testing , repair and balancing - national fertilizers

15
Page 1 of 15 TENDER DOCUMENTS FOR TESTING , REPAIR AND BALANCING OF STEAM TURBINE ROTOR OF TK-1431 SYNTHESIS COMPRESSOR TURBINE OF AMMONIA-I PLANT AT N.F.L., VIJAIPUR VIJAIPUR UNIT

Upload: others

Post on 18-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 15

TTEENNDDEERR DDOOCCUUMMEENNTTSS

FFOORR

TTEESSTTIINNGG ,, RREEPPAAIIRR AANNDD BBAALLAANNCCIINNGG

OOFF

SSTTEEAAMM TTUURRBBIINNEE RROOTTOORR

OOFF

TTKK--11443311 SSYYNNTTHHEESSIISS CCOOMMPPRREESSSSOORR TTUURRBBIINNEE

OOFF

AAMMMMOONNIIAA--II PPLLAANNTT

AATT

NN..FF..LL..,, VVIIJJAAIIPPUURR

VVIIJJAAIIPPUURR UUNNIITT

Page 2 of 15

Specifications of TK-1431 Steam Turbine of Ammonia-I Plant and the Rotor to be Repaired

Tag No. Synthesis Gas Turbine TK-1431

Supplier M/s. Mitsubishi Heavy Industries , Japan

Turbine Model 5EH-7BD

Machine Serial No. T-1006

Turbine Type Extraction cum Condensing

No. of Stages Seven- Impulse

Direction of Rotation CCW (facing inlet side)

Rotor S. No. 2LRHP0

Critical Speeds 1st – 4435~4900 ; 2nd – 15000~17000

Bearings Radial / Thrust

Tilting Pad Type

Rotor Length 2968 mm (approx.)

Radial Bearing Span 2498.00 mm

Max. Dia of Rotor 980.00 mm

Radial Bearing Journal Dia (both ends)

120.00 mm

Weight of Rotor 1700 kg

Inlet Press / Temp (Normal)

105 kg/cm2 / 505 degC

Turbine Rated Power 27380 KW

Turbine Rated Speed 10812 rpm

Turbine MCS 11353 rpm

Trip Speed 12488 rpm

Driven Machine Steam Inlet side- LP Synthesis Gas Compressor Steam Exhaust side- HP Synthesis Gas Compressor

Page 3 of 15

I HISTORY OF ROTOR The subject rotor is of Synthesis Gas Steam Turbine In May 2013, the turbine was overhauled. Rotor was removed, cleaned by wet sand blasting. Low speed balancing was checked on our balancing machine at 600 rpm and unbalanace

observed was 8 microns. No rectification was done and rotor was installed. The turbine was run as per procedures after proper warm-up. But it was getting tripped

on high radial vibrations of turbine when speed was increased beyond 2500 rpm to pass the critical speed.

After about 4 trials, the turbine was opened. No major visual abnormality was observed in the turbine parts and rotor. Rotor balancing was checked again on the same balancing machine at 600 rpm and found

to be 60 microns. Reason for rotor getting unbalanced could not be ascertained. Spare rotor was installed and turbine was run.

II SCOPE OF WORK:

As mentioned in the history of the rotor above, the major reason for testing and inspection of the rotor is to ascertain the reason for the rotor getting unbalanced from 8 microns to 60 microns during start-up of the turbine. The major scope of work is mentioned below. However, vendor has to ensure that the reason for unbalanace is inferred and hence, if required, vendor may have to perform any additional tests/checks as per their procedures. Hence the major scope of work shall include but not limited to the following: 1. Receipt of Rotor at vendor’s works, unloading and unpacking 2. Visual Inspection of Rotor 3. Thorough Cleaning of Rotor by Sand Blasting 4. Checking of Run-out of Rotor 5. Detailed Bending Measurement and Analysis of Rotor to analyse the cause of unbalance. 6. Following Non-Destructive tests on rotor shaft, journals, thrust collar and the turbine

blades: a) Dye Penetrant Test of Complete Rotor as per ASTM E165 b) Ultrasonic Crack Test as per ASTM E114 c) Magnetic Particle Test as per ASTM E709

7. Rectification of bending in the rotor. 8. NDT Inspections after repair. 9. Low speed dynamic balancing check. 10. High speed Dynamic Balancing of rotor at rated speed in vacuum tunnel. 11. Carry out low speed balancing check after high speed balancing. 12. Check for residual magnetism of rotor and demagnetize, if required. 13. Packing and Preservation (Rust Preventive Coating) for Despatch. 14. Preparation of detailed inspection and check reports at each stage of inspection. 15. Preparation of detailed reports for the repair carried out. 16. All testing equipments including bearings for balancing.

