Regulation in ‘A’, ‘B’ & ‘C’ shift.) and manual Frame cleaning in ‘G’ shift

Job involves arresting of gas leakage through doors by regulation of door regulation bolts & bracket holding bolts along the height of the oven, releasing & tightening of latch load nuts for proper sitting of door.

1) Changing of regulation bolts or bracket holding bolts, if required. 2) Regulation of ‘T’ bolts & changing, if required. 3) Manual Frame cleaning min. 10 ovens in P/S and 10 ovens in C/S in ‘G’ shift.

Cleaning the door frame area of tarry deposits, caulking the door gap with insulation wool, application of mortar etc. Any blazing has to be put out by quenching with water. Regulation works to be done by personnel standing in platforms or ladder or pusher / DE machines as per convenience & location of the gas leakage. The job is continuous in nature for all the ovens pushed / charged in day.

Item No Job

9 Tar chasing in Hydraulic main & suction main in ‘G’ shift

The job involves removal of plug / blank (by opening bolts) cleaning & removal of sludge chasing tar on both sides of Gas collecting main, suction main up to separator. After tar chasing plug / blank to be fixed back. Cleaning of liquor nozzles, rotation of liquor stop cocks are to be done regularly. Tar chasing of both gas collecting main is to be done daily and that of suction main once a week. Rotation of liquor stop-cocks is to be done 3 times a week and cleaning of nozzle once a week.

Item No Job

10 Anchorage adjustment (in ‘G’ shift)

To ensure proper anchorage, the following jobs are to be done

1) Load adjustment of cross tie-rods (68 pairs)

2) Load adjustment of auxiliary springs (9 springs per column and regenerator bracing for 68x2 columns) - to be completed once a year, the job is to continue round the year in order to complete the work of all the columns.

3) Load adjustment of LT.R. (6 sets of 2 ends) – to be completed once a year.

4) All above jobs of anchorage can be clubbed together and continued round the year.

5) Changing of tie-rods & springs as the case may be is also included.

Tender No.121, Date: 12.09.2013, Page 21 of 29 SIGNATURE OF THE TENDERER

Item No Job

11 Cellar jobs in ‘G’ shift

1) Cleaning of flap surface & seat surface of all TRVs (68x2) – once a week. 2) Greasing of ropes of reversing system of gas & TRVs – twice a month. 3) Overhauling & greasing of gas reversing valves and gas stop valves (68x2 each) –as & when

required. 4) Cleaning & airing of regenerator checker & Distribution pipe manifold – according to

necessity. 5) Flue wise / Wall wise control of gas feed as and when required, etc.

Item No Job

12 Cleaning of nozzle for C.O. gas burners in ‘G’ shift.

Cleaning of nozzles with swabbing brush & cleaning of washers to be done from cellar. The actual quantum of jobs will depend on temperature condition and will be decided by NINL personnel. This is a routine operational job.

Item No Job

13 Cleaning of Charging Hole Graphite & Refractory washing in ‘G’ shift

All the 3 charging holes of a ready oven to be cleaned from graphite deposition after manually opening the lids and inside surface to be coated with refractory slurry. Minimum 20 ovens to be done in a day.

Item No Job

14 Sealing of various joints in ‘G’ shift

The following jobs for all the ovens and equipment are to be done.

1. Pointing & patching of lintel bricks. Pointing of brick work joints at oven top. Repairing of cast iron plate joints at service platform near the bottom lintel.

2. Repair of Regenerator faces to seal the gas leakages if noticed. 3. Re-fixing or replace of service platform C.I. plates with mixed cement, Sand, Chip mortar as

and when required. 4. Tightening of ‘T’ bolts between door frame & flash plate 5. Caulking & pointing of W.H. valve breaches pipe & branch pipe connections, including

Cleaning and caulking of Goose neck connections. Caulking & sealing of Nozzle deck joints from the cellar, etc.

The above jobs are regular in nature and are to be carried out by employing regular group of persons; the actual quantum may vary depending on the condition.

Item No Job

15 Attending hot jobs in ‘G’ shift

1) Grouting of burner flues from cellar (Nozzle grouting) 2) Caulking & pointing of spigot joint & A.P. base 3) Pointing & patching of charging hole frame & Luting of charging hole lid 4) Caulking the joints between sole plate & oven sole brick work to seal the gas leakage of the

oven noticed. 5) Cleaning of spillage, shoveling of hot coke, upkeep of service benches, etc.