Page 4 of 15

III TECHNICAL TERMS AND CONDITIONS: 1. Vendor has to submit the following details along with their technical offer:

a) Detailed Plan and Procedure for inspection and testing of the rotor. b) Detailed Scope of Work subject to inclusion of scope of work as mentioned above. c) Procedure for Cleaning of Rotor. d) Procedure for NDT inspections. e) Procedure for Detailed Bending Measurement to analyse the cause of unbalance. f) Detailed procedure for Rectification of bending. g) Procedure for low and high speed balancing. h) Procedure for Preservation of rotor before dispatch. i) All the relevant standards shall be mentioned by the vendor for each stage of

inspection like DP test, UT, MPT, low speed balancing, high speed balancing, etc. 2. Vendor has to submit following documents/details alongwith their offer:

a) Details regarding repairs of any of the synthesis gas turbine rotor carried out by the vendor.

b) Details regarding repairs of other turbine rotors carried out by the vendor. c) Details regarding any turbine rotor where bending rectification has been carried out. d) Details regarding any turbine rotor where crack repairs have been carried out. e) The details shall include the customer name, Order no., details of repairs done, scope

of work and performance if installed after repair. 3. Vendor shall intimate and submit report to NFL after each stage of inspection. 4. If required, joint inspection of the rotor can be carried out. 5. In case of any abnormality / defect is observed during inspection and repair/rectification is

to be done, vendor shall intimate NFL. Repair job shall be commenced only after getting clearance from NFL. If required, NFL shall send its representative for joint inspection before proceeding for repairs.

6. Vendor shall ensure that there is no overheating, distortion / change / degradation in metallurgy of the rotor due to repair procedures adopted

7. NFL may visit the vendor’s works for inspection and repairs being carried out by the vendor.

8. Final Inspection of the rotor including balancing check shall be carried out by NFL representative at vendor’s works.

9. Prior to submitting their offer, Vendor may visit NFL for physical or any other inspection of the rotor and any other clarifications required.

10. In case of order, vendor shall submit a Quality Assurance Plan for the testing, inspection and repair of the rotor

IV TIME SCHEDULE: 1. Indemnity bond / Bank Guarantee towards the material being sent for repair

The bidder shall have to furnish an Indemnity Bond (as per format enclosed) for value of Rs. 100.00 lacs (One Hundred Lacs) within 15 (Fifteen) days of date of issue of Work Order as per format enclosed at Annexure-II

2. Completion period: The Bidder shall mention the Minimum Time Period, required for Repair and Delivery, from the date of receipt of material at their works. However, the same shall not exceed 15 days from the date of receipt of Rotor at their works. The work shall be completed within the agreed Time Period.

3. Agreement: To be submitted by vendor as per clause 21 of General terms & Conditions

Page 5 of 15

V SPECIAL TERMS & CONDITIONS: 1. Repair Place: The Bidder shall give complete Address of Works in the Tender, where

repair will be carried out.

2. Packing, Dispatch, Freight and Insurance: NFL shall dispatch the rotor to Bidder’s works on Freight Paid basis by chartered truck. Transit Insurance and any other taxes/octroi charges would be in NFL’s scope. After repair, the Bidder shall dispatch the rotor back to NFL on Freight To Pay basis by chartered truck. The Bidder shall ensure suitable packing before dispatch so as to avoid any transit damage.

3. Inspection and Reports: a) The Bidder will carry out all necessary Pre-Repair Inspection as mentioned in the

scope of work to analyse the problem / defect in the rotor.

b) Bidder shall submit inspection reports of each stage of checking / inspection to NFL. c) Post-Repair Inspection reports of each inspection / check as per scope of work to be

submitted. d) After final repair / balancing, the Bidder will send all the reports along with the

photographs showing any defects and stages of Repair Procedures, Critical Observations, Initial & Final Parameters and all relevant details, in duplicate and a soft copy in CD/ DVD form, along with dispatch documents.

4. Bidder shall ensure:

Surface Finish, Final Dimensions, Tolerances etc. are in conformance to MHI tolerance standards, and all repairs have been carried out as per approved procedures. Bidder shall submit Certificate in compliance to it.

5. Bidder will stand Guarantee for the rotor for trouble free operation and against bad workmanship for a period of 18 months from the date of despatch or 12 months from the date of commissioning, whichever is earlier.