Item No Job

16 Cleaning and operating of Skip hoist & related jobs in ‘A’, ‘B’, & ‘C’ shift

Continuous operation of skip hoist to dispose spillage coal during charging in each shift as and when required.

Tender No.121, Date: 12.09.2013, Page 22 of 29 SIGNATURE OF THE TENDERER

UPKEEP OF COKE SORTING PLANT & CDCP.

Item No Job

17 Cleaning of Coke Spillage in ‘A’, ‘B’, & ‘C’ shift

Cleaning of coke spillage from coke sorting plant equipments and attending to operating conveyors in ‘A’, ‘B’ & ‘C’ shifts. Equipments of following areas are to be cleaned for coke spillage & coke dust.

i) Cleaning of de-dusting unit. ii) Coke Cutter & 80mm Grizzly screen. iii) Coke screening & loading section. iv) Coke breeze screening & Nut coke and coke Breeze loading section attending to operating

conveyors etc.

Cleanliness and normal functioning of the section / equipment is to be ensured. This job is continuous in nature to be done in all shifts. Cleanliness of above areas is to be checked & to be handed over to next shift

Item No Job

18 Cleaning of Coke Conveyor Galleries in ‘G’ shift

All the 15 coke conveyor galleries to be maintained clean from coke spillage. The cleanliness of above areas will be checked at the end of ‘G’ shift. Shifting of coke cooled at emergency wet quenching system

Item No Job

19 Cleaning of All the equipments buildings in A & B Shift

Cleaning the floors of De-dusting Building, Coke Cutter Building, Screen Building & Under size Bunker building & staircases in A & B shift and other Misc Cleaning job at CSP as and when required.

Item No Job

20 Cleaning of Equipments in Boiler side, Chamber side & Dust free discharging system of CDCP

Cleaning of all equipments of Boiler side & chamber side & spillage from dust free discharge system to be done manually in A, B, C shifts. The accumulated dust to be shifted to dust yard of CDCP. UPKEEP OF COAL HANDLING PLANT

Item No Job

21 Cleaning of Equipments in CHP in ‘A’, ‘B’ & ‘C’ Shift

Upkeep of following equipments of coal handling plant in ‘A’, ‘B’ & ‘C’ shift, cleaning of following equipment to be done manually. i) Auto Trippers, ii) Weigh Feeders, iii) Hammer Crushers. They are to be made free of coal spillage accumulating during operation, so that the normal functioning is ensured. The above equipments should be handed over to next shift in cleaned condition. iv) Attending to operating belt.

Item No Job

22 Cleaning of coal conveyor galleries in ‘G’ shift

Spillage removal from all 18 coal conveyor galleries, Wagon tippler underground areas, Blending Bunker and coal tower top. The above areas are to be checked and any coal spillage accumulation is to be cleaned. The cleanliness of all the above areas will be checked at the end of ‘G’ shift.

Tender No.121, Date: 12.09.2013, Page 23 of 29 SIGNATURE OF THE TENDERER

Item No Job

23 Up-keep of Conveyors at Wagon tippler in A, B, C shifts

Up-keep of conveyors of BF, CC-1, CC-2, Junction House-1 and Wagon tippler bed in each of A, B and C shift of the day. UP-KEEP OF BY-PRODUCT PLANT

Item No Job

24 Loading of Tar, unloading of Sulphuric Acid & Caustic lye, loading & unloading of Solar oil in 'G' shift

Tar tankers are to be loaded. It is expected that around 90-100 Ton of Tar & 50 - 60 t of other materials will be loaded / unloaded.

Item No Job

25 Cleaning of Spillage Tar, Sludge, removal of Decanter sludge in GCP & Acid Tar sludge in ASP 'G' shift

Removal of Tar sludge from Decanter Bunkers, and removal of Acid tar from mother liquor tanks. Any Oil/Tar/Sludge spillage in BPP including BOD plant is to be cleaned on day-to-day basis in ‘G’ shift. Decanter tar sludge bunker is to be emptied by truck on day to day basis and to be unloaded at a demarked place. (about apprx. 5 t will be generated per day). GENERAL MECHANICAL MAINTENANCE AT BATTERY.