6. Submission of Documents: Bidder shall submit the following Original documents, in duplicate and a soft copy in CD/ DVD form, after completion of work, along with despatch of material:

a) Repair and Inspection Reports.

b) Guarantee Certificate. 7. Acceptance of NIT: Bidder shall confirm in their quotation, the acceptance of all the

terms and conditions of NIT, including scope of work, failing which the offer may not be considered.

Page 6 of 15

VI GENERAL TERMS & CONDITIONS: 1. Interested Bidder after studying the tender documents carefully, may obtain necessary

clarifications, if any in writing before tendering, Submitting of tender implies that the Bidder has obtained all the clarifications required No claim on ground for want of knowledge in any respect will be entertained. No claim for extra charge consequent on any misunderstanding or otherwise will be allowed.

2. Bidder to acquaint himself fully: if required, the Bidder may visit the site to see the condition of rotor to be repaired.

3. The Bidder shall give an undertaking 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.

4. The company reserves the right to accept the lowest or any other tender in part or in full or award parallel contracts or reject all or any of the tenders without assigning any reasons.

5. The following tenders will be liable to summary rejection: 5.1. Tenders submitted by Bidder who resort to canvassing. 5.2. Tenders, which do not fulfill any of the conditions, laid down in the Tender

Documents or are incomplete, in any respect. 5.3. Tenders not accompanying the required details / Tender Cost / Earnest Money etc. 5.4. Tenders received late / delayed. 5.5. Tenders, who contain uncalled for remarks or any alternative additional conditions. 5.6. Bid received with request / condition to send the rotor to bidder’s works for

assessment for bidding for repair. 6. Quantum of Job and Rates: The estimated value of work has been given on the basis of

technical assessment. However, the Contractor shall have to execute any or all the jobs depending upon the requirements of the repair job. The rates shall remain firm for the increased or decreased quantities and will not be subjected to escalation irrespective of any increase what so ever.

7. If the Bidder has relations whether by blood or otherwise with any of the employees of the NFL, the Bidder must disclose the relation in the Form of Declaration attached, at the time of submission of tender failing which NFL shall reserve the right to reject the tender or rescind the Contract.

8. Validity of Contract : The contract shall remain valid for a period of twelve months reckoned from the date of its award. The job can, therefore, be got done any time during the tenure of the contract.

9. Earnest Money Deposit: 9.1. The Bidder shall make a deposit of Rs. 25000.00 (Rupees Twenty Five thousand) as

Earnest Money in the form of an account payee Demand Draft, payable at SBI Bavrikheda (Branch Code No. 8455) drawn in favour of M/s. National Fertilizers Limited, Vijaipur. The Earnest Money shall not be accepted in any form other than specified above.

9.2. The Bidders registered under National Small Scale Industries are exempted from submission of E.M.D., subjected to submission of relevant certificate from concerned Authority alongwith Tender Documents.

9.3. Any Bid not accompanied with EMD shall be rejected by the Owner as non-responsive.

9.4. The EMD will be returned to the unsuccessful Bidders on acceptance of one of the invited bids or when the Bid is cancelled by Owner.

Page 7 of 15

9.5. The successful Bidder's EMD will be discharged upon the Bidder accepting the Contract and furnishing the Security cum Performance Bank Guarantee.

9.6. No interest will be paid on EMD of either the successful or unsuccessful bidder(s).

10. Security Deposit (S.D.): Security Deposit together with EMD shall be 10% of the Work Order value. The Security Deposit shall be refunded after expiry of Defect Liability / Guarantee Period and shall be claimed up to period of 6 months. No interest shall be paid on E.M.D. and S.D. Alternatively, the Bidder will also have the option to furnish Security Deposit-cum-Performance Guarantee by way of Bank Guarantee from any of the Indian nationalized/ scheduled banks (except Cooperative and Gramin Bank) or any branch of Foreign Bank in India in the Performa specified by NFL for 10% of the contract value. The Performance Bank Guarantee shall be valid till the expiry of defect liability period with provision for claim period up to 6 months.

11. Terms of Payment: 90% payment within 30 days shall be made through ECS / EFT after making necessary recoveries for Income Tax, Works Tax etc. as applicable as per Terms & Conditions of NIT, after satisfactory completion of the work as per scope and submission of bill. Balance 10% shall be retained as Security deposit which shall be refunded as per clause 10. The following information may be furnished along with the Tender: 11.1. Acceptance for release of payment by ECS / EFT from our Bank, i.e., State Bank of

India, Bavrikhera Branch, Branch Code: 8455, N.F.L. Complex, Vijaipur-473 111, Dist. Guna, Madhya Pradesh.

11.2. The details of Bidder Account Number, Name, Address, Branch, Branch Code, RTGS Code & MICR Number of the Bidder Bank.

11.3. Income Tax Permanent Account Number (I-Tax PAN): The Bidder shall mention the new series Permanent Account Number allotted by the Income Tax Authorities in his Tender

12. Liquidated Damages: In the event of work is not completed according to the time schedule, the contractor shall have to pay Penalty to the NFL at the rates of 1 % of the total value of work for delay of every day or part thereof, subject to a ceiling of 10 % of the total value of the work.

13. Sub-Contracting: Sub-Contracting of the work is not allowed.

14. If the Bidder fails to fulfill his obligations under the contract, NFL shall have the right to get the work done by the agency other than the Contractor, at the Risk and Cost of the Bidder, till the expiry of the period of the contract.

15. 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 Engineer-in-charge/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 breaches 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 for completion has or has not elapsed by intimation in writing, absolutely, determine the Contract: 15.1. Default or failure by Contract of any of his obligations under the Contract including

but not limited to the following, the Contract is liable to be terminated if the Consultant.

15.2. 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.

Page 8 of 15

15.3. If the Contractor Abandons the work 15.4. Persistently disregards the instructions of the NFL in contravention of any provision of

the CONTRACT, OR 15.5. persistently fails to adhere to the agreed program of work, OR

15.6. Sublets the work in whole or in part thereof without NFL’s consent in writing 15.7. Performance is not satisfactory or work is abnormally delayed

15.8. Defaults in the performance of any material undertaking under this CONTRACT and fails to correct such default to the reasonable satisfaction of the NFL within fifteen days after written notice of such default is provided to the Contractor.

NFL may terminate the Contract due to any reason including reasons due to force majeure, regulations or ordinance of any Government or any other reasons beyond the reasonable control of the NFL

Such termination will be by 15 (fifteen) days notice in writing and no claim/compensation shall be payable by the NFL as a result of such termination, excepting the fees and costs for the meaningful services rendered by the CONSULTANT and acceptable to NFL, up to the date of termination. In the event of termination of contract, Security Deposit-cum-PBG shall be forfeited.

16. Period of Defect Liability: Bidder will stand guarantee for the work done for trouble free operation for a period of 12 months from the date of commissioning or 18 months from the date of despatch whichever is earlier. In default, the Engineer-in-charge may cause the same to be made good by other Contractor and deduct expenses (of which the certificate of Engineer-in-charge shall be final) from any sums that may be there or at any time thereafter become due to the Contractor from his Security Deposit.

17. Tax Deduction at Source: Statutory deduction on account of Income Tax / Works Tax & other Taxes on Works Contracts shall be made from the bill of the Bidder at the prevailing rates, as per Income Tax Laws / Commercial Tax Laws of M.P. at the time of release of payment to the Bidder.

18. Force Majeure: The terms and conditions agreed upon under the contract shall be subject to Force Majeure. Neither the contractor nor NFL shall be considered in default in the performance of their obligation contained therein, if such performance is prevented or delayed or restricted or interfered with by reason of War, Hostilities, Revolutions, Civil Commotion, Strike, Epidemics, Accidents, Fires Flood, Earthquake, regulation or ordinance or requirement of any Government or any sub-division thereof, or authority or representative of any such Govt. and/or due to technical snag/reasons 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, upon giving prompt notice to the other party shall be excused from such performance to the extent of such prevention, delay, restriction or interference for the period it persists provided that the party so affected shall use its best efforts to avoid or remove such causes of non performance if possible and shall continue performance hereunder with the utmost dispatch whenever such causes are removed. Should one or both parties be prevented from fulfilling their contractual obligations by a state of Force Majeure lasting continuously for a period of one week, the two parties to the contract shall meet and decide about the future course of action for implementation of the contract.

19. Conciliation & Arbitration: 19.1 Except where otherwise provided in the contract all matters, question 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 matter relating to

Page 9 of 15

the contract or the breach thereof or the respective rights or liabilities of the parties during or after completion of the works or whether before or after termination, shall after written notice by either by either party to the contract be referred to the arbitration of the Unit Head/ED/Functional Director/Chairman & Managing Director, National Fertilizers Ltd. or his/her nominee.