Item No Job

26 Operation related work in oven machines- Welding, Cutting, handling & shifting of material in 'G' shift

Various mech. Maint. / repair work for oven machines, other equipment, etc are to be done in Battery, CDCP & CSP area through mech. Deptt in ‘G’ shift. GENERAL CLEANING OF CO. COMPLEX

Item No Job

27 General cleaning of Roads, offices control rooms and deputing for tractor loading in ‘G’ shift

The whole CO Battery area including the Battery cellar to be completely cleaned & brushed daily. The general house keeping is to be ensured by proper supervision. 4 nos U.S. workers to be with on tractor trailer at Battery site for regular shifting spillage coke, dust, muck, etc. 2 unskilled workers for Cellar, 2 unskilled worker for coal tower office & platform cleaning and the 2 unskilled workers will be engage at oven top for house keeping, removal of coal / coke dust work and 2 nos. at End benches.

Item No Job

28 a) Deployment of Truck in ‘G’ shift

One Truck to be deployed by the contractor on 7 days of the week basis. The Truck shall be engaged in By-product plant for removal of shifting of Decanter tar sludge, mock, dust etc. from by-product plant. The truck includes fuel charges, driver cost and maintenance cost . The truck will be engaged for 8 hrs duty per day in ‘G’ Shift.

Item No Job

28 b) Deployment of Tractor trailer in ‘G’ shift

One tractor trailer to be deployed by the contractor on 7 days of the week basis. The Tractor trailer shall be engaged in battery area for removal spilled coke, dust debris, etc. from Battery area respectively. The Tractor trailer includes the driver cost, fuel charges and maintenance cost. The tractor trailer will be engaged for 8 hrs duty per day in G shift.

Tender No.121, Date: 12.09.2013, Page 24 of 29 SIGNATURE OF THE TENDERER

SCOPE OF CONTRACTOR

1) The contractor has to deploy different categories of manpower along with supervisory staff, round the clock. Since this is a Job Contract the party has to deploy adequate manpower to complete the job as per requirement.

2) The contractor should deploy responsible staff for supervision of various jobs, interaction with departmental officers/staff and receive/return the materials. Persons with job knowledge, experience, physical ability and fitness are to be employed.

3) For execution of different jobs, the contractor shall supply necessary tools & tackles and consumables like various sizes Spanners, Screw drivers, Pliers, Shovels, Iron pans, Cutting torches, Welding cables and Gas Regulators, Broom sticks, Bamboos for coal Tower, Cotton waste, Air / water hose, Emery papers etc. Other tools & tackles like Hydraulic jacks, Ratchet spanners for Tie rods, Cleaning brushes, Ladders, Raw steel sections, refractory materials, scaffolding, Grinding machines and consumables like diesel for cleaning, Oxygen, DA, electrodes will be issued to contractor by NINL as and when required.

4) The contractor has to fabricate necessary working tools / applicances as and when required for the job from the raw steel provided by NINL. Necessary Blacksmith / carpentry work if required will be done by the contractor free of cost.

5) The contractor shall provide necessary safety appliances to their workmen, including rain coats and FR Jackets in hot zone to carry out the job without hampering the operation work.

6) Since the technological up-keep of CO&BPP is a very skilled and expertised job, only (capable) agency will be selected. Offloading of Job to other party will only be permitted, after the Approval from competent authority.

7) The contractor must have Workforce who has previously worked in Hot Condition, understands the Carbonization process and its associate equipment operation.

8) The contractor must ensure that the workforce knows basic Safety Rules and use of Personal Safety Gears.

Tender No.121, Date: 12.09.2013, Page 25 of 29 SIGNATURE OF THE TENDERER

ANNEXURE-VI

ELIGIBILITY CRITERIA

The tenderer must fulfill all the following eligibility criteria and submit supporting documents, failing which, the offer shall liable to be rejected without notice. Technical Eligibility Criteria A) The Party should have the experience in any of the reputed Integrated Steel

Plant for the following jobs in Recovery Type of Coke Oven Plant. i) Upkeep & Technological cleaning of Coke Oven Battery. ii) Fugitive Emission Control in Coke Oven Battery. iii) Technological Upkeep of Heating & Regulation System iv) Area upkeep of Coal & Coke Route along with By-Product Plant.

The party has to submit Completion Certificates (Issued by Competent Authority) of relevant Work orders (if completed) and supporting documents for ongoing Work order with the offer.