19.2 The Arbitration and Conciliation Act 1996 or any enactment thereafter shall apply to the arbitration proceedings.

19.3 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 in the course of his duties as such he had expressed views on all or any of the matter in dispute or differences.

19.4 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 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 date of award of contract.

20. Jurisdiction: For any disputes regarding this contract, the exclusive Jurisdiction shall lie in courts situated at Guna (Madhya Pradesh) only.

21. Agreement: The Bidder’s responsibility under this contract will commence from the date of issue of the Letter of Intent / Work Order. The Tender Documents, Other Documents exchanged between the Bidder and NFL, the Letter of Acceptance and Work Order shall constitute the Contract.

The successful Indian Bidder shall have to execute an Agreement (as per format enclosed at Annexure-I) with National Fertilizers Limited, on a non-judicial stamp paper of Rs. 500.00 within 15 (Fifteen) days of date of receipt of LOI / Work Order or before start of job whichever is earlier. The cost of stamp paper shall be borne by the bidder.

Page 10 of 15

SCHEDULE OF RATES

Sl. Description Quantity Amount (INR)

In figures & Words 1 Lump sump Charges of Inspection,

Testing, Repair and Balancing of Synthesis Gas Turbine Rotor as per Scope of work

1 Nos.

(Signature of Bidder)

Place: Date: Name __________________

(Seal to be affixed)

Notes: 1. The Bidder shall quote Single Rate against offered item and not Multiple Rates in the

Schedule of Rates. Any bid with Multiple Rates quoted will be summarily rejected. 2. The Rates should be inclusive of all Duties, Royalties and other Statutory Levies & Taxes to

be payable but excluding Service Tax. Unless specified to the contrary in the bid, all present taxes and statutory levies shall be borne and paid for by the bidder. Payment of the taxes and other statutory levies shall be the responsibility of the bidder and shall not be payable by NFL.

3. The Bidder would be fully responsible for the quoted Rate & Amount and would deposit Excise & Service Tax. Service Tax, if applicable, shall be reimbursed against documentary proof of having paid it to the Government. Service Tax Registration No. should be provided on the Invoice. No additional claim would be accepted.

4. TDS shall be applicable as per Income Tax Rules.

Page 11 of 15

DECLARATION FORM-I Quotation No.:________________________ Date: ___/___/_____ M/s. National Fertilizers Limited Vijaipur-473 111 District Guna, Madhya Pradesh Sub: Tender for Testing, Repair and Balancing of Rotor of Turbine of Synthesis Gas

Compressor TK-1431 of Ammonia-I Plant of NFL Vijaipur.

Sir, I / We __________________________________ have read the conditions of the tender attached here to and agree to abide by such conditions. I / We offer to do the Testing, Repair and Balancing of Rotor of Turbine of Synthesis Gas Compressor TK-1431 of Ammonia-I Plant of NFL Vijaipur at the rates quoted in the attached Schedule of Rates and in accordance with the inspection, standards and other terms & condition Tender of M/s. National Fertilizers Limited and hereby, bind myself / ourselves to complete the work schedule and progress of work.

I / We further agree to abide by the conditions of contract and to carry out all works within the specified time in accordance with applications, workmanship and instructions referred to in the Notice Inviting Tender. I / We agree to accept payment by ECS / EFT from your Bank i.e. SBI, Bavrikhera Branch, Branch Code: 8455. Details of my Bank A/c No. are as under: A/c No. in any Branch of SBI: ________________________________ Name & Address of the Branch: ________________________________ Branch Code: ________________________________ In case of acceptance of the Tender by the National Fertilizers Limited, I / We bind myself / ourselves to execute the contract as per the conditions mentioned in the tender document, failing which, I / We shall have no objection to the forfeiture of the Earnest Money lodged with the National Fertilizers Limited, Vijaipur.

(Signature of Bidder with Seal)

Place: Name: _______________________ Date: Address:______________________

Page 12 of 15

DECLARATION FORM-II

(The following Declaration to be signed by the Contractor and submitted along with the Quotation)

DESCRIPTION

YES / NO (If Yes, give the following details)

If a Bidder has relations whether by blood or otherwise with any of employees of NFL (Owner), the Bidder must disclose the relation at the time of submission of Tender, failing which, NFL shall reserves the right to reject the Tender or rescind the Contract.

Name and Designation of the Employee

Place of Posting

Relation with the Employee

P.F. Registration No of the Contractor to be intimated along with Documentary proof thereof.

P.F. Registration Number

PAN No. of the Contractor to be intimated along with Documentary Proof thereof.

PAN No

Service Tax Registration Details Service Tax Registration Number

Account No. in any branch of State Bank of India A/C No & Branch Code

(Signature of Bidder with Seal)

Name: ____________________________ Address:___________________________

____________________________ Place: __________ Date: __________

Page 13 of 15

Annexure-I

AGREEMENT

This contract made at GUNA (M.P.) this ________________ day of __________ 2013 between NATIONAL FERTILIZERS LIMITED (A Government of India Undertaking) registered in India under the Indian Companies Act, 1956 having its registered office at Scope Complex, Core No. III. 7, Institutional Area, Lodhi Road, New Delhi – 110003 (hereinafter referred to as the “OWNER” which expression shall include its successors and assigns) of the one part.

AND

M/s _____________________________________________________________________ having its registered office at ______________________________________________________ (hereinafter referred to as the “CONTRACTOR” which expression shall include its executors, representatives and permitted assigns/ successors) of the other part.

WHEREAS

The owner is desirous of executing certain works more specifically mentioned and described in the Order No. ____________________________________dated ____________________ for `______________________(`____________________________________________________) and whereas the contractor has agreed to execute the work as specified in the Tender Document and in the Order mentioned above and also in the Contract Documents.

NOW, THEREFORE, THIS CONTRACT AGREEMENT WITNESSETH AS FOLLOWS:

ARTICLE _I

1.1 CONTRACT DOCUMENTS The following documents shall constitute Contract Documents namely:

a) This Contract Agreement, b) LOI/Work Order No.________________________________dated____________. c) Your quotation No. ______________________________dated______________.

ARTICLE – II

2.1 WORK TO BE PERFORMED In consideration of the payments to be made to the Contractor as hereinafter provided, he shall with due care promptness, accuracy and workmanship execute the work in accordance with the Approved Plans, Notice, General conditions and Directions of Contract, Technical Specifications, Letter of Intent and Work Order.

Page 14 of 15

2.2 Without prejudice to any other mode of service provided for in the contract documents or otherwise available to the owner, any notice under or any other communication sought to be served by the owner on the contractor with reference to the contract shall be deemed to have been sufficiently served if delivered by hand or through Registered Post acknowledgement due to the principal office of the contractor of Guna ( M.P.)

ARTICLE –III 3.1 WAIVER

No failure or delay by the owner in terms of the contract or any obligation or liability of the contract in terms thereof shall be deemed to be waiver of such right, remedy obligation or liability as the case may be, by the owner or notwithstanding such failure or delay, the owner shall be entitled at any time to enforce such right, remedy obligation or liability, as the case may be.

ARTICLE – IV

4.1 NON ASSIGN ABILITY The contract and benefits and obligations thereof shall be strictly personal to the contractor and shall not on any account be assignable or transferable by the contactor.

IN WITNESS WHEREOF THE parties hereto have duly execute this contract in DUPLICATE at the place, day and year first written / IN WITNESS WHEREOF the owner has executed this contract in DUPLICATE at the place, day and year first above written while the contractor has executed those presents the day and year hereunder written against the Contractor(s).

SIGNED AND DELIVERED SIGNED AND DELIVERED

for and on behalf of for and on behalf of

National Fertilizers Limited

In the presence of In the presence of

1._________________ 1. _____________________

2._________________ 2.______________________

Page 15 of 15

Annexure-II

INDEMNITY BOND

In consideration of your agreeing to get ------------------------------------------------------------------------------------------------ against your work order No. ------------------------------------------------------- in the name of M/s -----------------------------------------------------. And we M/s-------------------------------------------------------------------- do hereby for ourselves and our heirs, legal representatives, executors and administrators, jointly and severally undertake and agree to indemnify you and your successors and assign against all Claims, demands, proceeding, losses, damages, charges and expenses to the extent of Rs. --------------------- ( Rupees-----------------------------------------------only ) which may be raised against or incurred by you by reason or in consequence of your having agreed to supply the above referred ----------------------------------------------------. And it is also indemnified that notwithstanding anything herein before contained our liabilities under the Indemnity is restricted to Rs. ------------------------- ( Rupees -------------- only ). Our Indemnity shall remain in force for-------------- from the date of its issuance i.e. upto----------------- unless a demand or claim under the indemnity is made on us in writing on or before ------------------ we shall be discharged from all liabilities under this Indemnity. In witness whereof, we have hereunto set our hand at ----------------- in presence of me ( undersigned ) on this day of ---------------------------------. Signed and delivered by the above named. Name and Address of witness. (Signature with seal) 1. 2.