Financial Eligibilty Criteria A) The party must submit Banker’s Solvency Certificate in support of financial

capabilities of minimum `̀̀̀ 1,36,00,000 (Rupees One Crore Thirty Six Lakhs only)

B) The party must have executed similar type of job from Start to Finish in single

WO having value of minimum `̀̀̀ 1,19,00,000 (Rupees One Crore Nineteen Lakhs only) in the last 3 Financial Years (i.e. Current Year and 3 Previous Financial Year) in any PSE / reputed Integrated Steel Plant.

C) The party must have total turnover of minimum `̀̀̀ 3,40,00,000 (Rupees Three

Crore Forty Lakhs only) during last 3 Financial years to be supported by Income tax Clearance certificates.

Tender No.121, Date: 12.09.2013, Page 26 of 29 SIGNATURE OF THE TENDERER

QMS/W/WCC/F/004

Annexure - VII

DECLARATION TO BE SUBMITTED BY THE CONTRACTORS

(WITHOUT THIS DECLARATION TENDERS WILL NOT BE ACCEPTED)

REF TENDER NO. NINL/CC/13-14/CO/TDR-121, Date: 12.09.2013

NAME OF WORK: Annual job contract for Technological Upkeep of Coke Oven & By Product Plant, inside NINL premises.

NAME OF AGENCY: M/s.________________________________________ The In charge, Works Contracts Cell, Neelachal Ispat Nigam Ltd, Duburi-755026. Sir, With reference to the notice Inviting Tender, I/We have gone through the tender documents issued to us. I/We have also gone through the general conditions of the contract of NINL. I/We here by confirm that I/We shall abide by terms and conditions of General Conditions of the Contract (GCC) and Special Conditions of Contract (SCC) including form of tender, Invitation to Tender, Articles of Agreement etc. I/We hereby declare that, I/We have visited, inspected and examined the site and its surroundings and well aware about the prevailing site conditions. I / we have satisfied ourselves before submitting this tender; obtained information about the nature of work, facilities that may be required and obtained necessary information about working conditions, risk contingencies etc., which may influence this tender. We hereby offer to execute & maintain the work during the defect liability period in conformity with the tender conditions at the respective rates quoted by us. I/We shall also comply to all applicable statutory requirements i.e. PF, ESI, Bonus, Minimum Wages, labour license & insurance, Sales Tax, Income Tax, Works Contract Tax etc. The quoted unit rates are firm and are inclusive of all taxes, duties, levies, statutory payments, royalties etc. (except specifically mentioned in our offer) and will not claim any extra during the execution of contract. The payment of bonus if any will also be attributed to me/us. I/We also declare that the deposited EMD amount (if applicable as per provisions of tender) will not bear any interest and I/We do hereby agree that this sum shall be forfeited by me/us if I/We revoke/withdraw/cancel my/our Tender or if I/We vary any terms in our tender during the validity period of the tender without your written consent and/or if in the event of Neelachal Ispat Nigam Limited accepting my/our Tender and I / We fail to deposit the required security money, execute the agreement and/start the work within reasonable time (to be determined by the engineer) after written acceptance of my/our Tender.

Tender No.121, Date: 12.09.2013, Page 27 of 29 SIGNATURE OF THE TENDERER

Status of the Firm (mark) : Proprietary/Partnership/Others (Specify) Authority to Sign

a) Proprietor

b) Managing Partner

c) Power of Attorney holder Names of partners 1) 2) 3)

Following Details are to be furnished by the Tenderer compulsorily (neat & legible) while submitting the Tender schedule. Income Tax PAN No.

Status/Reason for not having PAN No.

Service Tax No.

OFFICIAL ADDRESS

Phone & Fax No:

Cell No:

E-mail ID:

Yours faithfully, For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...

Tender No.121, Date: 12.09.2013, Page 28 of 29 SIGNATURE OF THE TENDERER

ANNEXURE - VIII DECLARATION TO BE SUBMITTED BY THE TENDERERS FOR REVERSE AUCTION

REF TENDER NO. NINL/CC/13-14/CO/TDR-121, Date: 12.09.2013

NAME OF WORK: Annual job contract for Technological Upkeep of Coke Oven & By Product Plant, inside NINL premises.

NAME OF AGENCY: M/s.________________________________________

I /We agree as below: 1. I/We hereby understand and agree that the responsibility of preserving and maintaining the

confidentiality and secrecy and security of my/our Login ID and transaction password solely rests upon me/us and I/We shall be solely responsible for any breach/loss in this respect to the total exclusion of mjunction. I/We also understand and agree that without authorized written instructions from me/us, new password shall not be re-issued by Mjunction Services Limited. I / We are aware that multi log in using the same User ID & Password is not permitted.

2. I/We confirm to have read the specific terms and conditions that are displayed on mjunction website regarding the auction event. I/We agree to strictly abide by any and all the Terms and Conditions displayed on the mjunction website.

3. I/We understand and agree that Mjunction/Client will forfeit my/our security deposit/Bank guarantee on infringement/breach of any Terms and conditions as prescribed from time to time by mjunction and its Client (NINL). I /We agree that Mjunction/Client will be well within its right to take any punitive measure against me/us including permanently debarring/blacklisting from participating in any and all mjunction’s event.

4. I/We understand and agree that all voice communications made by me/us with the auction room of mjunction are recorded and kept for future reference and action, if necessary. I/We further agree and confirm that any and all such verbal communication and instructions passed by me/us shall constitute a valid communication and shall be treated as valid contractual obligation casts on me/us to ratify such communication/instruction in writing as and when required by mjunction.

5. In no event, mjunction shall be liable to the customer for any loss or damage whatsoever or howsoever caused arising directly or indirectly in connection with the Services and/or this Agreement, including without limitation any:

(i) Loss of data; (ii) Interruption or stoppage to the Customer’s access to and/or use of the online

market/exchange (website portal); arising out of the performance of the Services or otherwise.

6. Mjunction expressly excludes liability for consequential loss or damage or loss of profit, business, revenue, goodwill or anticipated savings, which may arise in respect of the Services.

7. I/We understand and agree that mjunction makes no warranty, representation or promise not expressly set forth in this agreement. Mjunction disclaims and excludes any and all implied warranties of merchantability, fitness for a particular purpose and non-infringement, except as expressly set forth herein, mjunction makes no warranty with respect to any software, product, configuration or system tested, analyzed or reviewed by mjunction and does not warrant that they are without defect or error, except as expressly set forth herein, the results, data, performance, and information reported or disclosed by mjunction in connection with the

Tender No.121, Date: 12.09.2013, Page 29 of 29 SIGNATURE OF THE TENDERER

services or this agreement are not warranted and client bears all risks of reliance thereon. Mjunction does not warrant that any results, data, performance or information can be reproduced, repeated or verified (i.e., they may vary). Except as expressly set forth herein, the methodologies, equipment, software, practices, procedures, and technology used by mjunction in connection with the services are not warranted and except as expressly set forth herein there shall be no claim against mjunction based on any of the foregoing or any alleged or actual inadequacy, malfunction, defect, or incompleteness of or in the foregoing.

8. I/we agree to ratify the acts of mjunction carried out in good faith.

9. I/We agree and undertake not to resort to any activity (ies) having the impact or causing interference to the system (hardware, software, internet related application, servers etc.) I/We understand that mjunction strictly forbids me/us from indulging in any of the cybercrime activities including(a) unauthorized access(b) e-mail bombing (c) data diddling(c) Salami attack (d) internet time theft (e) logic bomb (f) virus/worm attack (g) Trojan attack (h) distributed denial of service attack (i) denial of service attack(j) email spoofing (k) cyber pornography(l) intellectual property crime (m) cyber stalking.

10. I/We agree to submit ourselves for resolution of any disputes with mjunction in the manner as prescribed hereinafter. Dispute or differences arising out or relating to this undertaking/Agreement shall be resolved amicably by the parties. Failing such amicable resolution of dispute / differences either tenderer may refer the matter to arbitration of a Sole Arbitrator to be appointed by the Managing Director of Mjunction Services Limited. The Arbitration proceedings shall be governed and regulated by the provisions of Indian Arbitration and conciliation Act, 1996 and the rules framed there under along with amendment made thereto-up-to-date. The award of the Arbitrator shall be final, binding and conclusive on the parties. The venue for arbitration shall be at Kolkata. Governing Law: Law of India without giving effect to any principle of conflict of law. Jurisdiction: The Court at Calcutta shall have exclusive jurisdiction.

N.B.:

1. Mjunction reserves the right to vary the auction duration from the pre specified duration, in case of receipt of no bid , single bid or in case of any infrastructure problem effecting majority of the participants.

2. In case of e-auction, you have any complaint / suggestion kindly log into https://auction.buyjunction.in and use the feedback link given on the top left hand side of the page. Complaints/Suggestions received through any other mode will not be treated as formal.

For M/s. …………………………………….. (Signature of Contractor) Name:……………………………………...